C219--667-25-900 AE Emergency Erosion Mitigation OBVAMC
ID: 36C25625R0101Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified architectural and engineering firms to provide emergency erosion mitigation services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to address slope erosion issues behind Building 3 through a two-phase project that includes immediate drainage solutions and a comprehensive drainage study with permanent design solutions. This initiative is critical for maintaining the integrity of the facility and ensuring the safety of its operations, with a contract award anticipated following the evaluation of submissions based on professional qualifications, past performance, and local knowledge. Interested firms must submit their Standard Form (SF) 330 packages by June 24, 2025, to the Contracting Officer, JB Herbst, at Jennings.Herbst@va.gov, ensuring compliance with all outlined requirements and evaluation criteria.

    Point(s) of Contact
    JB HerbstContracting Officer
    (318) 466-4884
    Jennings.Herbst@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting Architectural and Engineering (A-E) services for emergency erosion mitigation at the Overton Brooks VA Medical Center, in accordance with federal regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires firms to have current registrations and certifications. Interested parties must submit Standard Form (SF) 330 packages by June 24, 2025, detailing qualifications based on seven critical evaluation factors, including professional qualifications, specialized experience, past performance, and capacity to complete the work on schedule. Submissions must also demonstrate knowledge of local conditions and commitment to using veteran-owned subcontractors. The selection process emphasizes the importance of providing a comprehensive narrative that aligns with evaluation criteria. This notice does not equate to a request for proposals and highlights that costs incurred by respondents are non-reimbursable. Overall, this initiative aims to improve the VA medical facility while supporting veteran-owned business participation.
    The Department of Veterans Affairs Medical Center seeks an Architectural/Engineering (A/E) consultant for an emergency erosion mitigation project at Overton Brooks VAMC, specifically targeting slope erosion behind Building 3. The project comprises two phases: Phase 1 involves immediate measures such as designing a drainage diversion to limit runoff over eroding soil and safeguarding Building 3’s crawlspace; Phase 2 entails a comprehensive drainage study and permanent solutions, including retaining wall design to prevent further slope failure. Key deliverables include complete construction documents, cost estimates, site investigations, and compliance with various architectural and engineering standards. The contractor must maintain quality assurance, follow a rigorous design submission schedule, and provide construction period services, ensuring support during both phases. The overall timeline for final deliverables is 365 days post-contract issuance, with emphasis on integrating stakeholder feedback and meeting all regulatory requirements. This initiative underscores the VA’s commitment to addressing infrastructure challenges effectively and sustainably.
    The document outlines the submission instructions for architectural and engineering (A/E) firms involved in the renovation of the 3N Surgical Intensive Care Unit and the replacement of the air handling unit at the Overton Brooks VA Medical Center. It provides detailed requirements for schematic designing, design development, and the creation of construction documents, aiming to ensure compliance with VA standards. Key sections include site development, architectural designs, fire protection, HVAC, plumbing, and electrical systems, each specifying deliverables at various design stages (35%, 95%, and 100%). The document emphasizes the necessity for rigorous quality assurance and coordination among A/E disciplines throughout the project. Additional services such as surveys and inspections are highlighted as essential for comprehensive planning. The structure is methodical, delineating requirements and submissions for multiple engineering disciplines, ensuring a streamlined process from concept to final approval. The instructions reflect the VA's commitment to maintain high-quality standards in medical facility construction and renovation, ultimately enhancing service delivery to veterans.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R614--Secure Shredding Contract Overton Brooks VAMC Amend 1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a Secure Shredding Contract at the Overton Brooks VA Medical Center in Shreveport, Louisiana, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract requires the provision of secure document destruction services, including the management of 160 shredding containers across multiple locations, with paper shredding scheduled bi-weekly and adherence to strict confidentiality and quality control protocols. This procurement is crucial for maintaining the security of sensitive information, and interested contractors must submit their offers by December 16, 2025, with technical questions due by December 9, 2025. For inquiries, contact T. Miller at t.miller@va.gov or call 713-791-1414 x229073.
    C1DA--596-26-2-5744-0001 - Replace & Repair Facade on Buildings
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the replacement and repair of building facades at the Lexington VA Healthcare System, Sousley Campus. The project involves extensive work, including repairing or replacing deteriorated brick, terra cotta, wood, and metal facades, as well as improving drainage systems and sealing masonry. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), has an estimated construction value between $5,000,000 and $10,000,000, with qualifications due by January 9, 2026, at 2:00 PM EST. Interested firms must submit their SF-330 packages electronically to Contracting Officer Matthew Whisman at matthew.whisman@va.gov, ensuring compliance with all submission guidelines and SBA verification requirements.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    C1DA--626A4-26-201 A/E Replace Domestic Water Fire Mains and Main Backflow Devices
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms for the project titled "Replace Domestic Water/Fire Mains and Main Backflow Devices" at the VA Tennessee Valley Healthcare System in Murfreesboro, TN. The project involves the replacement of approximately 30,000 linear feet of water mains and main backflow stations, along with necessary electrical and structural work, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for ensuring the reliability and safety of the facility's water systems, with an estimated construction budget ranging from $1,000,000 to $2,000,000. Interested firms must submit their SF330 forms electronically by December 18, 2025, at 1:00 PM Central Time, and can direct inquiries to Contract Specialist Michael R. Brown at Michael.brown1305@va.gov or by phone at 615-225-5975.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (A-E) firms to provide design and construction services for the Repair Façade Building 13 project at the Northport VA Medical Center in New York. The project aims to repair, restore, and enhance the building's exterior components while maintaining its operational laundry services, with a construction cost estimated between $1 million and $5 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications electronically by January 16, 2026, to the Contract Specialist, Torell Camp, at Torell.Camp@va.gov. The evaluation will consider professional qualifications, specialized experience, capacity, past performance, and commitment to utilizing small business subcontractors.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    C1DA--NRM-AE 630-26-801 Plumbing GF Mitigation (Design)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide design and construction services for the Plumbing GF Mitigation project at the Margaret Cochran Corbin Campus in New York, NY. The project aims to address persistent flooding and plumbing issues on the ground floor, requiring comprehensive investigation, solution development, and construction administration services. The estimated construction cost ranges from $5,000,000 to $8,000,000, with a firm fixed-price contract anticipated to be awarded on or before April 30, 2026. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications electronically via SF 330 by January 15, 2026, and are encouraged to contact Contracting Officer Charlie Augustin at Charlie.Augustin@va.gov for further inquiries.
    C1AA--528A5-22-507 A/E -DESIGN CONNECT FORCE MAIN TO COUNTY SEWER Canandaigua VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architect-engineering firm for Project 528A5-22-507, which involves designing a connection of a force main to the county sewer at the Canandaigua VA Medical Center in New York. The selected firm will provide comprehensive design services, including schematics, construction documents, technical specifications, and construction period services, with a focus on the replacement and reconfiguration of domestic hot water systems. This project is critical for enhancing wastewater management and ensuring compliance with environmental standards, with an estimated construction cost ranging from $1 million to $5 million. Interested firms must submit their qualifications via the SF 330 format by December 19, 2025, at 11 AM EST, and the anticipated award date for the contract is on or before January 31, 2026. For further inquiries, contact Idalia Algarin at idalia.algarin@va.gov or by phone at 716-862-7461 x 22395.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.