C1DA--673-107 Purchase Residential Treatment Center Minor Design - Tampa
ID: 36C77624R0130Type: Presolicitation
AwardedApr 30, 2025
$1.4M$1,438,913
AwardeeVALHALLA ENGINEERING GROUP, LLC ENGLEWOOD 80110
Award #:36C77625C0034
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)

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 architect-engineer firms to provide design services for the Purchase Residential Treatment Center Minor Design project located in Hudson, Florida. The objective is to develop complete construction documents, including working drawings and specifications, for the renovation and expansion of a facility that supports veterans with Substance Use Disorder (SUD), enhancing safety features and adding approximately 4,100 square feet of support space. This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction budget between $10 million and $20 million, with the anticipated award of the contract expected by late January 2025. Interested firms must submit their qualifications via the SF 330 form by 2:00 PM ET on September 17, 2024, to Contract Specialist Amanda Webster at Amanda.Webster@va.gov.

    Point(s) of Contact
    Amanda WebsterContract Specialist
    (216) 447-8300
    Amanda.Webster@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks qualifications from architect-engineering firms for a firm-fixed price contract. This presolicitation notice outlines the process for submitting Standard Form 330 packages. The VA seeks to award a contract for design services and construction period services for a residential treatment center in Hudson, Florida. Emphasis is on professional qualifications, specialized experience, capacity, past performance, knowledge of the local area, and experience in construction period services. The solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 541310 and a size standard of $12.5M. Firms must submit their SF 330 packages by the response date to be considered.
    The document outlines the Statement of Work (SOW) for a project to renovate a Residential Treatment Center in Hudson, Florida, specifically for Veterans with Substance Use Disorder (SUD). The project aims to enhance and expand the existing 32 residential and 2 medical beds, adding approximately 4,100 square feet of support space and upgrading safety features, including outdoor surveillance. The design services provided by the architectural and engineering (A-E) consultant include site investigation, design document preparation, cost estimates, and construction oversight, all within a budget of approximately $18.8 million. The project spans various phases, from schematic development to bid documents, with a 365-day period for completion. Key disciplines involved encompass structural, plumbing, HVAC, electrical systems, and environmental assessments, all adhering to strict VA and federal codes, including sustainability goals such as LEED Silver certification. Additionally, the A-E must ensure effective communication and coordination with VA representatives throughout the project lifecycle to ensure compliance with high standards of safety and operational efficiency. This initiative demonstrates the government's commitment to improving facilities for veterans, ensuring they receive optimal care in a secure and functional environment.
    The Past Performance Questionnaire (PPQ) is a key evaluation tool for the Veterans Health Administration (VHA) Program Contracting Activity Central, assessing contractors' past performance for project proposals, particularly for the Tampa VAMC project. The form requires contractors to provide detailed information about their previous contracts, including contact details, project descriptions, and financial data. Evaluators, appointed by the client, complete the questionnaire to rate contractors on various criteria such as quality, timeliness, communication, management, cost control, and subcontractor management. Ratings range from outstanding to unsatisfactory, determining the contractor's capability to deliver as per contract stipulations. Overall, the PPQ serves to ensure that VHA can select reliable and competent contractors for federal projects by thoroughly evaluating past contract performance and capabilities. Feedback gathered from evaluators will inform contractor selection while maintaining a structured format for document submission.
    Similar Opportunities
    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.
    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.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    C1DA--AE Renovate Building 105 Bus Stop - 552-26-503
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the renovation of Building 105 Bus Stop at the Dayton VA Medical Center in Ohio. The project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires comprehensive design services including schematics, cost estimates, construction drawings, and construction period services to enhance the facility's functionality and aesthetics. Key renovations will involve replacing the roofing system, stabilizing the building with refinished windows and doors, upgrading electrical systems, adding period-correct lighting, repairing the tin ceiling, installing a mini-split HVAC system, and replacing exterior concrete elements. Interested contractors must submit an electronic SF330 by December 29, 2025, to both Stacie Hill at stacie.hill@va.gov and Brian Rosciszewski at brian.rosciszewski@va.gov.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Design-Build contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for the design and construction of the new MRI facility, which includes site investigation, demolition, structural modifications, and updates to mechanical, electrical, and plumbing systems. The contract, valued between $2,000,000 and $5,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 740 days, with key deadlines including a site visit on December 17, 2025, and Phase I quotes due by January 6, 2026. Interested parties can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV 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.
    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.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    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.