C213--24-00644 VISN 7 Facility Condition Assessment-VISN 7 Facility Condition Assessment
ID: 36C10F25R0020Type: 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 (VA) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Architect/Engineer (A/E) services to conduct Facility Condition Assessments (FCAs) for Veterans Integrated Service Network 7 (VISN 7). The objective of this procurement is to evaluate the physical and technical conditions of approximately 235 buildings across various VA Medical Centers and Veterans Benefits Administration offices, ensuring necessary corrective actions are identified and documented. This initiative underscores the VA's commitment to maintaining its infrastructure while supporting veteran-owned businesses, with the selected contractor expected to form a multidisciplinary team and complete assessments within 360 days. Interested firms must submit their qualifications electronically by March 24, 2025, to the Contracting Officer, Andrea Greene, at Andrea.Greene2@va.gov.

    Point(s) of Contact
    Andrea GreeneContracting Officer
    Andrea.Greene2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is inviting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to submit qualifications for Architect/Engineer (A/E) services to conduct Facility Condition Assessments (FCAs) for Veterans Integrated Service Network 7 (VISN 7). The FCA involves visual inspections and reports detailing necessary corrective actions for 235 buildings across various VA Medical Centers. The contract is a firm fixed-price type and requires a multi-disciplinary team consisting of architects, engineers, and specialists. Responses must demonstrate specialized experience, team qualifications, capacity to meet timelines, and past performance with similar projects. A key criterion is using SDVOSBs and other small businesses as subcontractors. Qualifications must be submitted electronically by March 24, 2025, and will be evaluated based on established selection criteria. The highest-ranked firms will be invited for discussions, leading to contract negotiations. Overall, this process emphasizes the VA's commitment to quality facility management and support for veteran-owned businesses, ensuring necessary assessments to maintain and improve VA facility conditions effectively.
    The Department of Veterans Affairs (VA) announces a Request for Qualifications (SF330s) for Architect/Engineer services to conduct Facility Condition Assessments (FCAs) for Veterans Integrated Service Network 7 (VISN 7). This initiative aims to assess the physical and technical conditions of various VA Medical Centers and VBA Regional Offices through on-site inspections, interviews, and research. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The selected contractor will employ a multi-disciplinary team, including architects and engineers, over a project period of 360 days. The selection will be based on demonstrated competence, relevant past experience, professional qualifications, capacity to complete the work within timeline, and the engagement of other small businesses. Offerors must submit their qualifications by March 24, 2025, addressing specific criteria including specialized experience, team qualifications, and past performance. Registration in the System for Award Management (SAM) and SDVOSB certification are mandatory. The RFQ outlines procedures for evaluations, with only the most qualified firms invited for discussions leading to potential contract awards. This process signifies the government’s commitment to supporting veteran-owned enterprises while ensuring quality assessments of vital facilities.
    The document outlines responses to Requests for Information (RFIs) regarding a Request for SF330s (Qualifications) for the Veterans Integrated Service Network (VISN) 7 Facility Condition Assessment (FCA). It clarifies that there is no incumbent contractor for this requirement and emphasizes that eligibility is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), disqualifying non-certified firms. The previous FCA awardee was Romanyk Consulting Corporation. It addresses inquiries about the submission of performance references, allowing previously completed Performance Problem Questionnaires (PPQs) if current client contact information is provided. The document also indicates that amendments will be made to streamline the submission process, specifically by excluding certain parts of the SF330s to facilitate a more efficient application process. This RFI response serves to inform potential respondents about eligibility criteria, submission guidelines, and the evaluation process, reinforcing the government's focus on supporting veteran-owned businesses in contracting opportunities.
    The Department of Veterans Affairs (VA) is conducting a Facility Condition Assessment (FCA) for various VA Medical Centers and Veterans Benefits Administration offices in VISN 7 for fiscal year 2025. The purpose of the FCA is to evaluate the physical and technical conditions of approximately 235 buildings spanning over 9 million gross square feet. A contracted team will perform visual inspections, interviews, and data research to identify necessary corrective actions and update the existing Capital Asset Inventory. Key personnel include Charles J. Williams, the VISN 7 Capital Asset Manager, and multiple contacts within the VA Office of Construction & Facilities Management. The contractor is expected to form a multidisciplinary field team, including architects and engineers, and will require access to the VA’s CAI database to conduct their assessments. The assessment will focus solely on existing conditions, excluding issues related to patient privacy or future equipment needs. The FCA will generate a detailed report with prioritized corrective actions, estimated costs, and a "Top Ten" list highlighting critical deficiencies for each facility. Additionally, the contractor must maintain clear communication with VA officials throughout the project to ensure adherence to approved schedules and protocols. All FCA updates should be completed within 360 days of contract initiation. This RFP exemplifies the VA's commitment to maintaining its infrastructure in optimal condition while ensuring compliance with safety standards and federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    C213--Request for SF330s - VISN 2 Facility Condition Assessment
    Buyer not available
    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). This initiative involves a comprehensive evaluation of approximately 436 buildings, totaling around 13.3 million square feet, requiring a multi-disciplinary team to perform independent inspections and produce a detailed report outlining necessary corrective actions. The FCA is crucial for maintaining the infrastructure and ensuring the safety and quality of services provided to veterans, reflecting the VA's commitment to effective facility management. Proposals must be submitted electronically by March 20, 2025, and interested parties can contact Contract Specialist Andrea Greene at andrea.greene2@va.gov or 202-302-5607 for further information.
    C1DA--NCO 17 AE Short Selection Database FY24 - FY27
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17 (NCO 17), is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an Architect-Engineer (AE) Short Selection Database for fiscal years 2024 to 2027. This initiative aims to streamline the procurement process for AE contracts valued below the simplified acquisition threshold of $250,000, facilitating projects across the VA’s Heart of Texas Health Care Network, which includes multiple VA Medical Centers in Texas. Eligible firms must submit a single PDF containing a cover letter, proof of registration in the System for Award Management (SAM), and the Standard Form 330 detailing their qualifications and relevant project experience by the deadline of September 27, 2023. For further inquiries, interested parties can contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or (254) 987-0201, or Horacio Fernandez at horacio.fernandez@va.gov.
    C1DA--Philadelphia VAMC Multiple Award AE IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms for a Multiple Award Architectural and Engineering Indefinite Delivery Indefinite Quantity (IDIQ) contract at the Philadelphia Veterans Affairs Medical Center (VAMC). The objective is to provide comprehensive A-E services for maintenance, repair, and new construction projects, ensuring adherence to VA and industry standards while focusing on functional, patient-centric, and environmentally responsible designs. This procurement is particularly significant as it promotes the involvement of Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the infrastructure supporting veteran care. Interested firms must submit their SF330 forms by April 18, 2025, with a maximum combined task order amount of $7 million per contract over a five-year duration. For further inquiries, contact Kaitlyn House at Kaitlyn.House@va.gov or call 302-577-0106.
    F--Department of Veterans Affairs (VA), Office of Con
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional environmental, historic preservation, and sustainability support services. The primary objective is to conduct environmental and historic studies for properties designated for new Community Living Centers, including tasks such as Phase I Environmental Site Assessments, biological and cultural resource surveys, and compliance with federal regulations like the National Environmental Policy Act (NEPA) and the National Historic Preservation Act (NHPA). This initiative underscores the VA's commitment to environmental stewardship and community engagement in healthcare infrastructure development. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 19, 2025, and can direct inquiries to Angelina Clements at angelinaclements@ibc.doi.gov or by phone at 571-479-0325.
    C1DA--Project 534-23-102 A/E Replace Roofs Phase 2 (VA-25-00027988)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide professional services for the replacement of roofs at the Ralph H. Johnson VA Health Care System in Charleston, SC, under Project 534-23-102. The objective of this procurement is to address roofs that have reached the end of their useful life, improve thermal insulation for energy efficiency, and ensure compliance with seismic and drainage standards. This initiative is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to supporting veteran-owned enterprises while modernizing its facilities. Interested firms must submit their qualifications using the SF 330 form by March 10, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, contact Kenyon E. Dulaney at Kenyon.Dulaney@va.gov or (470) 882-2776.
    C1DA--NRM-AE PROJ#630-23-110 Replace Roofs Bldg 1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architect-engineering services for the replacement of roofs on Building 1 at the Manhattan VA Medical Center, under project 630-23-110. The selected firm will be responsible for developing comprehensive design documents, technical specifications, and cost estimates for roofing work valued between $500,000 and $1,000,000. This project is part of the VA's commitment to enhancing facility infrastructure while promoting engagement with veteran-owned enterprises. Interested firms must submit their qualifications via Standard Form 330 by March 10, 2025, and can contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov or 917-868-2471 for further information.
    C1DA-- Engineering Services MATOC IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering services under the Engineering Services MATOC IDIQ solicitation (36C26025Q0001). This contract aims to support facilities within the Veterans Integrated Service Network (VISN) 20, covering regions in Alaska, Idaho, Oregon, and Washington, with an estimated total capacity of $65 million. The services will include various engineering tasks such as design and construction, emphasizing the importance of enhancing infrastructure for veteran services. Interested firms should note that the anticipated release date for the solicitation is now set for March 2025, with responses due by July 4, 2025. For further inquiries, potential bidders can contact Helen Woods at Helen.Woods@va.gov or call 253-888-4915.
    549-090 Build Out Underground Parking Area Minor Design - Dallas, TX
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to undertake the project titled "549-090 Build Out Underground Parking Area Minor Design" at the Dallas VA Medical Center in Texas. The objective of this procurement is to convert an existing underground parking area into functional inpatient service spaces, specifically designed to accommodate Biomedical Engineering and Clinical Support Services, covering approximately 12,433 square feet. This project, with an estimated budget of $13,564,100, is crucial for enhancing the operational capacity of the facility to better serve veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications via Standard Form (SF) 330 by March 11, 2025, with the anticipated award date set for June 2025. For further inquiries, potential bidders can contact Contract Specialist Kathryn Allison at Kathryn.Allison@va.gov or Contracting Officer Thomas Kracinovich at Thomas.Kracinovich@va.gov.
    C1DA--Engineering Services MATOC IDIQ
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering services under the presolicitation notice for solicitation number 36C26025R0038. This procurement aims to support facilities within the Veterans Integrated Service Network (VISN) 20, which includes Alaska, Idaho, Oregon, and Washington, and anticipates awarding Multiple Award Task Order Contracts (MATOC) with a cumulative value of $65 million over a base period and four option years. The required services encompass engineering support, including project design and construction services, which are critical for maintaining and improving VA facilities. Interested parties should monitor SAM.gov for the official solicitation release, expected in March 2025, and may contact Helen Woods or Wendy Duval at Wendy.Duval@va.gov for further inquiries.
    C1DZ--620-23-204 Asbestos Survey HVHCS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to conduct an updated asbestos baseline survey at the Castle Point and Montrose campuses. This project, identified as 620-23-204, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires the expertise of a Certified Industrial Hygienist to assess existing asbestos conditions and provide health safety recommendations during operations and renovations. The selected firm will be responsible for delivering updated CAD files, a comprehensive report of findings, and abatement estimates, with the anticipated contract award date before July 10, 2025. Interested parties must submit their qualifications electronically by April 2, 2025, and can contact Dany Humphreys at dany.humphreys2@va.gov or (914) 737-4400 x2066 for further information.