White City Southern Oregon Rehabilitation Center and Clinics Seismic Upgrades
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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
This pre-solicitation notice for the White City Southern Oregon Rehabilitation Center and Clinics (SORCC) Seismic Upgrades is now inactive. All updated information, including the project scope and acquisition details, has been moved to a new SAM.gov posting: https://sam.gov/workspace/contract/opp/1dc9d81e6c844dcfb9922d97b1d268ff/view. The U.S. Army Corps of Engineers (USACE) Portland District intends to solicit construction firms for this significant Design-Build project in White City, OR.
Project Scope
The project requires the design and construction of two new buildings (B300 and B301), three new connecting corridors, and a new surface parking lot at the VA SORCC. This includes extensive site work, demolition of two existing buildings and four corridors (approx. 46,500 BGSF), and construction of a new 188-space parking lot.
- B300 Support Building: Approximately 80,074 BGSF, housing IT, Engineering, Environmental Management, Business Office, Organizational Development, Voluntary Service, Quality Management, and Police Service.
- B301 Primary and Specialty Care Building: Approximately 96,946 BGSF, housing Primary Care, Radiology, Dental, and Pharmacy functions, plus renovation of a portion of existing B201A.
Contract & Timeline
- Contract Type: Unrestricted, competitively negotiated, two-phase Design-Build (D-B), resulting in one Firm-Fixed-Price (FFP) contract.
- Magnitude: Estimated between $250,000,000 and $500,000,000.
- Period of Performance: 47 Months.
- NAICS: 236220 "Commercial and Institutional Building Construction" ($45M size standard).
- PSC: Y1DA "Construction of Hospitals and Infirmaries".
- CMMC Requirement: CMMC Level 2.
- Tentative Schedule:
- Phase 1 Solicitation Release: Late 2Q 2026 (Proposals due 60 days after).
- Phase 2 Solicitation Release: 3Q 2026 (for down-selected firms, proposals due 120 days after).
- Anticipated Award: 3Q 2027.
Evaluation & Submission
- Method: Best Value Trade-Off (BVTO) in accordance with FAR Part 15 and FAR Subpart 36.3.
- Phase I Factors: Designer of Record (DOR)/Design Approach and Past Performance.
- Phase II Factors: Concept Design Narrative, Concept Design Drawings, Concept Schedule, SB Commitment Plan (SBCP), Project Labor Agreement (PLA), and Cost/Price.
- Stipends: Anticipated $400,000 for Phase 2 participants meeting specific requirements.
- Submission: All proposals must be submitted electronically via the PIEE Solicitation Module. Offerors need "Proposal Manager" role. Instructions are available in the "Vendor Instructions for PIEE Solicitation Module.pdf" document.
- SAM Registration: Required to be active in SAM.gov prior to bid submission and award.
Industry Engagement
- An in-person Industry Day was held (April 2025, attendee list attached).
- A second, more detailed Industry Day is anticipated for January (pre-recorded presentation to be posted on SAM.gov).
Important Notes
This is a pre-solicitation notice only and not a request for proposals. Any proposals received will not be accepted or evaluated. The government reserves the right to cancel the solicitation.