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
The U.S. Army Corps of Engineers (USACE) Portland District intends to solicit proposals for Seismic Upgrades at the Veteran's Affairs Southern Oregon Rehabilitation Center and Clinics (SORCC) in White City, OR. This will be an unrestricted, competitively negotiated, two-phase Design-Build (D-B) procurement, resulting in a Firm-Fixed-Price (FFP) contract. The project has an estimated cost between $250,000,000 and $500,000,000 and requires CMMC Level 2 certification. This is a pre-solicitation notice; proposals are not being accepted at this time.
Project Scope
This project involves the design and construction of significant infrastructure improvements:
- New Construction: Two new buildings (B300 - 80,074 BGSF for IT, Engineering, Admin; B301 - 96,946 BGSF for Primary Care, Radiology, Dental, Pharmacy), three new connecting corridors (totaling ~5,788 BGSF), and a new surface parking lot with 188 spaces.
- Demolition: Two existing buildings and four connecting corridors (totaling ~46,500 BGSF), and existing parking lots G and O.
- Site Work: Re-alignment/reconstruction of roads, sidewalks, pathways, drainage, and intersection; upgrades to utilities, landscape, and grading.
- Renovation: A portion of existing building B201A (~1,000 BGSF).
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP), Design-Build (D-B)
- Acquisition Strategy: Unrestricted, Best Value Trade-Off (BVTO) in accordance with FAR Part 15 and FAR Subpart 36.3.
- Magnitude of Construction: $250,000,000 - $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
- Set-Aside: Unrestricted
- Phase 1 Solicitation Release: Tentatively 2Q 2026 (Proposals due 60 days after release)
- Phase 2 Solicitation Release: Tentatively 3Q 2026 (Proposals due 120 days after release for down-selected firms)
- Anticipated Award: 3Q 2027
Evaluation Factors
Proposals will be evaluated in two phases:
- Phase I: Designer of Record (DOR)/Design Approach and Past Performance.
- Phase II: Concept Design Narrative, Concept Design Drawings, Concept Schedule, Small Business Commitment Plan (SBCP), Project Labor Agreement (PLA), and Cost/Price.
- Stipends: Anticipated for Phase 2, projected at $400,000, contingent on meeting specific requirements.
Submission Requirements & Cybersecurity
- Submission Method: All proposal documents must be submitted electronically through the PIEE Solicitation Module. Offerors must register for a PIEE account and obtain the 'Proposal Manager' role. Detailed instructions are available in the 'Vendor Instructions for PIEE Solicitation Module.pdf' document.
- CMMC Level: This acquisition requires CMMC Level 2. Offerors must have the required CMMC Level Self-Assessment to be eligible for award. Relevant DFARS and FAR clauses will be included in the solicitation.
Industry Engagement
- The government plans an in-person Industry Day at the USACE Portland District Headquarters prior to solicitation release. Additional information is available on SAM.gov.
- A second, pre-recorded Industry Day with more detailed information is anticipated for January and will be posted on SAM.gov.
Important Notes
This is a pre-solicitation notice for informational purposes only. It is not a request for proposals, and any submissions will not be accepted or evaluated. Offerors must be actively registered in SAM.gov.