C213--Request for SF330s - VISN 2 Facility Condition Assessment
ID: 36C10F25R0014Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFOFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)WASHINGTON, DC, 20001, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: INSPECTION (NON-CONSTRUCTION) (C213)

Set Aside

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

    The Department of Veterans Affairs is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to conduct a Facility Condition Assessment (FCA) for Veterans Integrated Service Network 2 (VISN 2). The assessment will involve independent inspections of approximately 436 buildings across various VA Medical Centers, totaling around 13.3 million square feet, to evaluate their physical and technical conditions and provide a detailed report of necessary corrective actions. This initiative underscores the VA's commitment to maintaining its infrastructure and ensuring the safety and quality of services provided to veterans. Interested firms must submit their qualifications electronically by March 27, 2025, and can contact Contract Specialist Andrea Greene at andrea.greene2@va.gov or 202-302-5607 for further information.

    Point(s) of Contact
    Andrea GreeneContract Specialist
    (202) 302-5607
    andrea.greene2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Office of Construction and Facilities Management (CFM) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Architect/Engineer (A/E) services to perform a Facility Condition Assessment (FCA) for Veterans Integrated Service Network 2 (VISN 2). This assessment involves evaluating the technical and physical conditions of VA Medical Centers across multiple locations in New York and New Jersey, covering approximately 436 buildings with 13.3 million square feet. Proposed teams must include diverse engineering specialists, such as architects and structural engineers, and can optionally include civil engineers, all with at least five years of relevant experience. The evaluation process will assess qualifications based on technical competence, project management capacity, past performance, geographical familiarity, and commitment to utilizing smaller veteran-owned businesses. Interested firms must submit their qualifications by a specified date, following outlined submission requirements, ensuring registrations in SAM and as SDVOSBs are current. This request does not guarantee a contract award and aims solely to gather qualifications for potential future work.
    The Department of Veterans Affairs (VA) is seeking qualifications from service-disabled veteran-owned small businesses (SDVOSBs) to conduct a Facility Condition Assessment (FCA) for Veterans Integrated Service Network 2 (VISN 2). This initiative requires a multi-disciplinary team to evaluate approximately 436 buildings totaling about 13.3 million gross square feet. The assessment involves independent inspections, interviews, and research to create a comprehensive report outlining necessary corrective actions. Responses will be evaluated based on criteria such as specialized experience, professional qualifications of team members, capacity to manage the project within the specified timeframe, past performance, and knowledge of local conditions. The contractor must be registered in the System for Award Management and be certified as an SDVOSB at the time of submission. Proposals should be submitted electronically by March 20, 2025, with specific guidelines for formatting and content. This request emphasizes the VA's commitment to utilizing veteran-owned businesses while ensuring transparency and adherence to federal regulations.
    The document addresses responses to Requests for Information (RFIs) concerning the Request for SF330s for VISN 2 Facility Condition Assessments (FCA). It confirms that eligibility is limited to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) due to mandatory set-asides under 38 U.S.C. 8127(d); small or woman-owned businesses not certified as SDVOSBs are ineligible. The document clarifies that there is no incumbent contractor for this requirement, and previous FCA work was awarded to Romanyk Consulting Corporation in FY 2020. Additionally, it provides guidance on the specifications for the SF330 submissions, including font size allowances for tables and graphics and reinforces the need for all engineers to possess appropriate licensing, denying any equivalent experience as acceptable. The document also addresses concerns about the role of Elevator/Transport Specialists, emphasizing qualifications over task specifics. Overall, the responses illustrate the emphasis on maintaining standards required for this contracting opportunity and ensure eligibility aligns with federal regulations focused on prioritizing veteran-owned businesses.
    The document outlines the Facility Condition Assessment (FCA) for the North Atlantic District VISN 2, a key initiative by the Department of Veterans Affairs (VA) aimed at evaluating the physical and technical conditions of various VA Medical Centers (VAMCs). The assessment involves independent inspections across 436 buildings totaling approximately 13.3 million square feet. The contractor will deploy a diverse field team, including architects, engineers, and cost estimators, to conduct site evaluations and provide a detailed report of necessary corrective actions. Crucial procedural elements include coordination with VA officials, obtaining necessary access for data requirements, and updating the existing FCA database to reflect current conditions. The assessment will specifically exclude non-technical issues such as patient privacy and future equipment needs but will incorporate seismic evaluations where applicable. The final report will feature a prioritized 'Top-Ten' list of deficiencies for budget consideration. Furthermore, VA will support by granting access to relevant data, site maps, and prior documentation. This initiative reflects the VA’s commitment to maintaining its infrastructure and ensuring the safety and quality of services provided to veterans, demonstrating a systematic approach to facility management in the context of government contracts and assessments.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    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.
    R408--VISN 2 Bronx ESPC Project Facilitator Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking Project Facilitator (PF) Services to support the VISN 2 Bronx Veterans Affairs Medical Center (VAMC) Energy Savings Performance Contract (ESPC). The selected contractor will be responsible for providing Measurement and Verification (M&V) Report reviews, project tracking, and documentation of meeting minutes over a five-year period, which includes one base year and four option years. This procurement is particularly significant as it aligns with the VA's commitment to energy efficiency and sustainability initiatives. The anticipated contract, which will be awarded directly to EMP2 Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), is expected to commence on September 25, 2025, and conclude on September 24, 2030, with the possibility of an earlier start. Interested parties can contact Contracting Officer Joseph Senkovich at Joseph.Senkovich2@va.gov or by phone at 813-903-4476 for further information.
    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.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.