Industry Day Video - 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, has issued a Special Notice providing information about an anticipated Design-Build solicitation for Seismic Upgrades at the VA Southern Oregon Rehabilitation Center and Clinics (SORCC) in White City, OR. This informational notice includes a video and presentation slides from an Industry Day held in January 2026, detailing a $260M Firm-Fixed-Price contract for new construction and demolition.
Project Scope
This project, a collaboration between the VA and USACE, focuses on seismic mitigation. The anticipated Package 1: Design-Build contract will involve:
- Construction of two new buildings: B300 (support, approx. 80,074 BGSF) and B301 (primary and specialty care, approx. 96,946 BGSF), totaling approximately 190,300 GSF, along with three new connecting corridors.
- Demolition: Two existing buildings and four connecting corridors (approx. 46,500 BGSF), plus existing parking lots.
- Site Work: Construction of a new surface parking lot with 188 spaces, re-alignment/reconstruction of roads, sidewalks, drainage, and utility upgrades. New B300 will house IT, Engineering, EMS, Business Office, Organizational Development, Voluntary Service, Quality Management, and Police Service. New B301 will house Primary Care, Radiology, Dental, and Pharmacy functions.
Anticipated Contract Details
- Type: Design-Build, Firm-Fixed-Price.
- Acquisition Process: 2-Phase Design-Build.
- Target Ceiling: $260,000,000 for design and construction.
- Period of Performance: 45 months.
- Set-Aside: Full and Open Competition.
- Incentive: Early delivery incentive of $6,000 per day (up to 60 days).
- Projected Award: Late 2Q 2027.
Submission & Evaluation (Anticipated)
Proposals for the future solicitation will be submitted through the Procurement Integrated Enterprise Environment (PIEE). Access to the RFP will require active SAM.gov registration and a CAGE Code.
- Phase 1 (Qualifications): Evaluation factors include Designer of Record/Design Approach and Past Performance.
- Phase 2 (Technical & Price): Evaluation factors include Concept Design Narrative, Concept Design Drawings, Concept Schedule, Small Business Commitment Document, Project Labor Agreement, and Price.
- Stipend: Phase II Offerors not selected for award may be eligible for a $400,000 stipend payment.
- CMMC Requirement: CMMC Level 2 (Self) is required, with "Final CMMC Status" needed to view Controlled Unclassified Information (CUI) material.
Important Notes
This is an informational Special Notice only and not a request for proposal. The official solicitation documents will be the sole governing documents. Full funding for Package 1 has been approved. Vendors are advised to review the "Vendor Instructions for PIEE Solicitation Module.pdf" for guidance on submitting offers via PIEE. Questions regarding the anticipated solicitation should be directed to Nicole Adams (Nicole.A.Adams@usace.army.mil).