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
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small business architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer Multiple Award Task Order Contract (MATOC). This procurement aims to consolidate contract requirements for engineering services, excluding vertical construction projects, to enhance efficiency and effectiveness in meeting the Army's infrastructure needs. The anticipated solicitation issuance date is set for December 29, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can direct inquiries to Evan Cyran at evan.m.cyran@usace.army.mil or Sherry Rhoden at sherry.s.rhoden@usace.army.mil for further details.
    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.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is soliciting qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on civil planning and design services. This unrestricted contract, which includes a small business reserve, aims to provide essential A-E services for various projects, including flood risk management, water supply, environmental infrastructure, and ecosystem restoration, across the Northwestern Division Area of Responsibility. The total contract capacity is $95 million, with seven awards anticipated, four of which are designated for small businesses. Interested firms must submit their qualifications via the PIEE Solicitation Module by January 15, 2026, and should ensure they are registered in SAM.gov and compliant with relevant regulations. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and Construction Projects related to General Construction within the Boundaries of the U.S. Army Corps of Engineers (USACE), Jacksonville District
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is conducting a Sources Sought Notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on design-build and construction projects related to general construction primarily in Florida. This procurement aims to assess the interest and capabilities of the construction community, including small businesses, to ensure adequate competition for various construction requirements, including new construction, demolition, renovation, and repair projects supporting military and interagency stakeholders. The MATOC will cover a five-year period with a total estimated value of up to $15 million for task orders, with individual task orders expected to range from $10,000 to $80 million. Interested firms must submit their responses by January 9, 2025, to the designated contacts, Ireishal Adams and William Wallace, via email.
    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.
    S214--Mat Cleaning Contract - Environmental Management Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking proposals for a mat cleaning contract under solicitation number 36C24926Q0046. The contract requires the provision of mat cleaning services at the James H. Quillen VA Medical Center and various outpatient clinics in Tennessee and Virginia, including initial inventory, ongoing maintenance, and weekly replacements of mats. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and adheres to a size standard of $8.5 million under NAICS code 561740. Interested contractors must comply with federal, state, and local regulations, and are required to implement a Quality Control Program. The contract will commence on February 3, 2026, and includes four one-year options. For further inquiries, potential bidders can contact Contract Specialist Julio C Gonzalez at julio.gonzalez@va.gov.
    36C25726R0011 | CTX 674-16-016 - Remodel Amphitheater
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contract Office 17, is soliciting bids for the remodel of the Amphitheater at the Olin E. Teague Veterans Medical Center in Temple, Texas, under solicitation number 36C25726R0011. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems, with an estimated construction magnitude between $2,000,000 and $5,000,000. Proposals are due by January 12, 2026, at 10:00 AM CST, and interested contractors must acknowledge receipt of amendments to avoid rejection of their proposals. For further inquiries, contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, emphasizing the importance of fostering small business participation in federal contracting. Interested contractors should note that this opportunity is set aside exclusively for small businesses, and they can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details. The contract will be executed within the North Atlantic Division Area of Responsibility, and potential bidders are encouraged to prepare their submissions in accordance with the guidelines provided in the solicitation.