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
  1. 1
    Posted Feb 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering services under a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) structure for facilities in Alaska, Idaho, Oregon, and Washington. The procurement aims to support various engineering disciplines, including architecture and environmental engineering, with an estimated shared capacity of $65 million over a five-year term. This initiative is crucial for enhancing service delivery to veterans while promoting small business engagement in federal contracting. Interested firms must submit their qualifications via Standard Form (SF) 330 by April 22, 2025, and can direct inquiries to the contracting team, with Wendy Duval and Helen Woods as primary contacts.

Point(s) of Contact
Wendy DuvalContracting Team
wendy.duval@va.gov
Files
Title
Posted
Apr 2, 2025, 12:04 AM UTC
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.
Apr 2, 2025, 12:04 AM UTC
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.
Apr 2, 2025, 12:04 AM UTC
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.
Mar 1, 2025, 2:05 AM UTC
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.
Apr 2, 2025, 12:04 AM UTC
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.
Apr 2, 2025, 12:04 AM UTC
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.
Apr 2, 2025, 12:04 AM UTC
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.
Lifecycle
Title
Type
Special Notice
Presolicitation
Similar Opportunities
C1DA-- Engineering Services MATOC IDIQ
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering services under the Engineering Services MATOC IDIQ solicitation (36C26025Q0001). This contract aims to support facilities within the Veterans Integrated Service Network (VISN) 20, covering regions in Alaska, Idaho, Oregon, and Washington, with an estimated total capacity of $65 million. The services will include various engineering tasks such as design and construction, emphasizing the importance of enhancing infrastructure for veteran services. Interested firms should note that the anticipated release date for the solicitation is now set for March 2025, with responses due by July 4, 2025. For further inquiries, potential bidders can contact Helen Woods at Helen.Woods@va.gov or call 253-888-4915.
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOCs) FOR ARCHITECT-ENGINEER SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified firms for Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Architect-Engineer (A-E) services. This opportunity focuses on gathering information from firms, particularly small businesses and those owned by veterans and women, with expertise in high-security engineering projects, including Sensitive Compartmented Information Facilities (SCIFs) and classified design documentation. The anticipated contract period spans seven years, with a total projected value of approximately $249 million, emphasizing the importance of security and renovation engineering to support the Department of Defense and federal agencies. Interested firms must submit their qualifications in a single PDF by April 18, 2025, and should be registered in the System for Award Management (SAM) for eligibility. For further inquiries, contact Michelle M. Alcover at michelle.m.alcover@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil.
Environmental Restoration Architect-Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. The contract, valued at up to $45 million, will primarily support environmental projects across various locations in Washington and Alaska, with a base period of 24 months and an option for an additional 36 months, plus a potential six-month extension. This procurement emphasizes the importance of environmental management and rehabilitation at military installations, with submissions evaluated based on specialized experience, professional qualifications, and past performance. Interested firms must submit their qualifications electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey or Kimberly Gillette via their provided email addresses.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction services within the New England Healthcare System, specifically for the expansion of the Emergency Department at the West Roxbury VA Medical Center. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a maximum collective value of $1 billion over a five-year ordering period, focusing on various construction services including renovations and infrastructure improvements. The project is critical for enhancing healthcare capabilities for veterans, ensuring compliance with stringent safety protocols, and maintaining operational integrity during construction. Interested contractors must submit their proposals, including past performance data and price schedules, by the specified deadlines, with the seed project estimated to cost between $2 million and $5 million. For further inquiries, potential bidders can contact Jacquelyn Wise at jacquelyn.wise@va.gov.
C1DA--663-25-700 EHRM Infrastructure Upgrades Design Seattle, WA
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the EHRM Infrastructure Upgrades at the Seattle VA Medical Center in Seattle, Washington. The project aims to develop complete construction documents, including working drawings and specifications, to support the implementation of a new Electronic Health Record system, with an estimated construction cost between $20 million and $50 million. This initiative is critical for modernizing the healthcare facility's infrastructure while ensuring compliance with VA regulations and standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications via Standard Form (SF) 330 by 1:00 PM ET on April 15, 2025, with the anticipated contract award expected by August 2025. For further inquiries, contact Contract Specialist Samuel Cornwell at samuel.cornwell@va.gov or 216-447-8300.
C1DA--AE-NRM-463-26-101 Cooling Upgrades Tier 4
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Cooling Upgrades project at the Anchorage VA Medical Center in Alaska. The objective is to develop comprehensive construction documents for a new air-cooled chiller system to replace the existing groundwater cooling system, addressing current deficiencies and future cooling demands. This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an anticipated contract award in June 2025 and a performance period of 236 days post-award. Interested firms must submit their qualifications using the Standard Form (SF) 330 by April 28, 2025, with inquiries directed to Contract Specialist Susan Howe at susan.howe2@va.gov.
C1DA--Philadelphia VAMC Multiple Award AE IDIQ
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide architect-engineer services through Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts at the Philadelphia Veterans Affairs Medical Center (VAMC). Respondents must demonstrate experience by submitting example projects that were design completed within the last five years, with at least five of those projects fully constructed. This procurement is crucial for enhancing the VA's facilities through qualified architectural engineering services, reflecting the agency's commitment to improving care for veterans. Interested parties must submit their qualifications by May 2, 2025, at 4:30 PM Eastern Time, and can contact Contracting Officer Kaitlyn House at Kaitlyn.House@va.gov or (412) 860-7204 for further information.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, with Phase 1 assessing past performance and management approaches, while Phase 2 will focus on technical and pricing proposals. This contract is crucial for ensuring quality construction and restoration of real property, emphasizing collaboration with USACE and adherence to strict quality control and management standards. Interested contractors must have an active registration in SAM.gov and submit proposals through the PIEE portal by April 10, 2025, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Architect and Engineering (A-E) Services Indefinite Delivery Contract (IDC) for Value Engineering (VE) Services, Southwestern Division (SWD), SB (Small Business) Set Aside
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small business firms to provide Architect-Engineer (A-E) services under an Indefinite Delivery Contract (IDC) focused on Value Engineering (VE) for the Southwestern Division (SWD). The contract will consist of a one-year base ordering period with four additional one-year option periods, allowing for a total task order value not to exceed $9.5 million. The selected firms will conduct VE studies and workshops aimed at optimizing project components for cost-effectiveness and sustainability, adhering to standards set by the Society of American Value Engineers. Interested parties must submit their qualifications using the SF 330 form electronically via the DoD SAFE website by the specified deadline, with inquiries directed to Ms. Daina Black at daina.r.black@usace.army.mil or Mr. Clarence Banks at clarence.v.banks@usace.army.mil.
J045 - Storm Drain Water System Clean Out, Seattle and American Lake Veterans Affairs
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Storm Drain Water System Clean Out at the Seattle and American Lake Veterans Affairs Medical Centers. The procurement involves a service contract for stormwater management system cleaning, with a base year and four optional renewal years, totaling an estimated value of $16.5 million. This project is critical for maintaining compliance with environmental regulations and ensuring minimal disruption to hospital operations during service. Interested contractors, particularly those certified as service-disabled veteran-owned small businesses, must submit their proposals, including a completed Past Performance Questionnaire, by April 11, 2025. For further inquiries, contact Danielle Carrico at danielle.carrico@va.gov.