R799--Dayton EUL Support Services (VA-26-00025810) COR Bryce Stack

SOL #: 36C77626Q0061Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
PCAC (36C776)
INDEPENDENCE, OH, 44131, United States

Place of Performance

Place of performance not available

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Other Management Support Services (R799)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Jan 15, 2026

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA), specifically the PCAC (36C776) office, has issued a Solicitation (RFQ) for Dayton Enhanced-Use Lease (EUL) Support Services. This opportunity seeks a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide comprehensive due diligence and project management support for EUL projects at the Dayton VA Medical Center. Proposals are due January 30, 2026, at 12:00 PM Eastern Time.

Purpose & Scope

The VA Office of Asset Enterprise Management (OAEM) requires subject matter expertise to assist Project Managers with EUL projects, focusing on developing supportive housing units for Veterans. The scope includes extensive due diligence services such as:

  • Project Management: Developing a Project Management Plan (PMP) and providing status reports.
  • Property Studies: Conducting Phase I and optional Phase II Environmental Site Assessments (ESAs), National Historic Preservation Act (NHPA) Section 106 process support, Title Reports, ALTA Surveys, and Property Appraisals/Valuations for specified buildings (e.g., Freedom House, Liberty House, Doctor's Row, Building 116).
  • Hazardous Materials Review: Assessing existing documentation and providing recommendations for lead-based paint and asbestos.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: Approximately 1,095 calendar days (3 years) from the contract award date.
  • NAICS Code: 541611 (Management Consulting Services) with a size standard of $24.5 Million.

Submission & Evaluation

  • Quote Due Date: January 30, 2026, at 12:00 PM Eastern Time.
  • Submission Method: Email to steven.grzybowski@va.gov.
  • Technical Questions Cut-off: December 30, 2025, 12:00 PM ET (answers have been provided).
  • Evaluation Factors: Technical Evaluation and Past Performance are significantly more important than price, though price is also a factor.
  • Proposal Format: Quotes must be submitted in three volumes: Technical, Pricing, and Certifications/Representations, adhering to specific file naming and size conventions.

Eligibility & Set-Aside

This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be certified as an SDVOSB in the SBA certification database and comply with VAAR 852.219-73 and FAR 52.219-27. Offers from non-SDVOSB concerns will not be considered.

Key Attachments & Clarifications

The solicitation includes several attachments detailing specific requirements:

  • Performance Work Statement (PWS): Outlines comprehensive due diligence, project management, and hazardous materials review.
  • Sample PWS documents: For Section 106, ALTA Survey, Title Search, Appraisal, Phase I ESA, and Phase II ESA.
  • Building Descriptions: Provides historical and physical details for buildings at the Dayton VA grounds.
  • Price Schedule: Details line items for pricing proposals.
  • Technical Questions & Answers: Clarifies scope, execution, and cost treatment for various due diligence activities, including that Phase II ESAs are triggered by Phase I findings, travel costs are ODCs, and appraisals are per-building.

Contact Information

For general inquiries, contact Steven Mock, Contract Specialist, at steven.mock@va.gov. For proposal submission, use steven.grzybowski@va.gov.

People

Points of Contact

Steven GrzybowskiContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Solicitation
Posted: Jan 15, 2026
View
Version 4
Solicitation
Posted: Jan 6, 2026
View
Version 3
Solicitation
Posted: Dec 22, 2025
View
Version 2
Solicitation
Posted: Dec 18, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 18, 2025