ContractSolicitation

Q702--New Albany, Indiana Community Based Outpatient Clinic (CBOC) Initial Outfitting, Transitioning & Activation Services (IOT&A)

DEPARTMENT OF VETERANS AFFAIRS 36C77626Q0146
Response Deadline
Jun 22, 2026
45 days left
Days Remaining
45
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, through Program Contracting Activity Central, is soliciting a firm-fixed-price contract for Initial Outfitting, Transitioning, and Activation services for the New Albany, Indiana Outpatient Clinic. The work covers project management, interior design, FF&E and space planning, concept of operations and transition planning, acquisition support, staffing and activation support, warehousing, training, and post-occupancy support. The effort is tied to the new clinic’s layout and equipment inventory, uses government SharePoint tools for required project data entry and documentation, and includes low-sensitivity staffing, security verification, and wage-determination requirements. The base period runs from July 15, 2026 through May 14, 2029, with an optional warehousing task, under solicitation number 36C77626Q0146, and the primary contact is Heidi Gallaher at Heidi.Gallaher@va.gov.

Classification Codes

NAICS Code
541614
Process, Physical Distribution, and Logistics Consulting Services
PSC Code
Q702
TECHNICAL MEDICAL SUPPORT

Solicitation Documents

21 Files
36C77626Q0146.docx
Word17 KBMar 23, 2026
AI Summary
The Department of Veterans Affairs (VA) Program Contracting Activity Central (PCAC) issued a presolicitation notice for Initial Outfitting, Transitioning & Activation (IOTA) Services for a new Community-Based Outpatient Clinic (CBOC) in New Albany, Indiana. This requirement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, under NAICS code 541614. The project involves providing non-personal IOTA services for a 41,052 net usable square foot replacement outpatient clinic, including 300 parking spaces, to expand and enhance primary care, mental health, specialty care, and ancillary services for Veterans. The contract will be a firm-fixed-price with an estimated performance period of 34 months. The solicitation (36C77626Q0146) is anticipated to be posted around April 20, 2026, with an estimated closing date of May 3, 2026. Interested SDVOSBs must be VA-verified and meet small business size standards. Questions should be directed via email to Kathleen Klotzbach, the Contracting Officer.
36C77626Q0146_1.docx
Word91 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs (VA) is soliciting proposals for Initial Outfitting, Transitioning, and Activation (IOT&A) services for the New Albany, IN Outpatient Clinic. The solicitation, 36C77626Q0146, covers a base period of 35 months from July 15, 2026, to May 14, 2029, with an optional task for warehousing services. Key clauses include FAR 52.212-4 outlining contract terms, invoicing, and termination conditions. Specific emphasis is placed on compliance with Federal Acquisition Regulation (FAR) clauses, VA Acquisition Regulation (VAAR) clauses, and various security prohibitions, including those related to covered telecommunications equipment, Kaspersky Lab products, and unmanned aircraft systems from American Security Drone Act-covered foreign entities. The contract also mandates adherence to DEI discrimination policies, supplemental insurance requirements, and safeguarding of contractor information systems, with detailed reporting requirements for non-compliance.
ATTACHMENT Q - New Albany Equipment List.xlsx
Excel687 KBMay 8, 2026
AI Summary
The document outlines functional areas and room codes within an Outpatient/PACT Clinic, detailing various services offered. These services include a Lobby/Reception Area, Patient Aligned Care Team (PACT), Home Based Primary Care, Audiology and Speech Pathology, Eye Clinic, Mental Health Clinic, Radiology Service, Business Services, Logistics Service, Clinic Management, Police Service, Canteen Service, Staff Support Area, and general Support Areas. Each functional area is associated with specific room codes, indicating a structured and organized facility designed to provide comprehensive outpatient care. The repeated listing of "1 - OUTPATIENT / PACT CLINIC" alongside different functional areas and their respective room codes suggests a detailed inventory or plan for the clinic's layout and operations. This document appears to be a foundational record for facility planning, resource allocation, or operational oversight within the clinic.
36C77626Q0146 0001.docx
Word23 KBMay 8, 2026
AI Summary
This document is an amendment to Solicitation Number 36C77626Q0146, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, dated May 8, 2026, primarily serves to post "ATTACHMENT Q NEW ALBANY EQUIPMENT LIST" to all offerors/bidders. This modification ensures that all potential contractors have access to the updated equipment list for the New Albany project. The amendment confirms that, except for this specific change, all other terms and conditions of the original solicitation remain unchanged and in full force and effect. Kathleen Klotzbach, the Contracting Officer, signed the amendment.
ATTACHMENT R - Pricing Worksheet - New Albany.xlsx
Excel31 KBMay 8, 2026
AI Summary
This government file outlines the labor categories, rates, hours, and pricing for IOTA Services (LIN 0001), Travel (LIN 0002), and Warehousing Services (LIN 0003) across a three-year period (2026-2029). It details costs for Project Management Services, Interior Design, FF&E & Space Planning, CONOPS, Transition Planning & Project Staffing, Acquisition Planning, Acquisition Packages Development, Relocation of Reuse & Personnel Files, Activation Services & Post Occupancy Support, Staff Training & Orientation, and Warehousing & Warehousing Management. The document specifies that labor categories, rates, and hours provided for project management are examples, and contractors must provide appropriate labor categories for each task. It emphasizes that travel costs will be added separately by the Government and not included in the total evaluated price. The file also includes instructions for contractors regarding pricing workbook submission, verification of total LIN price and labor hours, and the inclusion of fixed-price ODCs like warehouse rent.
ATTACHMENT P - Wage Determination - Floyd County New Albany.pdf
PDF73 KBMay 8, 2026
AI Summary
This government file, Wage Determination No.: 2015-4717, Revision No.: 31, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contract employees in specific counties of Indiana (Clark, Floyd, Harrison) and Kentucky (Bullitt, Henry, Jefferson, Oldham, Shelby, Spencer). It lists numerous occupations across various categories, including administrative, automotive, food service, health, IT, and maintenance, each with a corresponding hourly rate. The document also details fringe benefits such as health and welfare contributions, vacation accrual (2 weeks after 1 year, 3 after 10, 4 after 15), and twelve paid holidays annually. Special provisions include directives on Executive Order (EO) 13706 for paid sick leave and EO 13658 for minimum wage. It further clarifies exemptions for computer employees and outlines night/Sunday pay for air traffic controllers and weather observers. Hazardous pay differentials (8% and 4%) are specified for work with ordnance and explosives, along with uniform allowance guidelines. A
ATTACHMENT O - VSC Security Package 12.8.2025.pdf
PDF2246 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs (VA) VHA 106A WMC HROO PerSec Contractor Team outlines procedures for contractor security verification and badging. The team ensures compliance with OPM and federal regulations, managing fingerprint adjudication, existing and new investigations, and PIV badges. The process begins with contract award notification, requiring COR/local sponsor pre-sponsorship for fingerprints and completion of the Contractor Request Form by contracting officers/CORs. Applicants must complete required documentation based on their risk level, with packets submitted encrypted via email. The document includes forms such as the 'Contractor Request,' 'Contract Security Verification Request Supplemental Form #1B,' 'Contractor/Employee Fingerprint Request Form #2,' and 'Optional Form 306 - Declaration for Federal Employment,' which collects personal and background information. A 'Self Certification of Continuous Service' form is also included. The purpose is to ensure all contractors undergo necessary security checks, including fingerprinting, background investigations, and PIV badge adjudication, to maintain security and compliance within the VA system.
ATTACHMENT N - PDAT Summary - New Albany.pdf
PDF138 KBMay 8, 2026
AI Summary
The document outlines position and task risk designation levels for various services, categorizing them as LOW sensitivity (NACI). Tasks include Project Management, Interior Design, Concept of Operations, Acquisition Planning and Development, Relocation of Personnel Files, Activation Services, Staff Training, and Warehousing. The document also lists sample labor categories, all designated as LOW sensitivity, such as Administrative Assistant, Database Developer, Project Director, Project Manager, Quality Assurance Manager, SharePoint Manager, IT Specialist, Scheduler, StratCom Manager, Transition Planner, Designer, Equipment Planner, Acquisition Project Manager, Acquisition Specialist, Warehouse Laborer, Warehouse Supervisor, BMET, Installer – FF&E, Relocation Supervisor, Trainer, Truck Driver, Construction Laborer, Construction Manager, and Engineer. This matrix likely serves as a guideline for staffing and security clearance requirements within government projects, ensuring that personnel roles are appropriately aligned with the sensitivity level of their assigned tasks and positions.
ATTACHMENT M - QASP New Albany.docx
Word72 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs has established a Quality Assurance Surveillance Plan (QASP) for the New Albany Outpatient Clinic's Initial Outfitting, Transition, and Activation Services Contract. This QASP outlines a systematic approach to monitor the contractor's performance, ensuring compliance with the Performance Work Statement (PWS) and the Quality Control Plan. It details what will be monitored, how monitoring will occur, who is responsible, and how results will be documented. The plan emphasizes a performance management approach, focusing on outcomes rather than processes, to give the contractor flexibility for innovation while meeting performance standards. The QASP also defines roles and responsibilities for government personnel, methods of surveillance (including 100% inspection, random sampling, and customer complaints), acceptable quality levels, and procedures for documenting both acceptable and unacceptable performance, including corrective action reports. The document also provides a Performance Based Service Assessment survey to evaluate contractor performance across technical needs, project milestones, staffing, and overall value.
ATTACMENT L - Procurement Package Template and 6500 5.7.2026.pdf
PDF2200 KBMay 8, 2026
AI Summary
This government file, "Attachment 3: Equipment & Supply," outlines the standardized submission process for equipment and supply procurement requests within the Department of Veterans Affairs (VA). It details mandatory procedures for federal government RFPs, emphasizing comprehensive documentation and adherence to various regulations. Key requirements include a user list, funding verification (2237 form), and a Contractor Officer Representative (COR) nomination. The document stresses the need for acquisition planning, market research, and justification for sole-source procurements. It also covers specific considerations for high-tech medical equipment, IT acquisitions (FITARA compliance), trade-ins, and security requirements for contractor personnel. The process ensures compliance with federal acquisition regulations and VA policies, promoting efficient, transparent, and compliant procurement of equipment and supplies.
ATTACHMENT K - Furniture IDIQ Templates.pdf
PDF1481 KBMay 8, 2026
AI Summary
The VHA Healthcare Furniture IDIQ Procurement Checklist outlines standardized procedures for acquiring healthcare furniture and related services for VA facilities. This includes detailed requirements for procurement requests, emphasizing electronic submission and compliance with VA directives like VHA Directive 1761.1 for mandatory IDIQ use. The checklist covers aspects such as funding status, sole source justifications, performance specifications, and independent government estimates. It also details three main service categories: Furniture, Design, and Installation Support (SV1); Installation and Reconfiguration Services (SV2); and Industrial Design Services (SV3), each with specific tasks, personnel qualifications, property protection, delivery, and cleanliness standards. A fourth category, Project Management Turn Key Services with Furniture (SV4), integrates design and project management. The document also includes forms for market research and an Independent Government Cost Estimate, along with detailed salient characteristics for modular desking systems, patient room furnishings, and filing/storage, ensuring quality, safety, and compliance with environmental standards like LEED points.
ATTACHMENT J - Proposed FTE Report.xlsx
Excel23 KBMay 8, 2026
AI Summary
The provided document outlines the data and information required for staffing and position management within a federal government context, likely related to RFPs or grants. It details fields such as Department/Service, Clinic/Program Name, Projected 1st Use Date, Position Description, Grade, Current and New FTEE (Full-Time Equivalent Employees), New Hire Justification, Activation Support, Percentage of Time spent on activation tasks, Planned Announcement and On-board Dates, and Salary and Benefits information. The document emphasizes that while it represents required information, the actual data entry will occur directly within a SharePoint tool. This structured approach aims to standardize the collection and management of staffing data, ensuring all necessary details are captured for new positions, budget planning, and project activation within government departments.
ATTACHMENT I - Equipment Inventory_ReUse and Disposal Plan Template.xlsx
Excel15 KBMay 8, 2026
AI Summary
The provided document outlines the data and information requirements for contractors, specifically noting that while an attachment provides a representation, the actual deliverable requirements are defined within a SharePoint tool. Contractors are mandated to use this SharePoint system for direct data entry. The required data includes detailed information across various functional areas, encompassing building and room specifics (e.g., building, room number, room function), asset details (e.g., asset type, item, quantity per room, model number, serial number), and logistical information such as acquisition and replacement dates. It also covers disposition plans (dispose or re-use), re-installation needs, and specific requirements like power and wall backing. Additional fields for comments are provided for further context. This document serves as a guideline for data submission within government projects, likely an RFP or grant, emphasizing structured data entry and comprehensive asset tracking.
ATTACHMENT H - Integrated Move Plan Template.xlsx
Excel18 KBMay 8, 2026
AI Summary
The provided document outlines the required data and information for managing moves within a government entity, primarily through a SharePoint-based system. It details essential fields for tracking personnel and asset relocations, including functional area, planned and revised move dates, room functions, building and room numbers for origin and destination, and an inventory of items like furnishings, equipment, and boxes. The document also specifies the need to record employee names, key information (building, office, work order, and issuance status), extension numbers, and details regarding IT assets such as computers, printers, and other peripheral devices. Special requirements for IT (e.g., software) and other considerations, along with a comments section, are included. The contractor is mandated to directly enter all this data into the SharePoint system, ensuring comprehensive tracking and management of internal moves. This structure suggests a standardized process for resource allocation and logistical planning in a government or organizational context.
ATTACHMENT G - Room Contents Acq Plan Template 9.21.2023.xlsx
Excel608 KBMay 8, 2026
AI Summary
This government file outlines the required data and information for a project, emphasizing the use of SharePoint for direct data entry. The attachment serves as a representation of the necessary information, while actual deliverable requirements are detailed within the SharePoint tool. Key fields include Department, Functional Area, Room Code, Room #s, Room Name, # of rooms, JSN, Item, Qty/Room, Total Qty, New or Re-use, Acquisition Code, and information regarding how an item is being purchased and installed. The document stresses that 'New' is the default choice for 'New or Re-use' and indicates that the Acquisition Code is a calculated field, thus no data should be entered manually for it. The repetitive entries of '0 New' suggest a template or placeholder for numerous items or rooms, highlighting the structured and comprehensive data collection approach for acquisitions and installations within the project.
ATTACHMENT F - WBS Template.pdf
PDF5205 KBMay 8, 2026
AI Summary
This government file outlines a comprehensive project schedule, spanning from January 1, 2019, to November 23, 2021, detailing various phases including general administration, acquisition, building preparation, access management, operations, and deactivation. Key initial steps involve establishing an Integrated Project Team (IPT), awarding contracts, and scheduling activation meetings. The acquisition phase covers interior design (furniture and artwork), general supplies, and service contracts. Building preparation focuses on construction, acceptance, RSA agreements, parking, and building/division number assignments. Access protocols include developing master lock and key plans, security plans, and PIV card access. Operations involve human resource planning, staffing, clinic changes, and
ATTACHMENT E - Change Management Plan and Log Template.xlsx
Excel14 KBMay 8, 2026
AI Summary
This document outlines the required information and data management process for government projects, emphasizing the use of a SharePoint tool for direct data entry. It lists critical data points, including creation details, impacted departments, descriptions, justifications for changes, issue status, priority, schedule impact, anticipated costs, disposition dates, approvals, and comments. The primary purpose is to standardize data collection and reporting within a digital system, ensuring all relevant information for project management, change control, and decision-making is accurately captured and tracked. This approach aims to streamline administrative processes and maintain a comprehensive record of project-related activities and approvals.
ATTACHMENT D - Risk Management Plan and Register Template.xlsx
Excel15 KBMay 8, 2026
AI Summary
The provided government file outlines the required information and data points for risk management within a system, likely related to federal RFPs, grants, or state/local RFPs. Contractors are mandated to use a SharePoint tool for direct data entry. The key data categories include Risk Severity, Title, Issue Status, Category, Impact of Risk, Probability of Risk, Mitigation, Created, Assigned To, Date Resolved, and Comments. This structure ensures comprehensive tracking and management of identified risks, emphasizing a standardized approach to risk assessment and resolution within government projects.
ATTACHMENT C - Contract Staff Roster.pdf
PDF45 KBMay 8, 2026
AI Summary
The provided document outlines a
ATTACHMENT B - Travel Authorization Request.pdf
PDF88 KBMay 8, 2026
AI Summary
The provided document is a
ATTACHMENT A - IOTA New Albany PWS - Final.pdf
PDF882 KBMay 8, 2026
AI Summary
This Performance Work Statement outlines the Department of Veterans Affairs' (VA) requirement for Initial Outfitting, Transition, and Activation (IOTA) services for the new New Albany Outpatient Clinic (OPC). The project aims to provide comprehensive IOTA support by March 2029, encompassing planning, activation, outfitting, and transitioning staff and patients. The scope includes project management, interior design, Furniture, Fixtures, and Equipment (FF&E) and space planning, Concept of Operations (CONOPS) and transition planning, and acquisition support services. The contract is a Firm-Fixed-Price (FFP) Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. Key personnel, travel, and various deliverables such as project schedules, risk management plans, change management plans, and acquisition plans are detailed. The IOTA contractor is responsible for utilizing and maintaining a Government-provided SharePoint site for all project documentation and information sharing.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 23, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineJun 22, 2026
expiryArchive DateSep 20, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC (36C776)

Point of Contact

Contractor
Heidi Gallaher (Contractor)

Official Sources