ContractSolicitation

Q702--American Lake / Puget Sound, Phase 2, Bldg 201 Initial Outfitting, Transitioning and Activation Services (IOT&A)

DEPARTMENT OF VETERANS AFFAIRS 36C77626Q0155
Response Deadline
Jun 1, 2026
34 days left
Days Remaining
34
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is seeking Initial Outfitting, Transition, and Activation (IOT&A) services for the VA Puget Sound Healthcare System’s American Lake VA Medical Center Building 201 and related Phase 2 outfitting work. The scope includes project management, interior design, space planning, CONOPS and transition planning, activation support, FF&E coordination, acquisition support, and deliverables such as an Activation Integrated Master Schedule, management plans, room-by-room equipment lists, 3D design renditions, and acquisition packages. The requirement is tied to the new outpatient medical center at American Lake, uses a Government-provided SharePoint site for project documentation, and is described with a 37-month base period plus optional warehousing and activation services, with completion targeted for late February 2030. The solicitation is a firm-fixed-price service-disabled veteran-owned small business set-aside under NAICS 541614, and no separate deadline, funding amount, or contract value is provided in the available materials.

Classification Codes

NAICS Code
541614
Process, Physical Distribution, and Logistics Consulting Services
PSC Code
Q702
TECHNICAL MEDICAL SUPPORT

Solicitation Documents

21 Files
36C77626Q0155.docx
Word17 KBApr 15, 2026
AI Summary
The Department of Veterans Affairs (VA) Program Contracting Activity Central (PCAC) issued a presolicitation notice for Initial Outfitting, Transitioning, and Activation (IOTA) Services for the new American Lake VA Medical Center, Building 201, within the VA Puget Sound Healthcare System. This requirement, set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), seeks non-personal IOTA services to support the activation of the new Outpatient Medical Center. The firm-fixed-price contract is estimated for 43 months. The new facility, Building 201, will house various services including Cardiology, Gastrointestinal/Endoscopy, Pharmacy, Infusion, and Surgical/Endovascular Services. The solicitation is anticipated to be posted around May 1, 2026, with an estimated closing date of June 8, 2026. Interested SDVOSBs must be verified by the VA and meet NAICS code 541614 small business size standards. Questions should be directed via email to Kathleen.Klotzbach@va.gov.
36C77626Q0155 0001.docx
Word25 KBApr 27, 2026
AI Summary
This document, Amendment 0001 to Solicitation 36C77626Q0155 from the Department of Veterans Affairs, incorporates a new clause, 52.222-90, titled "ADDRESSING DEI DISCRIMINATION BY FEDERAL CONTRACTORS (APRIL 2026)." This clause prohibits contractors and subcontractors from engaging in racially discriminatory diversity, equity, and inclusion (DEI) activities, defined as disparate treatment based on race or ethnicity in various employment and program participation contexts. Contractors must provide information for compliance, report subcontractor noncompliance, and acknowledge that noncompliance can lead to contract termination or ineligibility for future government contracts. The clause is material to government payment decisions and must be included in all subcontracts, except those performed outside the United States. The amendment was issued by the Department of Veterans Affairs, Program Contracting Activity Central, on April 27, 2026.
ATTACHMENT R - Pricing Worksheet - American Lake B201.xlsx
Excel36 KBApr 27, 2026
AI Summary
The document outlines a pricing workbook for federal government RFPs, specifically detailing labor categories, rates, hours, and pricing for pre-activation and activation services over a four-year period. It includes tasks such as project management, interior design, acquisition planning, CONOPS, transition planning, relocation, and post-occupancy support. The document also covers optional tasks like staff training and warehousing services, including fixed-price warehouse rent. Key instructions emphasize providing labor rates for all years, differentiating between prime and sub-contractor roles, and ensuring pricing consistency between the workbook and Section B. It also notes that travel costs for both IOTA and Activation Services will be added separately by the government and are not included in the total evaluated price. The document explicitly states that labor categories and rates provided are examples only, and contractors are responsible for verifying all auto-populated totals.
ATTACHMENT Q - AMERICAN LAKE B201 UPDATED PROJECT ROOM CONTENTS LIST.xlsx
Excel479 KBApr 27, 2026
AI Summary
The document, titled "Project Room Contents AMERICAN LAKE BLDG 201 CD4.3 PROGRAM," details the space requirements for Building 201 at the VA Puget Sound HCS-American Lake Div. for the projected year 2024. The file outlines various departments and their respective functional areas and rooms, including Computer Areas, Pharmacy Service, Office of Information & Technology, Surgical/Endovascular Services, Ambulatory Surgery Center Support Area, Cardiology Service, GI-Endoscopy Service, Pathology and Laboratory Medicine Service, Pulmonary Medicine Service, and Sterile Processing Service. It meticulously lists specific rooms such as server rooms, patient areas, consultation rooms, offices, laboratories, and support areas, often specifying their function (e.g., "Remote Server Room, OIT," "Endoscopy Procedure Room, GI-Endo Svc"). The document also includes administrative details like project creation and last edit dates, along with a privacy notice indicating it's "FOR OFFICIAL USE ONLY." This comprehensive listing serves as a detailed inventory of current and projected space utilization within the facility.
ATTACHMENT P - Wage Determination Washington Counties.pdf
PDF4744 KBApr 27, 2026
AI Summary
The document is a wage determination under the Service Contract Act for Washington State, specifically King and Snohomish Counties, effective December 3, 2025. It lists prevailing wage rates for numerous administrative, automotive, food service, health, IT, and other occupations. The determination outlines fringe benefits, including health and welfare ($5.55/hour or $222/week), vacation (2-4 weeks based on service), and eleven paid holidays. It details specific regulations for computer employees and night/Sunday pay for air traffic controllers and weather observers. Hazardous pay differentials (4% or 8%) apply to work with ordnance and explosives, and uniform allowance policies are also specified. The document also describes the conformance process for unlisted job classifications, emphasizing the use of Standard Form 1444 and adherence to the Service Contract Act Directory of Occupations.
ATTACHMENT O - VSC Security Package 7.15.2025.pdf
PDF2230 KBApr 27, 2026
AI Summary
The Department of Veterans Affairs (VA) VHA 106A WMC HROO PerSec Contractor Team outlines comprehensive procedures for ensuring contractor security requirements are met in accordance with OPM and federal regulations. The process involves submitting a Contractor Request Form, PII, and other required documents to VHAWMCPerSecContractor@va.gov. Services include fingerprint adjudication, verification of existing investigations, initiation of new investigations via the eApp system, and PIV badge adjudication. Strict guidelines for submission, communication, and managing changes in contracted personnel are provided. Key forms include the Contract Security Services Request, a supplemental form for large rosters, a Fingerprint Request form, and the Optional Form 306, which collects extensive personal and background information for federal and federal contract employment suitability. Additionally, a Self-Certification of Continuous Service form is required to verify employment history.
ATTACHMENT N - PDAT Summary - American Lake.pdf
PDF587 KBApr 27, 2026
AI Summary
The document outlines a matrix for
ATTACHMENT M - QASP.docx
Word72 KBApr 27, 2026
AI Summary
The Department of Veterans Affairs (VA) Puget Sound Healthcare System's Quality Assurance Surveillance Plan (QASP) outlines a systematic approach to monitor the Initial Outfitting, Transition, and Activation (IOT&A) Services Contract for the American Lake VA Medical Center Building 201. This QASP details what will be monitored, how, by whom, and how results will be documented, ensuring the contractor meets performance standards specified in the Performance Work Statement (PWS) and Quality Control Plan. The plan emphasizes a performance management approach focused on achieving outcomes rather than prescribing methods. Key services include project management, interior design, transition planning, and activation services, with several optional tasks. The QASP defines government roles (Contracting Officer, COR) and contractor responsibilities, outlining surveillance methods like 100% inspection, random sampling, and addressing customer complaints. It also details acceptable quality levels, incentives, disincentives, and procedures for documenting both acceptable and unacceptable performance through various assessment forms and corrective action reports. Performance is assessed quarterly, with annual reviews conducted by the COR, using a rating system from 'Exceptional' to 'Poor.'
ATTACHMENT L - Procurement Package Template and 6500 1.12.2026.pdf
PDF1668 KBApr 27, 2026
AI Summary
The document, "Customer Reference Guide/Procurement Package Attachment 3: Equipment & Supply," outlines standardized procedures for submitting equipment and supply procurement requests within the Department of Veterans Affairs (VA). It covers essential steps such as completing checklists, submitting documentation electronically, and adhering to various federal regulations and VA directives. Key areas include COR nomination, funding requirements (2237 form), Integrated Product Team (IPT) involvement for major acquisitions, Pre-Procurement Assessments for medical devices, FITARA compliance for IT acquisitions, trade-in considerations, and comprehensive acquisition planning. The guide also details market research techniques, requirements for full and open competition justifications, functional performance specifications, proper line item establishment, and independent government cost estimates. It emphasizes using mandatory government sources, providing detailed delivery information, and addressing security requirements for contractor personnel and IT systems. The document aims to ensure efficient, compliant, and well-documented procurement processes for equipment and supplies within the VA.
ATTACHMENT K - Furniture IDIQ Templates.pdf
PDF1481 KBApr 27, 2026
AI Summary
The VHA Healthcare Furniture IDIQ Procurement Checklist standardizes the acquisition process for healthcare furniture projects within the Department of Veterans Affairs. This document outlines requirements for procurement requests, including funding status, compliance with VA directives like mandatory IDIQ use (VHA Directive 1761.1), and justifications for sole-source procurements. It details various service categories such as furniture design, installation, reconfiguration, and project management, specifying contractor responsibilities for delivery, assembly, property protection, and job site cleanliness. Key aspects include adherence to safety guidelines, professional certifications, warranty provisions, and detailed project management requirements. The checklist also incorporates a Market Research Worksheet to document prior purchases and techniques used for market research, ensuring competition and cost-effectiveness. The overall purpose is to streamline procurement, ensure quality, and comply with federal regulations for furniture and related services across VA facilities.
ATTACHMENT J - Proposed FTE Report.xlsx
Excel23 KBApr 27, 2026
AI Summary
This document outlines the required information and data for federal government RFPs, grants, and state/local RFPs, specifically for tracking new positions and personnel. It details various fields such as Department/Service, Clinic/Program Name, Projected 1st Use date, Position Description, Grade, # Current FTEE, # New FTEE, New Hire Justification, Activation support, % Time spent on activation tasks, Planned Announcement Date, Planned On-board Date, Planned full FY salary & benefits, Planned pro-rated FY salary & benefits, Position(s) approved, # Approved, Date Approved, Salary Appropriation, Request Comments, Item Type, and Path. Contractors are required to directly enter this data into a SharePoint tool. The document serves as a template for personnel-related data submissions, ensuring standardized reporting for new hires and their associated budgetary and timeline details within government projects.
ATTACHMENT I - Equipment Inventory_ReUse and Disposal Plan Template.xlsx
Excel15 KBApr 27, 2026
AI Summary
The provided document outlines the data requirements for a federal government project, likely an RFP or grant, focusing on asset management within various departments and buildings. Contractors are required to utilize a SharePoint tool for direct data entry. Key data points include functional area, building and room numbers, room function, asset type, employee ID, item description, quantity per room, model and serial numbers, acquisition and replacement dates, disposal or reuse status, re-installation needs, and power and wall backing requirements. The document emphasizes that while the attachment provides a representation of required information, the actual deliverables are defined within the SharePoint tool, streamlining data collection for inventory and asset tracking purposes.
ATTACHMENT H - Integrated Move Plan Template.xlsx
Excel18 KBApr 27, 2026
AI Summary
The provided government file outlines the required information and data for tracking and managing moves within a federal agency, specifically designed for entry directly into a SharePoint system. This document serves as a template or guide for contractors to input essential details related to personnel and equipment relocation. Key data points include planned and revised move dates, current and new building/room assignments, inventory of furnishings, equipment, and boxes, employee names, and various key and IT-related information. The purpose is to ensure a standardized and comprehensive record of all move-related activities, facilitating efficient tracking and coordination of departmental and functional area relocations. This type of information is crucial in government operations for resource management, facility planning, and maintaining accurate records of assets and personnel.
ATTACHMENT G - Room Contents Acq Plan Template 9.21.2023.xlsx
Excel608 KBApr 27, 2026
AI Summary
This document outlines the required data entry information and process for a government project, likely related to federal RFPs, grants, or state/local RFPs. Contractors are mandated to use SharePoint for direct data entry. The attachment serves as a representation of required information, with actual deliverable data/information requirements defined within the SharePoint tool. Key data fields include Department, Functional Area, Room Code (typically from SEPS), Room #s, Room Name, # of rooms, JSN, Item, Qty/Room, Total Qty, and whether an item is New or Re-use. The 'New or Re-use' field is a required choice, with 'New' as the default, determining how an item is acquired and installed. The 'Acquisition Code' is a calculated field and should not be manually entered.
ATTACHMENT F - WBS Template.pdf
PDF5205 KBApr 27, 2026
AI Summary
This government file outlines a comprehensive project schedule spanning from January 2019 to November 2021, detailing various phases including general administration, building preparation, acquisitions, operations, communication, and deactivation. Key milestones include the stand-up of an IPT, building acceptance, the first patient day, and a ribbon-cutting ceremony. The project involves extensive tasks such as developing management plans (Risk, Schedule, Project Charter, Acquisition, Move, Communication, Human Resources), acquiring furniture, artwork, and supplies, installing equipment like monitors, message boards, phones, and computers, and managing staff moves and clinic operations. Critical activities also include establishing access control systems, conducting various inspections (safety, infection control), and ensuring compliance with regulations like Joint Commission. The final phase covers deactivation procedures for the vacated space, including removing excessed items and cleaning. The document emphasizes meticulous planning and coordination across multiple departments to ensure a smooth transition and operational readiness.
ATTACHMENT E - Change Management Plan and Log Template.xlsx
Excel14 KBApr 27, 2026
AI Summary
The document outlines data entry requirements for government files, emphasizing that actual deliverable data and information are defined and managed within a SharePoint tool. Contractors are explicitly instructed to utilize SharePoint for direct data entry into the system. The file lists various data fields required for tracking, including "Created," "Impacted Department," "Description," "Change Justification," "Issue Status," "Priority," "Impact to schedule," "Anticipated Cost," "Disposition Date," "Approved By," and "Comments." This structure suggests a standardized process for managing and documenting changes, issues, or project-related information within a federal, state, or local government context, ensuring consistent data capture and accountability.
ATTACHMENT D - Risk Management Plan and Register Template.xlsx
Excel15 KBApr 27, 2026
AI Summary
The provided document outlines the required data and information for risk management within a government project, likely associated with federal or state RFPs or grants. It specifies that the contractor must use a SharePoint tool for direct data entry. Key data fields include Risk Severity, Title, Issue Status, Category, Impact of Risk, Probability of Risk, Mitigation, Created, Assigned To, Date Resolved, and Comments. This system ensures structured tracking and management of project risks, emphasizing direct data input into a centralized digital platform for efficiency and standardized reporting.
ATTACHMENT C - Contract Staff Roster.pdf
PDF45 KBApr 27, 2026
AI Summary
The document is a template for a
ATTACHMENT B - Travel Authorization Request.pdf
PDF88 KBApr 27, 2026
AI Summary
The document is a Travel Authorization Request form, designed for federal, state, and local government entities. It collects essential information for travel approval, including the requestor's details, organization, position, travel dates, origin, destination, and purpose of the trip. The form also requires specifying the associated task, subtask, or deliverable, duration of the trip, and approximate costs for transportation, lodging, per diem, and other expenses, culminating in a total cost. A section for an approving official's name, signature, and approval status (Yes/No) is included, along with a space for comments. This form streamlines the process of requesting and approving official travel within government operations, ensuring accountability and financial oversight.
ATTACHMENT A - IOTA PWS - American Lake B201 - Final.pdf
PDF928 KBApr 27, 2026
AI Summary
This Performance Work Statement outlines the requirement for Initial Outfitting, Transition, and Activation (IOT&A) services for the VA Puget Sound Healthcare System - American Lake VA Medical Center's new Outpatient Medical Center. The project, slated for completion by late February 2030, involves comprehensive project management, interior design, FF&E and space planning, CONOPS and transition planning, and acquisition support. Key deliverables include an Activation Integrated Master Schedule (AIMS), various management plans, room-by-room equipment lists, 3D design renditions, and acquisition packages. The contract is a Firm-Fixed-Price (FFP) Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the contractor's role in facilitating a seamless activation while adhering to numerous federal and VA regulations and standards. The contractor must utilize a Government-provided SharePoint site for all project documentation and information sharing.
36C77626Q0155_1.docx
Word111 KBApr 27, 2026
AI Summary
This government solicitation, 36C77626Q0155, issued by the Department of Veterans Affairs, outlines a requirement for Initial Outfitting, Transitioning, and Activation (IOT&A) services for the American Lake Medical Center. The contract includes a 37-month base period for pre-activation IOT&A services and travel, with optional tasks for 8 months of warehousing/management and 7 months of activation services and travel. Key clauses cover commercial contract terms, general and security-related prohibitions (e.g., covered telecommunications equipment, specific foreign entities, and information system safeguarding), and detailed invoicing and payment procedures. The solicitation specifies a total small business set-aside with NAICS code 541614 and a $20 million size standard. Contractors must adhere to various FAR and VAAR clauses, including those related to subcontracting limitations, equal opportunity, and electronic payment submissions, along with supplemental insurance requirements. The document emphasizes compliance with federal regulations and timely reporting of any non-compliant products or services.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 15, 2026
amendedLatest Amendment· Description UpdatedApr 27, 2026
deadlineResponse DeadlineJun 1, 2026
expiryArchive DateJul 1, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC (36C776)

Point of Contact

Contractor
Heidi Gallaher (Contractor)

Official Sources