Request for A-E Qualifications (SF 330s) - VISN 9 Facility Condition Assessment -- C213
ID: QSE--36C10F25R50016Type: Combined Synopsis/Solicitation
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: INSPECTION (NON-CONSTRUCTION) (C213)

Set Aside

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

    The Department of Veterans Affairs (VA) is seeking Architect-Engineer (A/E) qualifications for a Facility Condition Assessment (FCA) across eight VA Medical Centers in Veterans Integrated Service Network 9 (VISN 9). The selected contractor will conduct comprehensive assessments, including visual inspections, interviews, and data analysis for approximately 164 buildings totaling over 6.4 million gross square feet, with the goal of identifying corrective actions and updating existing FCA data. This assessment is crucial for maintaining the operational integrity and safety of VA facilities, ensuring they meet the needs of veterans. Interested firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their qualifications by August 18, 2025, with an anticipated contract value between $1 million and $2 million. For further inquiries, contact Andrea Greene at Andrea.Greene2@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Past Performance Questionnaire (PPQ) is a critical document used by the U.S. Department of Veterans Affairs (VA) Office of Construction & Facilities Management (CFM) to evaluate offerors for Facility Condition Assessment (FCA) contracts. The form is divided into two main sections: Contractor Information and Evaluator Information. Section 1, completed by the contractor, details company information, contract specifics (title, number, type, location, dates, and prices), and a project description outlining its scope and relevance. Section 2, completed by the client/evaluator, assesses the contractor's past performance across several key areas: quality, schedule/timeliness, communication, management/personnel, cost/financial management, and subcontract management. Evaluators provide adjectival ratings (Outstanding, Above Average, Satisfactory, Unsatisfactory, Not Applicable) based on defined criteria and offer detailed comments. The form concludes with a summary question on re-hiring the firm and an overall rating. The PPQ is returned to the offeror for inclusion in their SF330 submission, not directly to VA CFM. Adjectival rating definitions are provided for guidance but are removed for evaluation purposes.
    The VA Office of Construction & Facilities Management has prepared a Past Performance Questionnaire (PPQ) aimed at evaluating contractors for a Facility Condition Assessment (FCA) contract. The document is divided into two main sections: contractor information, which must be completed by the contractor, and evaluator information, which is to be filled out by the client assessing the contractor's past performance. Contractors are required to provide details such as contact information, project scope, contract specifics, and financial details. Evaluators must comment on the contractor’s performance in several key areas, including quality, schedule adherence, communication, management effectiveness, cost management, and subcontractor management. Ratings range from "Outstanding" to "Unsatisfactory" based on performance metrics. This PPQ serves as a critical tool for the VA to ensure that they select capable contractors for ongoing and future projects, aiming to uphold high standards of performance and accountability in their contracting process.
    The Department of Veterans Affairs (VA) is seeking Architect/Engineer (A/E) services for Facility Condition Assessments (FCA) across eight VA Medical Centers in Veterans Integrated Service Network 9 (VISN 9). This request, specifically for SF 330 Architect-Engineer Qualifications, is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The selected firm will perform comprehensive assessments, including tours, interviews, and inspections, to identify corrective actions for approximately 164 buildings totaling over 6.4 million gross square feet. A multi-disciplinary team, including a Project Manager, Architect, various Engineers (Electrical, Mechanical, Structural, Civil), an Elevator/Transport Specialist, and a Cost Estimator, is required. The contract type is Firm Fixed-Price with a 480-calendar-day period of performance. Selection criteria prioritize specialized experience, professional qualifications of the team, schedule and capacity, past performance, geographical proximity, and commitment to using other small businesses. Submissions are due by August 18, 2025, and firms must be registered with SAM.gov and the Small Business Administration as an SDVOSB.
    The Department of Veterans Affairs (VA) is seeking Architect/Engineer (A/E) qualifications for a Facility Condition Assessment (FCA) for Veterans Integrated Service Network 9 (VISN 9). This request is specifically intended for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) as a 100% set-aside. The FCA aims to visually inspect and document the conditions of approximately 6.47 million square feet across 164 buildings at various VA Medical Centers in Kentucky and Tennessee. Interested firms must submit an SF 330 qualifications package, highlighting relevant experience, team qualifications, past performance, and capacity to complete the assessment within 480 days. Selection will be based on a series of criteria, including specialized experience, team qualifications, past performance, geographical knowledge, and the use of small businesses. Submissions must comply with specific formatting guidelines and be received by 3:00 PM ET on August 18, 2025. The A/E Evaluation Board will assess qualifications to rank firms for further discussions, potentially leading to contract award for final negotiations. Eligible firms must be registered with SAM and certified as SDVOSBs to participate.
    The document addresses frequently asked questions regarding a Request for Architect-Engineer (A-E) Qualifications (SF330s) for VISN 9 Facility Condition Assessments (FCA). Key points include: the past performance range will remain six years consistent with FAR 42.1503(g); the anticipated contract magnitude is between $1,000,000 and $2,000,000; the selected contractor must enter FCA data into the VA's CAI database; and while A/E firms can use their own technology platforms, all data must be updated in the CAI database. Detailed building information, standardized assessment templates, specific codes, and cost guidelines will only be provided to the highest-rated firm selected for negotiations. Local facility staff will be available for site visits, and existing documentation will be provided. Deliverables will be reviewed after each station assessment. Professional licenses from any of the 50 US states are acceptable for architects and engineers.
    The Department of Veterans Affairs (VA) Office of Construction Facilities Management (CFM) requires a contractor to perform independent Facility Condition Assessments (FCA) for the Southeast District VISN 9. This involves visually inspecting 164 buildings across seven VA Medical Centers (VAMCs) in Kentucky and Tennessee, totaling approximately 6.5 million gross square feet. The contractor will update existing FCA data, including condition grades and remaining useful life, and develop new correction cost estimates for deficiencies. A multidisciplinary team, including architects, engineers, and cost estimators, will conduct site visits, interviews, and documentation reviews. The assessment must exclude patient privacy or functional layout issues. Structural and seismic vulnerability assessments, following FEMA and ASCE guidelines, are also required for critical facilities. The contractor will provide a "TOP-TEN" list of priorities for each VAMC and assign risk levels to deficiencies. Deliverables include draft and final FCA reports, bi-weekly conference calls, and monthly summary reports. The project has a tentative schedule for site visits, with all work to be completed within 480 calendar days after the Notice to Proceed.
    The Facility Condition Assessment (FCA) for the Southeast District VISN 9 of the Department of Veterans Affairs (VA) focuses on evaluating the physical and technical conditions of various VA Medical Centers. Managed by the Office of Construction Facilities Management, this assessment involves a thorough inspection of approximately 164 buildings totaling over 6.4 million square feet across Kentucky and Tennessee. A multidisciplinary contractor team will analyze aspects such as architecture, electrical, mechanical, structural, and civil engineering requirements. Key responsibilities include site tours, gathering historical data, and generating cost estimates for needed repairs. The assessment process requires close coordination with VA officials and compliance with established guidelines, ensuring that all deficiencies are systematically documented and prioritized. A critical element of the FCA is the identification of high-risk areas for corrective action, which will be detailed in a final report including a "Top-Ten" priorities list for each Medical Center. Overall, the FCA aims to establish a clear understanding of facility conditions while enhancing maintenance strategies for the VA infrastructure, ultimately supporting the VA's commitment to providing quality care to veterans.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    C1DA--657A5-26-103, Renovate Building 42 - Specialty Care Clinic (Old Lab Area), (VA-26-00017944)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architectural and engineering (A&E) firms to renovate a 4,700-square-foot section of Building 42 at the Marion VA Medical Center, transforming the old laboratory area into a modern Cardiology Examination Clinic, Stress Testing Clinic, and Device Clinic. This procurement, identified as project number 657A5-26-103, is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and requires comprehensive design services, including updates to architectural, structural, mechanical, plumbing, electrical, and fire protection systems, while adhering to VA standards and sustainable design principles. Interested firms must submit their qualifications via Standard Form 330 by December 10, 2025, with an estimated construction cost of $4,855,650, and should direct inquiries to Contract Specialist Kevin A. Mahoney at Kevin.Mahoney3@va.gov or by phone at 913-684-0141.
    C1DA--Lebanon VAMC Master Plan FY26 (VA-26-00019056)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking proposals from qualified architect-engineering firms for the Lebanon VA Medical Center Master Plan FY26 project. The objective is to develop a comprehensive master plan that includes architectural and engineering design services to enhance healthcare delivery in the Lebanon, PA area, focusing on a 10-year strategic assessment and space planning for the facility. This project is particularly significant as it aims to improve the infrastructure and service delivery for veterans, ensuring compliance with VA standards while maintaining operational continuity during construction. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their SF330 forms by December 17, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or by phone at 916-980-6679.
    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.
    Z1DA--NRM-AE 630A4-26-101 Renovate & Replace Animal Lab AC -3
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (AE) firms to provide comprehensive services for the renovation and replacement of the Animal Lab AC-3 at the Brooklyn Veterans Affairs Medical Center. The project, designated as Project No. 630A4-26-101, involves a gut renovation of approximately 6,500 square feet, HVAC system replacement, and the identification of swing space, all while adhering to VA and industry standards. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $5 million to $10 million. Interested firms must be VA-verified SDVOSBs, registered in SAM, and located within a 300-mile radius of Brooklyn, NY, with submissions due by January 12, 2026. For further inquiries, contact Samantha Chavanga at Samantha.Chavanga@va.gov or call 934-221-8574.
    C1DA--National AE IDIQ MATOC On-Ramping Opportunity 1
    Buyer not available
    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.
    R408--VISN 2 Bronx ESPC Project Facilitator Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking Project Facilitator (PF) Services to support the VISN 2 Bronx Veterans Affairs Medical Center (VAMC) Energy Savings Performance Contract (ESPC). The selected contractor will be responsible for providing Measurement and Verification (M&V) Report reviews, project tracking, and documentation of meeting minutes over a five-year period, which includes one base year and four option years. This procurement is particularly significant as it aligns with the VA's commitment to energy efficiency and sustainability initiatives. The anticipated contract, which will be awarded directly to EMP2 Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), is expected to commence on September 25, 2025, and conclude on September 24, 2030, with the possibility of an earlier start. Interested parties can contact Contracting Officer Joseph Senkovich at Joseph.Senkovich2@va.gov or by phone at 813-903-4476 for further information.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    C220--NRM A/E - 528A7-25-178 EVALUATE SYRACUSE VA GARAGE FOR REMAINING LIFE
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified Architect-Engineering (A/E) firm to evaluate the remaining life of the Syracuse VA Medical Center's 990-stall parking garage and propose solutions to extend its lifespan until at least 2040. The selected firm will conduct a thorough assessment of the garage's current condition, address issues related to post-tensioned tendon failures, and provide a detailed scope of work and cost estimates for necessary repairs, as well as a concept for a new parking structure on campus. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business Set Aside, with a submission deadline for qualifications set for December 19, 2025. Interested firms must submit an electronic SF 330 and ensure compliance with all outlined requirements, including valid SDVOSB certification and detailed subcontractor information, to Michael Spivack at Michael.Spivack@va.gov.