C1DA--Engineering Services MATOC IDIQ Request for SF330s
ID: 36C26025R0038Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Engineering Services (541330)

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 engineering firms to provide services under a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) agreement for facilities in Alaska, Idaho, Oregon, and Washington. This procurement, with an estimated shared capacity of $65 million over five years, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to streamline service provision for various engineering disciplines, including architecture and environmental engineering. Interested firms must submit their qualifications using the Standard Form (SF) 330 by April 22, 2025, and are required to comply with specific submission guidelines, including certifications related to subcontracting limitations. For further inquiries, interested parties may contact the contracting team, with key contacts being Wendy Duval at wendy.duval@va.gov and Helen Woods at helen.woods@va.gov.

    Point(s) of Contact
    Wendy DuvalContracting Team
    wendy.duval@va.gov
    Files
    Title
    Posted
    This document is a modification of a previous notice associated with the solicitation number 36C26025R0038, which pertains to Engineering Services under the MATOC IDIQ contract. It outlines responses to industry questions related to the request for proposals (RFP). The amendment clarifies that a prime contractor can also serve as a subconsultant without any blanket prohibition, while cautioning against potential collusive actions. It specifies acceptable documentation formats for professional licenses and prior performance questionnaires (PPQs), emphasizing legibility and timeliness. The document reiterates the font requirements for submissions, mandating a 12-point sans-serif font for clarity, and provides specific clarifications regarding professional qualifications and specialized experience. This includes definitions of roles like Graphic Design and Cost Estimator, which guide firms on the expectations for technical competence in architectural and construction-related tasks. Overall, the document serves to enhance understanding and compliance for potential contractors responding to the federal RFP, ensuring a clear framework for submissions.
    The document is a modification to a previous notice regarding engineering services under the MATOC IDIQ (Multiple Award Task Order Contract Indefinite Delivery Indefinite Quantity) by the NCO 20 Network Contracting Office for the Veterans Affairs. It includes a series of industry-related questions and answers pertaining to the submission requirements for qualifications and project performance. Key points include clarification on the submission format for Past Performance Questionnaires (PPQs), the necessity of providing individual resumes for each discipline, and the non-requirement for projects to be construction complete. Additionally, the amendment addresses various inquiries about project management practices, whether multiple disciplines can be covered in one resume, and requirements for professional licenses. Importantly, the document states that the deadline for submissions is firm and does not anticipate extensions. Overall, this modification serves to ensure potential bidders have clear guidance on the proposal requirements and evaluation criteria, contributing to the efficient procurement of engineering services for the VA. The aim is to optimize service quality while maintaining compliance with federal contracting standards.
    The document is a modification notice related to a Request for Proposals (RFP) for Engineering Services under Solicitation Number 36C26025R0038, issued by the National Contracting Office in Vancouver, WA. It clarifies multiple industry questions regarding submissions allowed for the SF330 form, details on past performance evaluations, and licensing requirements for participating firms. Notably, firms can submit multiple resumes for the same discipline, and additional disciplines may be considered if they align with the initial request. The communication emphasizes that client testimonials are not mandated, and documentation must comply with specified formatting rules. The amendment specifies the evaluation process includes various sources for past performance assessments. It aims to ensure that all participants understand the requirements for proposals while maintaining compliance with submission limits and qualification criteria relevant to the project. The response deadline for this solicitation is set for April 22, 2025, at 12:00 PM Pacific Time. The overall intent of the modification is to facilitate clarity and compliance in the proposal process for qualified engineering service providers.
    The document pertains to a modification for a Request for Proposal (RFP) regarding Engineering Services under the MATOC IDIQ contract with the Department of Veterans Affairs. It includes key updates and answers to industry questions for potential contractors, specifically emphasizing requirements for qualifications, prior performance documentation, and submission guidelines. Notably, firms must demonstrate licensed professionals in various engineering disciplines, although specific experience timeframes are not strictly defined. The RFP focuses on ensuring familiarity with the construction-specific workforce, particularly supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), while clarifying evaluation criteria based on submitted qualifications and documentation. Key points involve the acceptance of resumes for multiple roles by the same individual and guidance on past performance evaluation. The document asserts that submissions should comply with the outlined format limits, lack extensions for response times, and demands clarity in meeting documentation requirements, particularly around certifications without mandating specific past project completions. The overarching goal of the RFP is to outline the necessary qualifications for firms competing for government contracts, ensuring the delivery of quality services while adhering to regulatory requirements and standards.
    The document relates to a modification of a previous federal notice regarding an Engineering Services task order contract (MATOC IDIQ), inviting responses from interested firms until April 25, 2025. It emphasizes the requirement for offerors to submit a certificate of compliance concerning limitations on subcontracting, as mandated by VAAR regulation (VA NOTICE OF LIMITATIONS ON SUBCONTRACTING). The document specifies that failure to include this certification will render offers ineligible for evaluation. The limitations detail the maximum percentage of contract funds that can go to non-certified firms, particularly stressing the engagement of Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Furthermore, it outlines compliance obligations and the repercussions of non-compliance, including potential legal penalties. The contracting office is located in Vancouver, WA, and interested parties are directed to contact the designated contracting team for clarification. The summary underscores the VA's commitment to promoting small business opportunities within federal contracting while maintaining regulatory compliance.
    The document outlines a modification regarding the solicitation for Engineering Services under the MATOC IDIQ contract, specifically identified by the solicitation number 36C26025R0038. The contracting office is located in Vancouver, WA, and the response deadline for interested contractors is April 25, 2025, at 5:00 PM Pacific Time. The key purpose of this modification is to clarify submission requirements related to the VAAR 852.219-75 (January 2023)(Deviation) certification, crucial for eligibility in the evaluation process. Contractors must submit this certification as a separate document or addendum to their previously submitted SF330, without altering other aspects of that submission. Notably, this certification does not count towards page limits, and the modification does not reopen the question-and-answer period or guarantee verification of submission compliance by firms. The emphasis is placed on contractors' responsibility to ensure they meet the submission criteria, highlighting a structured approach to eligibility verification within government contracts. This indicates the federal focus on transparency and thorough vetting processes in awarding contracts, particularly for specialized services.
    The Department of Veterans Affairs (VA), through its Veterans Health Administration, announces a Special Notice regarding the anticipated solicitation for Engineering Services under the MATOC IDIQ agreement. This notice serves to publicize the consolidation determination as required by FAR 7.107-5(c), indicating that consolidating the procurement is deemed necessary and justified. The contracting office, located in Vancouver, WA, is seeking responses by March 31, 2025, at 17:00 PT. The solicitation number is 36C26025R0038. Interested parties are directed to the contracting team for inquiries, although telephonic inquiries are currently discouraged. The associated product service code is C1DA, and the relevant NAICS code is 541330. This notice aims to enable efficient procurement processes while maintaining compliance with federal regulations and guidelines.
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for engineering services under solicitation number 36C26025R0038, which will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This procurement aims to support facilities within the Veterans Integrated Service Network (VISN) 20, encompassing Alaska, Idaho, Oregon, and Washington. The initiative anticipates awarding Multiple Award Task Order Contracts (MATOC) with a cumulative value of $65 million over a base period and four option years. The services required include engineering support such as project design and construction services. The presolicitation notice includes a summary of a prior virtual conference held on November 13, 2024, where potential vendors could ask questions regarding the solicitation. Key clarifications from the conference indicate that this is a new IDIQ contract with specific requirements strictly under NAICS code 541330 for engineering services, excluding architectural services from primary consideration. Questions from attendees addressed concerns regarding conflict of interest provisions, evaluation criteria, and the scope of anticipated task orders. Interested parties should monitor SAM.gov for the official solicitation release, expected in March 2025.
    The Veterans Affairs (VA) is issuing a Special Notice for Engineering Services to support Veterans Integrated Service Network (VISN) 20 facilities in Alaska, Idaho, Oregon, and Washington. This opportunity includes projects for new construction, remodeling, and various engineering disciplines such as architecture, environmental engineering, and civil engineering, under a multiple award task order contract (MATOC) structure. The VA plans to award up to eight firm-fixed-price, indefinite delivery indefinite quantity (IDIQ) contracts with a shared capacity of $65 million over five years, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested firms must be registered in SAM.gov, meet small business size requirements under NAICS code 541330, and submit a Standard Form (SF) 330 by the deadline of April 22, 2025. The selection criteria prioritize professional qualifications, specialized experience, capacity to complete work, past performance, knowledge of local conditions, and subcontracting plans with SDVOSBs. Furthermore, secondary criteria such as geographic proximity may be used as a tiebreaker among firms with equal evaluations. This RFP serves to ensure quality engineering services while promoting small veteran-owned businesses in the construction and engineering fields.
    The Veterans Integrated Service Network (VISN) 20 is establishing a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for engineering services across Alaska, Idaho, Oregon, and Washington. With an estimated shared capacity of $65 million and a five-year term, this procurement primarily targets Service-Disabled Veteran Owned Small Businesses (SDVOSBs). This MATOC will streamline service provision by reducing procurement lead times and enhancing efficiency, achieving quicker project execution. Following market research, the contracting office has determined that consolidating these services under a MATOC is justified, as it reduces the complexities associated with individual procurements. The initiative is compliant with the Veterans First Contracting Program, prioritizing SDVOSBs. While this strategy may limit non-SDVOSB participation, the intent is to foster enhanced competition among veteran-owned firms. Anticipating strong interest, with eight eligible contractors expected to engage, the procurement aims to support the timely completion of projects, furthering the mission to care for veterans by ensuring efficient use of resources and small business engagement.
    The Veterans Health Administration (VHA) Network Contracting Office 20 has issued a Past Performance Questionnaire (PPQ) to evaluate contractors for the Engineering Services MATOC IDIQ contract. Contractors are required to fill out essential information about the contract, including their name, address, point of contact, contract specifics, and project descriptions. Evaluators then provide feedback on the contractor’s past performance in critical areas such as quality, timeliness, communication, management, cost management, and subcontractor handling, using a system of adjectival ratings ranging from "Outstanding" to "Unsatisfactory." The completed PPQs must be returned by the evaluator to the contractor for their SF330 submission, not submitted directly to NCO 20. This process ensures that contractors are effectively assessed on their capability to fulfill the solicitation’s requirements, contributing to improved contract award decisions. The document emphasizes the importance of past performance in federal contracting and aims to collect detailed and useful evaluations to guide future awards.
    Similar Opportunities
    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.
    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.
    C1AA--528A5-22-507 A/E -DESIGN CONNECT FORCE MAIN TO COUNTY SEWER Canandaigua VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architect-engineering firm for Project 528A5-22-507, which involves designing a connection of a force main to the county sewer at the Canandaigua VA Medical Center in New York. The selected firm will provide comprehensive design services, including schematics, construction documents, technical specifications, and construction period services, with a focus on the replacement and reconfiguration of domestic hot water systems. This project is critical for enhancing wastewater management and ensuring compliance with environmental standards, with an estimated construction cost ranging from $1 million to $5 million. Interested firms must submit their qualifications via the SF 330 format by December 19, 2025, at 11 AM EST, and the anticipated award date for the contract is on or before January 31, 2026. For further inquiries, contact Idalia Algarin at idalia.algarin@va.gov or by phone at 716-862-7461 x 22395.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    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 is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms 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.
    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.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Division, is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This opportunity involves providing multi-discipline engineering services, including project planning, preliminary engineering, and post-design support for transportation projects on federal lands across several states, including Washington, Alaska, and Oregon. The government plans to award up to five indefinite delivery, indefinite quantity contracts, with a total ceiling of $60 million and a guaranteed minimum of $10,000 per contract, two of which are set aside for small businesses. Interested firms must submit their qualifications electronically by January 15, 2026, and should direct any inquiries to Kyle M. Wood at WFL.AE@DOT.GOV or by phone at 360-619-7860.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    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.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.