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, 12:00 AM

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 an 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 to support VA CFM, Veterans Health Administration (VHA), and VA Medical Centers nationwide. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. SF 330 submissions are due by February 26, 2026, at 3:00 PM Eastern.

Scope of Work

The A-E services encompass a broad range of activities as defined by FAR 2.101 and 36.102-2. These include, but are 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 (e.g., QA/QC, site visits). The MATOC will address projects across the United States and its territories at any VA medical facility, with the bulk of work anticipated to be performed in the AE's home offices. Specific functional areas include facility condition assessments, seismic consulting, sustainable design, healthcare planning, functional programming, project development support, code review, schematic and construction document development, value engineering, cost estimating, peer review, constructability review, and design-build RFP package development.

Contract Details

  • Contract Type: Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC).
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • NAICS Code: 541330 "Engineering Services" with a $25.5 Million size standard.
  • Awards: Approximately twenty (20) firms are intended to be selected.
  • Period of Performance: Each IDIQ contract will have a 5-year ordering period (1 base year + 4 option years).
  • Total Capacity: Shared $790 Million across all IDIQs.
  • Minimum Guarantee: Each awarded A-E firm will receive a minimum fee of $2,000.00.

Submission & Evaluation

Firms must submit SF 330 Architect/Engineer Qualification Packages via email. The submission package shall not exceed 50 pages (excluding CPARS, PPQs, and Part II of the SF330), with a maximum file size of 15MB. Narrative text must use a minimum 10-point Arial font. Evaluation will prioritize: Specialized Experience and Technical Competence, Professional Qualifications, and Past Performance. Offerors must provide 3-5 recent and relevant projects (within the last five years) with A-E fees at or above $250,000.00. Past performance will be assessed using CPARS and/or PPQs; previously completed PPQs in other federal formats are now accepted if complete and signed.

Eligibility & Key Requirements

Offerors must be SBA VetCert certified SDVOSB at the time of SF 330 submission, negotiation, and award, and registered in SAM. Joint Ventures must also be SBA-certified, and a firm participating as a JV prime cannot also be a subcontractor to another prime. Key personnel requirements are detailed in Attachment A, with recent amendments clarifying that Senior and Regional Project Managers are no longer required to be registered architects or engineers, and adjusting degree requirements for some engineering disciplines. Experience in construction period services and knowledge of locality are also evaluation factors.

Important Updates

Amended documents dated 20260210 have been uploaded, incorporating changes to Attachment A (Key Personnel qualifications), the Scope of Work (renaming "Program Manager" to "Regional Project Manager"), and the Request for SF330s (Past Performance acceptance, font size, JV rules). The due date for submissions was extended to February 26, 2026. Technical questions were due by January 27, 2026.

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

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
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