ContractSolicitation

Q702--San Marcos CBOC IOTA

DEPARTMENT OF VETERANS AFFAIRS 36C77626Q0149
Response Deadline
May 20, 2026
22 days left
Days Remaining
22
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting a contract for Initial Outfitting, Transition, and Activation (IOTA) services for the San Marcos Community Based Outpatient Clinic. The work covers project management, interior design, furniture, fixtures and equipment planning, concept of operations and transition planning, acquisition support, and related deliverables such as schedules, risk and change management plans, FF&E cut sheets, and an integrated move plan. The requirement is a firm-fixed-price, non-personal services effort with a Service-Disabled Veteran-Owned Small Business set-aside, and contractors must use a government-provided SharePoint site for project documentation; the base period is 33 months with an optional 7-month warehousing task, and the clinic is intended to be fully operational by March 2029. The solicitation is 36C77626Q0149, and amendment A0001 adds clause 52.222-90 on addressing DEI discrimination by federal contractors; the listed contact is Contract Specialist Kathleen Klotzbach at kathleen.klotzbach@va.gov.

Classification Codes

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

Solicitation Documents

22 Files
36C77626Q0149.docx
Word27 KBMar 25, 2026
AI Summary
The Department of Veterans Affairs (VA) Program Contracting Activity Central (PCAC) has issued a presolicitation notice for Initial Outfitting, Transition, and Activation (IOT&A) services for the new San Marcos, TX Community Based Outpatient Clinic (CBOC). This requirement, set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to support the Veterans Health Administration's mission by bringing the clinic into full operation to provide healthcare services to Veterans. The new multi-specialty clinic, approximately 29,060 net usable square feet, will address a service gap in Central Texas and offer services such as Primary Care, Mental Health, and Radiology. The solicitation (36C77626Q0149) is anticipated to be posted around April 16, 2026, with an estimated closing date of May 18, 2026. The contract will be firm-fixed-price with an estimated 33-month performance period. SDVOSBs must be VA-verified and meet NAICS code 541614 size standards to be eligible.
ATTACHMENT R - Pricing Worksheet - San Marcos TX.xlsx
Excel33 KBApr 28, 2026
AI Summary
This government file outlines a pricing workbook for "IOTA SERVICES" (CLIN 0001), "TRAVEL" (CLIN 0002), and "WAREHOUSING SERVICES" (CLIN 0003), spanning from August 2026 to February 2029. It details labor categories, rates, and hours for various PWS Tasks, including Project Management, Interior Design, Transition Planning, Acquisition Planning, Acquisition Packages Development, Activation Services, and Staff Training. Key personnel such as Program Manager, Senior Designer, and Senior Transition Planner are categorized as Sub or Prime, with their respective labor rates and hours specified across three periods (Year 1, Year 2, Year 3). The document explicitly states that labor categories and rates for Project Management Services are examples only, and contractors are responsible for verifying total CLIN prices and labor hours. It also notes that travel costs will be added to the final contract and optional tasks like Warehousing Services include fixed-price items such as warehouse rent. The file provides instructions for contractors on how to complete the pricing workbook, emphasizing the need to provide labor rates for all years regardless of task completion period and to align pricing with Section B of the solicitation.
ATTACHMENT Q - Room Contents List.pdf
PDF1161 KBApr 28, 2026
AI Summary
The document, an excerpt from the San Marcos, TX Appendix A.1 - Project Room Contents (PRC) for a Community Based Outpatient Clinic (CBOC), details the inventory of equipment and furnishings across various functional areas. It lists items such as servers, computer cabinets, and numerous types of telephones (desk and wall-mounted, single and multiple lines) for different rooms within the clinic, including the Main Computer Room, Patient Care Areas, Teamwork Areas, and various offices. Each entry specifies the department, functional area, room code, room name, room area, blueprint number, content name, acquisition code, quantity, unit of issue, average price, and relevant dates. The descriptions provide basic details about the equipment's purpose and features, particularly for the IT infrastructure. The recurring presence of telephones across nearly all listed rooms indicates a comprehensive communication system throughout the CBOC.
ATTACHMENT P- Wage Determination San Marcos 02.pdf
PDF46 KBApr 28, 2026
AI Summary
This document is a wage determination under the Service Contract Act, outlining required wages and fringe benefits for various occupations in Bastrop, Caldwell, Hays, Travis, and Williamson counties in Texas. It specifies hourly rates for administrative, automotive, food service, health, IT, and other sectors. Key benefits include health and welfare, paid vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover paid sick leave for federal contractors under EO 13706 and a minimum wage of $13.30 per hour under EO 13658 for certain contracts. It details hazardous pay differentials for ordnance work, uniform allowance requirements, and a conformance process for unlisted occupations, ensuring fair compensation and compliance with labor laws for government contracts.
52.222-90 Addressing DEI Discrimination by Fed Contractors CLAUSE.pdf
PDF82 KBApr 28, 2026
AI Summary
The clause "Addressing DEI Discrimination by Federal Contractors" (APR 2026) prohibits federal contractors and subcontractors from engaging in racially discriminatory Diversity, Equity, and Inclusion (DEI) activities. These activities are defined as disparate treatment based on race or ethnicity in various aspects like recruitment, employment, contracting, or program participation. Contractors must provide information for compliance verification, and non-compliance can lead to contract cancellation, termination, suspension, or ineligibility for future government contracts. Contractors are also required to report any known or reasonably knowable subcontractor violations to the Contracting Officer and flow down this clause to all subcontracts, except those performed outside the United States. Compliance with these requirements is material to government payment decisions.
36C77626Q0149 0001.docx
Word17 KBApr 28, 2026
AI Summary
Amendment A0001 to Solicitation 36C77626Q0149, issued by the Department of Veterans Affairs, incorporates a new clause: 52.222-90 Addressing DEI Discrimination by Federal Contractors (APRIL 2026). This amendment extends the original solicitation dated April 17, 2026, and is administered by the Department of Veterans Affairs, Program Contracting Activity Central. The change requires all offerors and bidders to acknowledge receipt of this amendment, which adds specific provisions regarding Diversity, Equity, and Inclusion (DEI) discrimination for federal contractors into the San Marcos IOTA solicitation and the resulting contract.
ATTACHMENT O - VSC Security Package 12.8.2025.pdf
PDF2246 KBApr 28, 2026
AI Summary
The Department of Veterans Affairs (VA) VHA 106A WMC HROO PerSec Contractor Team outlines a comprehensive process for contractor security verification, ensuring compliance with OPM and federal regulations. The service includes fingerprint adjudication, verification of existing investigations, initiation of new investigations, and PIV badge adjudication. Key steps involve COR/local sponsors pre-sponsoring applicants for fingerprints, contracting officers completing the Contractor Request Form, and employees submitting required documentation based on risk level. The process emphasizes encrypted submissions, timely status requests, and immediate notification for personnel changes. Required forms include the Contractor Request Form, Contract Security Verification Request Supplemental (for large rosters), Contractor/Employee Fingerprint Request, Declaration for Federal Employment (OF306), and Self Certification of Continuous Service. These documents gather essential personal, employment, and background information to facilitate security clearances and badging.
ATTACHMENT N - PDAT Summary - IOTA - San Marcos.pdf
PDF247 KBApr 28, 2026
AI Summary
The provided document, titled 'POSITION/TASK RISK DESIGNATION LEVELS MATRIX,' outlines the sensitivity levels for various tasks and associated labor categories within a government context. All listed tasks, including comprehensive project management, interior design, acquisition planning, activation services, and warehousing, are designated as 'LOW' sensitivity, corresponding to a National Agency Check with Inquiries (NACI) background investigation. Similarly, all sample labor categories, such as Administrative Assistant, Project Manager, IT Specialist, and Warehouse Laborer, are also designated as 'LOW' sensitivity (NACI). This matrix is likely used in government RFPs or grants to specify the required security clearance or background check level for personnel undertaking specific roles and tasks.
ATTACHMENT M - QASP.docx
Word73 KBApr 28, 2026
AI Summary
The Department of Veterans Affairs (VA) San Marcos Community Based Outpatient Clinic has developed a Quality Assurance Surveillance Plan (QASP) for its Initial Outfitting, Transition, and Activation (IOT&A) Services Contract. The QASP outlines a systematic method for monitoring contractor performance, ensuring services align with the Performance Work Statement (PWS) and quality standards. It details what will be monitored, how, by whom, and documentation procedures. The plan emphasizes a performance-based management approach, focusing on achieving desired outcomes rather than prescriptive processes, allowing the contractor flexibility for continuous improvement. The contractor is responsible for quality control, while government representatives, including the Contracting Officer’s Representative (COR) and Contracting Officer (CO), will monitor performance against established metrics. The QASP also describes methods of surveillance (100% inspection, random samples, validated complaints), acceptable quality levels (AQLs), incentives, disincentives, and procedures for documenting both acceptable and unacceptable performance, including corrective action reports. Performance assessments will occur quarterly, with annual reviews conducted by the COR. The document includes detailed rating criteria and assessment forms.
ATTACHMENT L - Procurement Package Template and 6500 5.20.2025.pdf
PDF1664 KBApr 28, 2026
AI Summary
The document outlines standardized procedures for submitting equipment and supply procurement requests within the Department of Veterans Affairs (VA), effective August 1, 2024. It details a comprehensive checklist covering various requirements, including user identification, funding (2237 form), major acquisition Integrated Product Team (IPT) requirements, High Tech Medical Equipment (HTME) considerations, Pre-Procurement Assessments (PPA) for medical devices, Federal Information Technology Acquisition Reform Act (FITARA) compliance, trade-in considerations, and extensive acquisition planning and market research. The guide emphasizes documentation, adherence to FAR/VAAR regulations, priority for Veteran-Owned Small Businesses (VOSBs) and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), functional performance specifications, proper line item establishment, Independent Government Cost Estimates (IGCE), and security requirements for contractor personnel and IT acquisitions. The process aims to ensure compliant, efficient, and well-justified procurement of equipment and supplies.
ATTACHMENT K - Furniture IDIQ Templates.pdf
PDF1481 KBApr 28, 2026
AI Summary
The VHA Healthcare Furniture IDIQ Procurement Checklist outlines the standardized process for acquiring healthcare furniture for VA facilities. This document, revised in 2014, ensures consistency in submissions for furniture projects, emphasizing electronic document provision. It details requirements such as funding verification (2237 form), compliance with VA Directives like VHA Directive 1761.1 for mandatory IDIQ use, and the necessity of sole source justifications when applicable, with various attachments for different monetary thresholds and scenarios. The checklist also mandates a functional/performance/specification (SOW) description, applicable drawings, and an Independent Government Estimate (IGCE) for cost reasonableness. Market research, while conducted by the Integrated Product Team (IPT) for the IDIQ, is not required for individual task orders. The document also includes requirements for detailed evaluation criteria, evaluation team members, and various services, including furniture design, installation, reconfiguration, industrial design, and project management. Specific technical requirements are provided for modular desking systems, patient room furnishings, patient procedure area modular casegoods, and all filing and storage solutions, covering materials, construction, and compliance with standards like ANSI/BIFMA and LEED. Contractors must adhere to strict safety, security, and cleanliness protocols, and provide warranties for products and services. A quality control plan and participation in a kickoff meeting are also mandatory.
ATTACHMENT J - Proposed FTE Report.xlsx
Excel23 KBApr 28, 2026
AI Summary
The provided document outlines the required information and data for federal government RFPs, federal grants, and state/local RFPs, focusing on personnel and project activation. Contractors must directly enter data into a SharePoint tool, which defines the actual deliverable requirements. Key data points include Department/Service, Clinic/Program Name, Projected 1st Use date, Position Description, Grade, current and new FTEE counts, New Hire Justification, Activation support details (Y/N and % Time), Planned Announcement Date, Planned On-board Date, full and pro-rated FY salary & benefits, Position(s) approved, # Approved, Date Approved, Salary Appropriation, Request Comments, Item Type, and Path. The document emphasizes the structured collection of essential details for personnel management and project implementation within government initiatives.
ATTACHMENT I - Equipment Inventory_ReUse and Disposal Plan Template.xlsx
Excel15 KBApr 28, 2026
AI Summary
The document outlines data and information requirements for contractors, specifically noting that while an attachment provides a representation of required data, the actual deliverables are defined and must be entered directly into a SharePoint tool. Contractors are mandated to use SharePoint for data entry. The required data fields include functional area, building, room number, room function, asset type, EE number, item, quantity per room, model number, serial number, acquisition date, replacement date, dispose or re-use status, re-installation required, data required, power required, wall backing required, and comments. This structure suggests a system for tracking and managing assets or inventory within a governmental or institutional context, likely for a federal, state, or local RFP where detailed asset management is critical.
ATTACHMENT H - Integrated Move Plan Template.xlsx
Excel18 KBApr 28, 2026
AI Summary
The provided document outlines the required information and data fields for a contractor to utilize when entering data directly into a SharePoint system. This system is designed to manage various aspects of personnel and asset relocation within a government context. Key information required includes functional area, initial and revised planned move dates, room function, detailed 'from' and 'to' building and room numbers, a list of furnishings and equipment to be moved, and the number of boxes. Additionally, the contractor must input employee names (or 'New' for new employees), building and office key numbers (including work order numbers and key issuance status), extension numbers, and details on IT assets such as computers, printers, and other peripheral devices. Special requirements for IT (e.g., software) and other general special requirements, along with a comments section, are also part of the data entry. The document emphasizes that while it represents the required information, actual deliverables are defined within the SharePoint tool itself, which the contractor must use for direct data entry.
ATTACHMENT G - Room Contents Acq Plan Template 9.21.2023.xlsx
Excel608 KBApr 28, 2026
AI Summary
The document outlines data entry requirements for a government project, likely an RFP or grant, focusing on inventory and acquisition of items, potentially for room-specific installations. Contractors are required to use SharePoint for direct data entry. Key data fields include Department, Functional Area, Room Code, Room #s, Room Name, # of rooms, JSN, Item, Qty/Room, Total Qty, New or Re-use, and Acquisition Code. Several fields are mandatory, with "New" as the default for "New or Re-use." The "Acquisition Code" is a calculated field, and "New or Re-use" and another field (determining purchase/installation method) are choice fields. The repetitive listing of "0 New" suggests a template or placeholder for numerous items, emphasizing the comprehensive nature of the inventory and acquisition process.
ATTACHMENT F - WBS Template.pdf
PDF5205 KBApr 28, 2026
AI Summary
The provided document outlines a comprehensive project schedule, detailing tasks and timelines across various phases from general administration and initial setup to project completion and deactivation. Key areas include establishing an Integrated Project Team (IPT), managing acquisitions for furniture, artwork, and other supplies, and overseeing building preparation, including construction, access control, and inspections. The schedule also covers critical operational aspects such as human resource planning, staffing, clinic moves, CPRS configuration, and communication strategies. The project culminates with a ribbon-cutting ceremony and a structured deactivation process for the vacated space. The detailed plan emphasizes coordination and adherence to a strict timeline to ensure successful project execution.
ATTACHMENT E - Change Management Plan and Log Template.xlsx
Excel14 KBApr 28, 2026
AI Summary
This document outlines the required information and data fields for a system, likely a government contract or grant, emphasizing that actual deliverables are managed through a SharePoint tool. Contractors are mandated to directly input data into this system. Key data points include 'Created,' 'Impacted Department,' 'Description,' 'Change Justification,' 'Issue Status,' 'Priority,' 'Impact to schedule,' 'Anticipated Cost,' 'Disposition Date,' 'Approved By,' and 'Comments.' This structure suggests a standardized process for tracking changes, issues, and project details within a governmental context, ensuring accountability and consistent data management.
ATTACHMENT D - Risk Management Plan and Register Template.xlsx
Excel15 KBApr 28, 2026
AI Summary
The provided document outlines the required data and information for risk management within a government project, likely associated with federal RFPs, grants, or state/local RFPs. It emphasizes that while the attachment represents the required data, the actual deliverable requirements are defined and managed through a SharePoint tool. Contractors are explicitly instructed to utilize SharePoint for direct data entry into the system. The key data points for risk assessment include Risk Severity, Title, Issue Status, Category, Impact of Risk, Probability of Risk, Mitigation strategies, Creation date, Assigned To personnel, Date Resolved, and Comments. This system ensures a structured approach to identifying, tracking, and mitigating risks within the project, centralizing the process through a dedicated digital platform.
ATTACHMENT C - Contract Staff Roster.pdf
PDF45 KBApr 28, 2026
AI Summary
The document outlines a
ATTACHMENT B - Travel Authorization Request.pdf
PDF88 KBApr 28, 2026
AI Summary
The document outlines a standard Travel Authorization Request form, typically used within government agencies or by organizations receiving federal grants or state/local RFPs. It captures essential details required for official travel, including the requestor's name, organization, position title, travel dates, origin, destination, and the trip's purpose. The form also mandates linking the travel to an associated task, subtask, or deliverable, highlighting its relevance to project goals. Key components include the duration of the trip (excluding travel days) and an itemized breakdown of approximate costs for transportation, lodging, per diem, and other expenses, culminating in a total cost. Finally, it provides sections for an approving official's name, approval status (Yes/No), signature, and any pertinent comments, ensuring proper authorization and oversight for government-funded travel.
ATTACHMENT A - PWS - San Marcos IOTA 3.2.2026.pdf
PDF892 KBApr 28, 2026
AI Summary
The Department of Veterans Affairs, Veterans Health Administration (VHA), requires Initial Outfitting, Transition, and Activation (IOT&A) services for the new San Marcos Community Based Outpatient Clinic. This contract aims to have the clinic fully operational by March 2029. The scope includes comprehensive project management, interior design, Furniture, Fixtures, and Equipment (FF&E) and space planning, Concept of Operations (CONOPS) and transition planning, and acquisition support services. Key deliverables include various project schedules, risk and change management plans, FF&E cut sheets, and an integrated move plan. The contract is a Firm-Fixed-Price, Service-Disabled Veteran Owned Small Business set-aside, emphasizing non-personal services and strict adherence to federal and VA regulations regarding security, privacy, and acquisition. The IOTA contractor will be responsible for providing qualified personnel and utilizing a Government-provided SharePoint site for all project documentation and information sharing, with specific requirements for mock-ups and acquisition package development.
36C77626Q0149_1.docx
Word109 KBApr 28, 2026
AI Summary
This government solicitation, 36C77626Q0149, from the Department of Veterans Affairs, outlines a requirement for IOTA Services for the Pre-Planning and Activation Support of the San Marcos, TX Community Based Outpatient Clinic (CBOC). The contract includes a base period of 33 months for pre-activation and activation services, with an optional task for 7 months of warehousing and warehousing management services. Key clauses address contract terms and conditions, safeguarding of contractor information systems, and limitations on subcontracting for services, requiring at least 50% of the work to be performed by certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The solicitation also details prohibitions against certain foreign-produced telecommunications equipment, services, and unmanned aircraft systems, as well as restrictions on transactions with specific countries and entities.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 25, 2026
amendedLatest Amendment· Description UpdatedApr 28, 2026
deadlineResponse DeadlineMay 20, 2026
expiryArchive DateJun 19, 2026

Agency Information

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

Point of Contact

Contract Specialist
Kathleen Klotzbach

Official Sources