Request for SF330s (Qualifications) for CFM Healthcare A-E IDIQ - 36C10F26R50011 -- C219

SOL #: QSE--36C10F26R50011Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)
WASHINGTON, DC, 20001, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Other Architect And Engineering Services (C219)

Set Aside

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

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Feb 23, 2026
3
Submission Deadline
Feb 26, 2026, 8:00 PM

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), Office of Construction and Facilities Management (CFM), is seeking Architect-Engineer (A-E) firms for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This is a Request for Standard Form (SF) 330 Architect-Engineer Qualification Packages only, not a Request for Proposal. The MATOC will provide A-E services for VA medical facilities across the United States and its territories. SF 330 submissions are due by February 26, 2026, at 3:00 PM Eastern.

Purpose and Scope

The VA CFM aims to award approximately twenty (20) firm fixed-price IDIQ MATOCs for A-E services supporting the VA CFM, Veterans Health Administration (VHA), Veteran Integrated Services Networks (VISN), and VA Medical Centers (VAMC). Services encompass a broad range of A-E activities as defined by FAR 2.101 and 36.102-2. This includes, but is not limited to, planning studies, design development, site investigations, facility assessments, feasibility studies, electrical studies, preparation of specifications and drawings, cost estimates, construction document review, Request for Proposal (RFP) development, and construction period services. Work may occur in multiple locations, with the bulk anticipated in the AE's home offices.

Contract Details

This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The NAICS Code is 541330 "Engineering Services" with a $25.5 Million size standard. Each IDIQ contract will have a 5-year ordering period (one 1-year base and four 1-year options). The MATOC has a shared capacity of $790 Million, with each awarded firm guaranteed a minimum fee of $2,000.00. Organizational Conflicts of Interest (OCI) provisions apply.

Submission and Evaluation

Firms must submit SF 330 Architect/Engineer Qualification Packages via email to 003C4C.acquisitions@va.gov. The submission must be a single searchable Adobe PDF file, not exceeding 50 pages (excluding CPARS, PPQs, and Part II of the SF330), with a maximum file size of 15MB. Narrative text must use a 10-point Arial font.

Evaluation criteria, in descending order of importance, include:

  1. Specialized Experience and Technical Competence: Firms must demonstrate experience in areas such as utilities, infrastructure, medical equipment site preparation, VA Physical Security standards, primary/specialty care planning, and maintaining hospital operations during construction. Submissions require 3-5 recent and relevant projects (within the last five years) with A-E fees at or above $250,000.00. Healthcare-related projects are viewed favorably.
  2. Professional Qualifications: Focus on key personnel, with specific requirements detailed in Attachment A (which has been amended to adjust some degree/registration requirements). Only 13 key disciplines require SF330 resume submissions.
  3. Past Performance: Evaluated using CPARS and/or Past Performance Questionnaires (PPQs). Previously completed PPQs in other federal formats (e.g., NAVFAC, GSA) are accepted if complete and signed.
  4. Capacity: Ability to accomplish multiple projects simultaneously and sustain key personnel loss.
  5. Construction Period Services Experience.
  6. Knowledge of Locality.

Eligibility and Notes

Offerors must be SBA VetCert certified SDVOSB at the time of submission, negotiation, and award, and registered in SAM.gov. Joint Ventures must also be SBA-certified, and a firm participating as a JV prime cannot also be a subcontractor to another prime. This is a request for qualifications only; the government will not pay for costs associated with responding.

People

Points of Contact

Andrea GreeneContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 14, 2026
View
Request for SF330s (Qualifications) for CFM Healthcare A-E IDIQ - 36C10F26R50011 -- C219 | GovScope