C1DA--National AE IDIQ MATOC On-Ramping Opportunity 1
ID: 36C77626R0013Type: Presolicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

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

Set Aside

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

    The Department of Veterans Affairs (VA) is offering an On-Ramping Opportunity for its National Architect-Engineering (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This contract aims to provide a range of A-E services, including design development, project management, and construction period services, with an emphasis on compliance with VA standards and federal regulations. The MATOC has a total capacity of $5 billion over a ten-year period, with a minimum guaranteed fee of $2,500 for selected firms, and submissions are due by January 15, 2026, at 1:00 PM ET. Interested parties should contact Sheila Vickers at sheila.vickers@va.gov or call 813-816-7155 x100434 for further details.

    Point(s) of Contact
    Sheila VickersContract Specialist
    813-816-7155 x100434
    Contracting Officer
    sheila.vickers@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Program Contracting Activity Central (PCAC) has issued a presolicitation notice (36C77626R0013) for an On-Ramping Opportunity for its National Architect-Engineering (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This opportunity is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 541330. The response deadline is January 15, 2026, at 13:00 Eastern Time. The notice directs interested parties to review attached documents for complete details, including the Request for SF 330, Scope of Work, Past Performance Questionnaire, and Technical Question Responses from previous rounds. The contracting office is located in Independence, OH, and points of contact are Sheila Vickers and Megan Dohm.
    This is an on-ramping opportunity for the Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) services. This is not a Request for Proposal, but a request for SF 330 Architect-Engineer Qualification Packages. The contract is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, with NAICS Code 541330 “Engineering Services” and a $25.5M annual small business size standard. The MATOC has a ten-year ordering period ending September 25, 2035, with a shared $5 billion capacity. The government intends to select multiple firms, each guaranteed a minimum fee of $2,500. Submissions are due by January 15, 2026, at 1:00 PM ET, via email, with specific formatting and content requirements. Key evaluation criteria include specialized experience, professional qualifications, past performance, quality control, capacity, construction period services experience, and knowledge of locality. SDVOSB certification is mandatory at the time of submission and award.
    This document outlines the Statement of Work for Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple Award Task Order Contracts (MATOC) across the Nationwide VA network. It details the scope of required A-E services, including project site investigation, design development, cost estimating, procurement support, construction period services, and project/construction management. The services cover multi-disciplinary planning and design for various facility types, emphasizing adherence to VA standards, federal laws, and environmental regulations. Key phases of completion include pre-design, schematic design, design development, and construction documents, each with specific deliverables and review periods. The document also specifies qualifications for project managers, construction managers, and commissioning agents, and outlines invoicing, payment, and general administrative requirements.
    The Past Performance Questionnaire (PPQ) is a crucial document used by the Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) to evaluate offerors for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract under the national Architect and Engineer (A-E) Multiple Award Task Order Contract (MATOC) – 36C77623R0005. The questionnaire is divided into two main sections: Contractor Information and Evaluator Information. Section 1, completed by the contractor, details contract information such as title, number, type, location, award dates, and original and final prices, along with a project description and its relevance. Section 2, completed by the client (evaluator), assesses the contractor's past performance across several critical areas: quality, schedule/timeliness, communication, management/personnel, cost/financial management, and subcontract management. Evaluators provide adjectival ratings (Outstanding, Above Average, Satisfactory, Unsatisfactory, Not Applicable) and comments for each category, culminating in an overall rating and a statement on whether they would rehire the firm. The completed PPQ is returned to the offeror for inclusion in their SF330 submission, ensuring VHA-PCAC can thoroughly assess a firm's ability to perform the work described in the solicitation.
    This document addresses technical questions regarding a nationwide Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Architect-Engineer (A-E) services. Key clarifications include a firm page limit of 35 pages for submissions, confirmation that planning resumes are not required for the initial IDIQ evaluation, and specific instructions for providing professional license information and SDVOSB compliance statements within the SF 330 form. The document also clarifies that Construction Period Services (CPS) experience should be detailed in both Section F and Section H of the submission. Geographic location is not evaluated at the IDIQ level but will be a factor for task order evaluations. The VA intends to make as many awards as possible, and there are no incumbent contracts. All IDIQ holders will have the opportunity to submit on task orders, and the VA will not conduct geographic interest surveys. No favoring or additional credit will be given for joint ventures, and the factors are weighted in descending order of importance. The due date for responses will not be extended.
    This document outlines responses to technical questions regarding a government Multiple Award Task Order Contract (MATOC) for Architect-Engineer (A-E) services, focusing on federal government RFPs. Key clarifications include the expansion of the MATOC's scope to incorporate Electronic Health Record Modernization (EHRM) designs, in addition to PACT Clinic, radiologic, and healthcare infrastructure projects. Offerors are permitted to customize SF330 forms with company logos, colors, and charts, provided that content for evaluation remains within standard margins and uses a 12-point font, with an exception for the organizational chart in Section C. Previously completed Past Performance Questionnaires (PPQs) are acceptable, but each project submitted under Factor 1 must have a corresponding PPQ or CPARS evaluation as per Factor 3 requirements. Finally, only the SF330 PDF pages contribute to the page limit, excluding separate accompanying documents such as those containing SDVOSB information.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOURCES SOUGHT NOTICE - VISN 7 CONSTRUCTION MATOC 36C24726R0026
    Buyer not available
    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.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    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 aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties 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.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil 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.
    C1DZ--557-21-103 Correct Critical Roof and Exterior Wall Deficiencies AE Construction Period Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, intends to award a sole-source contract to EO. West Point Engineers, PLLC, a Service-Disabled Veteran Owned Small Business (SDVOSB), for construction period services related to the "557-21-103 Correct Critical Roof and Exterior Wall Deficiencies" project at the Carl Vinson VA Medical Center in Dublin, GA. This project aims to address critical deficiencies in the roof and exterior walls of the facility, ensuring the integrity and safety of the medical center. The procurement falls under the NAICS code 541330, with a small business size standard of $25.5 million, and interested parties may submit capability statements to Pamela Moffitt at Pamela.Moffitt@va.gov by December 11, 2025, at 1:00 PM ET.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Buyer not available
    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.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. Contractors are required to provide all labor, materials, equipment, and supervision necessary to remove and replace an old trench cap, as outlined in the Statement of Work, while adhering to safety regulations and environmental disposal guidelines. This project is crucial for maintaining the infrastructure of the facility, ensuring a safe and functional environment for veterans. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. Interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    C211--589-26-472, Upgrade Pharmacy & Pharmacy Compounding Suite HVAC MC - (VA-26-00011104)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Architectural and Engineering (A/E) firms to provide services for the project titled "Upgrade Pharmacy & Pharmacy Compounding Suite HVAC MC" at the Kansas City VA Medical Center. The project aims to design dedicated HVAC systems for pharmacy suites, repair existing floors and ceilings, and ensure temporary HVAC solutions during construction, with an estimated contract value between $2 million and $5 million. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, and submissions must address various evaluation criteria, including professional qualifications and past performance. Interested firms must submit their SF330 qualification packages by December 5, 2025, with the anticipated contract award date set for April 30, 2026. For further inquiries, contact David Sterrett at david.sterrett@va.gov or call 913-946-1146.