VA CFM Healthcare A-E IDIQ -- C219
ID: QNE--CFM-25-000007Type: Special Notice
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: OTHER (C219)

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 an Architect-Engineering (A-E) services contract through a Multiple Award Task Order Contract (MATOC) titled "VA CFM Healthcare A-E IDIQ -- C219." This procurement aims to support various projects related to the Veterans Health Administration (VHA) across VA medical facilities, encompassing a wide range of services such as design development, feasibility studies, and construction management, all while ensuring compliance with industry standards and regulations. The total capacity for this contract is approximately $790 million, with around twenty firms expected to be selected over a five-year period. Interested firms must submit their qualifications using the Standard Form (SF) 330 by June 2, 2025, and are encouraged to provide feedback on draft documents by May 9, 2025. For further inquiries, contact Contracting Officer Andrew Page at andrew.page@va.gov.

    Point(s) of Contact
    Andrew PageContracting Officer
    andrew.page@va.gov
    Files
    Title
    Posted
    This document outlines the minimum qualifications for key personnel required to manage architectural and engineering services related to medical facility construction as part of federal and state projects. Each role, including Senior Project Manager, various engineering disciplines, Medical Equipment Planner, and Health Care Planner, mandates a minimum of 10 years of experience and relevant educational backgrounds, detailing knowledge requirements in building codes and standards. Key positions require expertise in areas such as project management, design, construction inspection, historical preservation, and environmental engineering. The emphasis is on the ability of personnel to fulfill responsibilities while adhering to regulations and standards. The document underlines the necessity for qualified professionals to ensure the successful execution of health care facilities projects, reflecting the importance of compliance and effective management in government initiatives related to public health infrastructure.
    This document outlines the minimum qualifications for key personnel required to manage architectural and engineering services related to medical facility construction as part of federal and state projects. Each role, including Senior Project Manager, various engineering disciplines, Medical Equipment Planner, and Health Care Planner, mandates a minimum of 10 years of experience and relevant educational backgrounds, detailing knowledge requirements in building codes and standards. Key positions require expertise in areas such as project management, design, construction inspection, historical preservation, and environmental engineering. The emphasis is on the ability of personnel to fulfill responsibilities while adhering to regulations and standards. The document underlines the necessity for qualified professionals to ensure the successful execution of health care facilities projects, reflecting the importance of compliance and effective management in government initiatives related to public health infrastructure.
    The Department of Veterans Affairs (VA) aims to establish a Multiple Award Task Order Contract (MATOC) for Architect-Engineer (AE) services to support its construction and facilities management needs. The MATOC is designed to enhance project development processes through improved planning, design, and construction practices across various VA facilities nationwide. Services encompass a range of tasks, including facility assessments, design development, sustainable design solutions, feasibility studies, project definition support, and construction quality assurance. Each task order issued under this MATOC will define specific requirements and deliverables and will be established as a firm-fixed price agreement. The contractor will be required to comply with VA standards and regulations while maintaining high-quality standards throughout the execution of the work. The document outlines responsibilities for project management, quality control, and the expectation for significant communication with VA representatives. The MATOC reflects the VA's commitment to meeting healthcare infrastructure needs while addressing service delivery gaps, ensuring sustainability, and directly enhancing the overall effectiveness of facilities in providing services to Veterans. The attached documents will detail key personnel qualifications and performance expectations as relevant to the tasks performed under this contract.
    The document outlines the Scope of Work (SOW) for a Multiple Award Task Order Contract (MATOC) commissioned by the Department of Veterans Affairs (VA) Office of Construction and Facilities Management (CFM). The core objective is to provide Architect-Engineer (AE) services to enhance facilities and healthcare delivery across the VA system. These services encompass a multitude of areas, including facility assessments, technical studies, energy reduction strategies, healthcare planning, and construction quality assurance. The contract highlights the importance of adhering to VA standards, applicable codes, and detailed deliverables for specific task orders, which will include individualized requirements and project specifications. A critical emphasis is placed on effective communication, quality control, and compliance with federal regulations, standards, and safety requirements throughout project execution. Furthermore, the document outlines the management structure, including the roles of key personnel and protocols for quality assurance and task execution, emphasizing professional standards and the importance of clarity in scope development. Overall, the MATOC serves as a framework to reinforce the VA's commitment to improving its infrastructure and healthcare delivery system while maintaining compliance with industry standards and regulations.
    The document is a Past Performance Questionnaire (PPQ) aimed at evaluating contractors for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract under the U.S. Department of Veterans Affairs (VA). It contains two primary sections: 1. **Contractor Information** - This section requires the contractor to provide essential details about the project, including their name, address, contact information, contract title, numbers, award dates, and a description of the completed project. This information helps assess how the contractor's previous work relates to the submission project. 2. **Evaluator Information** - This section allows a client representative to evaluate the contractor's past performance across several criteria: quality, schedule adherence, communication, management effectiveness, financial management, and subcontract management. Each category includes adjectival ratings from "Outstanding" to "Unsatisfactory," offering a structured approach to performance assessment. The completed questionnaire must be returned to the contractor for inclusion in their SF330 submission, rather than submitted directly to the VA. This document serves as a vital tool for the VA to determine the contractor's qualifications and performance history relevant to future government projects.
    The document is a Past Performance Questionnaire (PPQ) aimed at evaluating contractors for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract under the U.S. Department of Veterans Affairs (VA). It contains two primary sections: 1. **Contractor Information** - This section requires the contractor to provide essential details about the project, including their name, address, contact information, contract title, numbers, award dates, and a description of the completed project. This information helps assess how the contractor's previous work relates to the submission project. 2. **Evaluator Information** - This section allows a client representative to evaluate the contractor's past performance across several criteria: quality, schedule adherence, communication, management effectiveness, financial management, and subcontract management. Each category includes adjectival ratings from "Outstanding" to "Unsatisfactory," offering a structured approach to performance assessment. The completed questionnaire must be returned to the contractor for inclusion in their SF330 submission, rather than submitted directly to the VA. This document serves as a vital tool for the VA to determine the contractor's qualifications and performance history relevant to future government projects.
    The Department of Veterans Affairs (VA) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for an Architect-Engineering (A-E) services contract through a Multiple Award Task Order Contract (MATOC). This firm-fixed-price contract aims to support various projects related to the Veterans Health Administration (VHA) across VA medical facilities in the U.S. and its territories. The A-E services encompass a wide range of tasks such as design development, feasibility studies, and construction management, ensuring compliance with industry standards and regulations. Eligible firms must submit the Standard Form (SF) 330, providing detailed information on specialized experience, professional qualifications, past performance, and capacity to manage multiple projects. The evaluation will prioritize technical expertise, project management capabilities, and compliance with VA standards. Approximately twenty firms will be selected for this five-year contract, with a total of $790 million in potential task orders. The submission deadline is June 2, 2025, and all interested firms must be registered and verified as SDVOSBs through the SBA’s VetCert program. This procurement represents the VA’s commitment to engaging veteran-owned businesses in crucial infrastructure and service improvements for the health of veterans.
    The Department of Veterans Affairs (VA) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for an Architect-Engineering (A-E) services contract through a Multiple Award Task Order Contract (MATOC). This firm-fixed-price contract aims to support various projects related to the Veterans Health Administration (VHA) across VA medical facilities in the U.S. and its territories. The A-E services encompass a wide range of tasks such as design development, feasibility studies, and construction management, ensuring compliance with industry standards and regulations. Eligible firms must submit the Standard Form (SF) 330, providing detailed information on specialized experience, professional qualifications, past performance, and capacity to manage multiple projects. The evaluation will prioritize technical expertise, project management capabilities, and compliance with VA standards. Approximately twenty firms will be selected for this five-year contract, with a total of $790 million in potential task orders. The submission deadline is June 2, 2025, and all interested firms must be registered and verified as SDVOSBs through the SBA’s VetCert program. This procurement represents the VA’s commitment to engaging veteran-owned businesses in crucial infrastructure and service improvements for the health of veterans.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    C1DA--NCO 17 AE Short Selection Database FY24 - FY27
    Veterans Affairs, Department Of
    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--Lebanon VAMC Master Plan FY26 (VA-26-00019056)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking qualified architectural and engineering firms to develop the Lebanon VA Medical Center Master Plan for Fiscal Year 2026. The selected firm will provide comprehensive design services, including an analysis of demographics, healthcare delivery systems, and existing physical structures to create a strategic master plan over a period of 365 calendar days. This opportunity is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with submissions due by December 17, 2025, at 4:00 PM Eastern Time. Interested firms must ensure they are verified SDVOSBs in the System for Award Management (SAM) and submit their SF330 packages electronically to the designated contacts, Kaitlyn Szlachta and Elijah McIntosh.
    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.
    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.
    SOURCES SOUGHT NOTICE - VISN 7 CONSTRUCTION MATOC 36C24726R0026
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, has issued a Sources Sought Notice for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Multiple Award Task Order Contract (MATOC) focused on construction services within VISN 7, which includes Alabama, Georgia, and South Carolina. This procurement aims to identify qualified SDVOSBs capable of providing a range of construction services, including demolition, renovation, and new construction, under a NAICS code of 236220, with a size standard of $45 million. The MATOC is projected to have a maximum order limitation of $700 million over five years, with individual task orders ranging from $2,000 to $20,000,000, highlighting the significant scale and importance of these services for the VA. Interested parties must respond by December 10, 2026, providing necessary company information and certifications to Elissa Goodman at elissa.goodman@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.
    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.
    C1DZ--AE Upgrade Nurse Call System 538-26-201 - VAMC Chillicothe
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for upgrading the Nurse Call System at the Chillicothe VA Medical Center, under Project Number 538-26-201. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $500,000 and $1,000,000, aimed at enhancing healthcare communication systems within the facility. Interested firms must submit their qualifications using Standard Form (SF-330) by January 6, 2026, at 2:00 PM ET, and should ensure they are SBA certified as SDVOSB/VOSB and registered in the System for Award Management (SAM). For further inquiries, contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    C223--Air Handlers with Auxiliary Chillers (A/E Design)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to establish a design contract for the replacement of Air Handling Units and Auxiliary Chillers at the Durham VA Medical Center in North Carolina. The selected firm will provide comprehensive investigative services, prepare contract drawings and specifications, and offer construction period services, all under a Single Award Task Order Contract (SATOC) with a five-year performance period. This project is critical for addressing HVAC deficiencies identified in a recent Facility Conditions Assessment, ensuring the continued operation of the medical center while enhancing its infrastructure. Interested firms must submit their SF330 qualifications by 8:00 AM EST on January 12, 2026, and must be verified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to be eligible for consideration, with an estimated construction cost ranging between $5,000,000.00 and $10,000,000.00. For further inquiries, contact Keith Hunter at keith.hunter@va.gov or call 757-315-2647.