R799--Dayton EUL Support Services (VA-26-00025810) COR Bryce Stack
ID: 36C77626Q0061Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting proposals for the Dayton Enhanced Use Lease (EUL) Support Services, aimed at providing comprehensive due diligence support for the development of approximately 1,200 supportive housing units for Veterans and their families. The procurement encompasses a range of services, including environmental assessments, property appraisals, title searches, and Section 106 consultation, all critical for ensuring compliance and maximizing benefits for the VA's EUL initiative. This contract, set as a Firm Fixed Price agreement for three years, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with quotes due by January 14, 2026, at 12:00 PM ET. Interested parties can direct inquiries to Contract Specialist Steven Mock at steven.mock@va.gov.

    Point(s) of Contact
    Steven MockContract Specialist
    steven.mock@va.gov
    Files
    Title
    Posted
    This document is an amendment to Solicitation Number 36C77626Q0061, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, dated 01-06-2025, extends the solicitation closure date to 01-14-2026. Its primary purpose is to provide answers to technical questions raised by offerors or bidders. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full force and effect. Offerors must acknowledge receipt of this amendment by completing specific items, acknowledging on their offer, or sending a separate communication, with failure to do so potentially resulting in the rejection of their offer. This amendment ensures transparency and addresses bidder inquiries before the final submission deadline.
    The Department of Veterans Affairs (VA) Program Contracting Activity Central (PCAC) plans to issue a Request For Quote (RFQ) for Dayton EUL Support Services. This will be a single, Firm-Fixed-Price contract for the VA Office of Asset Enterprise Management (OAEM) to provide Enhanced Use Lease (EUL) support services at the Dayton VA Medical Center. The selected contractor will offer subject matter expertise and resources for due diligence support, assisting the Project Manager with EUL projects. These long-term leases (up to 99 years) allow the VA to lease facilities to the public or private sector for supportive housing or to benefit Veterans. The RFQ, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued around November 20, 2024, with a three-year performance period. The applicable NAICS code is 541611. Interested parties should monitor SAM.gov for the solicitation.
    The Department of Veterans Affairs (VA) Program Contracting Activity Central (PCAC) has issued a Request for Quote (RFQ) for Dayton EUL Support Services, a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation, number 36C77626Q0061, seeks to award a single, Firm-Fixed-Price contract to provide expertise for Enhanced-Use Lease (EUL) support services. The objective is to facilitate the construction of approximately 1,200 supportive housing units for Veterans and their families in the West Los Angeles Campus, aligning with initiatives to combat Veteran homelessness. Key clauses include options to extend services and contract term, and detailed requirements for SDVOSB eligibility, subcontracting limitations, and electronic payment submissions. Quotes are due by January 14, 2026, at 12:00 PM ET, with technical questions due by December 30, 2025.
    This Performance Work Statement outlines the Department of Veterans Affairs' (VA) requirement for due diligence support services for an Enhanced-Use Lease (EUL) project at the Dayton VA Medical Center. The EUL program allows the VA to lease facilities for supportive housing or to enhance property use for Veterans. The contract, a Firm Fixed Price agreement for three years, requires the contractor to provide project management, property studies (including environmental assessments, historical preservation, title reports, and appraisals), technical support, and hazardous material review and recommendations. Key deliverables include a Project Management Plan, monthly progress reports, various property study reports, and hazardous material findings. The contractor must adhere to strict performance measures, security requirements, and conflict of interest provisions. The overall goal is to facilitate an amendment to the Dayton VAMC EUL project efficiently, ensuring compliance and maximizing benefits for the VA.
    The document, titled "West LA EUL Support Services Contract," outlines the scope of work for environmental and property assessment services. The contract requires the provision of various reports and studies for each building, including Draft and Final Project Management Plans (PMP) and briefings, Monthly Progress Reports, Phase I and optional Phase II Environmental Site Assessments, Phase I Archaeological Studies (optional), Title Reports, ALTA/NSPS Surveys, Property Appraisals/Valuations, and written findings on hazardous materials documentation. It also includes provisions for optional Hazardous Materials Testing and comments on developer hazardous materials removal plans. Additionally, the contractor will prepare Draft and Final NHPA Section 106 Reports and Status Reports for Property Studies. The principal NAICS code for these services is 541611, indicating administrative management and general management consulting services. This RFP details a comprehensive set of environmental and property support services for the West LA EUL project.
    The Quality Assurance Surveillance Plan (QASP) for the Department of Veterans Affairs outlines the systematic approach to monitoring contractor performance for Dayton EUL Support Services. This document, not incorporated into the BPA, details what, how, and by whom monitoring will be conducted, and how results will be documented. The contractor is responsible for their own quality control, while government representatives, including the Contracting Officer (CO) and Contracting Officer's Representative (COR), will assess performance against Performance Work Statement (PWS) requirements. Surveillance methods include 100% inspection, random samples, validated complaints, and on-site surveillance. Performance is rated as Outstanding, Above Average, Satisfactory, Marginal, or Unacceptable, with clear procedures for documenting both acceptable and unacceptable performance and for addressing discrepancies. Quality assessment surveys are completed during the contract period, with feedback provided to the contractor within 30 working days. The QASP emphasizes maintaining contractual standards and ensuring effective support services.
    This Department of Veterans Affairs document details the historical and current status of several buildings in Dayton, OH. It describes "Doctor’s Row" (Buildings 209, 210-214), built in 1921 as residential duplexes, now unoccupied, with Tudor and Georgian Revival architecture. "Freedom House" (Building 226), constructed in 1872 in the Italianate style, originally a duplex for the Secretary and Steward, is currently vacant after serving as office space. "Liberty House" (Building 225), also Italianate and built in 1870, initially an amusement hall and band quarters, is now closed due to floor support concerns. Building 116, the second-oldest, built in 1871, formerly housed the Governor's office and a prominent library, which later relocated. The document provides construction years, square footage, architectural styles, original uses, current uses, and notable historical details for each structure, indicating a focus on facility assessment, possibly for future renovation, preservation, or repurposing within a government context like an RFP or grant application.
    This document outlines the requirements for a Phase I Environmental Site Assessment (ESA) as part of a government RFP, focusing on federal, state, and local projects. The ESA, conducted by a qualified environmental professional, must adhere to ASTM E1527-21 standards, covering contaminants under CERCLA and petroleum products. Key components include records review, site reconnaissance, interviews, and report preparation, identifying recognized environmental conditions (RECs) and data gaps. Additionally, the assessment requires specific attention to per- and polyfluoroalkyl substances (PFAS) within a 0.5-mile radius, including a review of EPA's PFAS Analytic Tools. Deliverables include draft, draft final, and final Phase I ESA reports, with specific completion dates relative to the notice to proceed (NTP).
    Attachment C outlines the requirements for a Phase II Environmental Site Assessment (ESA), detailing the scope of work for contractors. This includes preparing a draft sampling and site management plan, conducting field investigations with eight soil borings and three temporary groundwater wells, and performing laboratory analysis for various contaminants. The plan also covers proper disposal of investigation-derived waste and site restoration. Contractors must draft a report summarizing findings, address VA comments, and provide a final report. The technical scope may be modified based on Phase I ESA findings. Deliverables include a Draft Phase II ESA report within 45 calendar days, a Draft Final Phase II ESA within 75 days, and a Final Phase II ESA report 15 days after receiving VA comments.
    This Performance Work Statement (PWS) outlines the requirements for title services related to an Enhanced Use Lease for five buildings at the Dayton VA Medical Center. The objective is to obtain title services for a real property interest easement by the U.S. Department of Veterans Affairs (VA). The vendor must conduct diligent title searches, provide updated chains of title with legible copies of all relevant instruments, and include legal descriptions and easement boundaries. Deliverables must be high-resolution electronic PDFs, with linked title abstracts preferred. The title search must examine at least 80 years, identifying all owners, encumbrances, and severances of surface and subsurface rights. The contractor is responsible for adhering to local requirements, maintaining confidentiality, avoiding conflicts of interest, and complying with all applicable federal and state laws.
    This Performance Work Statement outlines the requirements for obtaining American Land Title Association (ALTA) survey services for approximately five buildings at the Dayton VA Medical Center. The objective is to conduct a boundary survey to current ALTA/NSPS standards, including a metes and bounds description, plan depiction of boundaries, and identification of easements, rights-of-way, encumbrances, and utilities. The Contractor must also demarcate FEMA flood zones and note unrecorded encumbrances or visible utilities. Deliverables, due within 45 calendar days of a notice to proceed, include the survey in CADD and high-resolution PDF, and a metes and bounds description in Microsoft Word. The contractor must be licensed in the state, have a current knowledge of local regulations, and provide evidence of liability insurance coverage for errors and omissions in the amount of at least $1,000,000. Confidentiality, conflict of interest avoidance, and compliance with all applicable federal and state laws and regulations are also mandated.
    The U.S. Department of Veterans Affairs (VA) is seeking a contractor for cultural and archaeological resource survey and Section 106 consultation support for an Enhanced-Use Lease (EUL) project. The contractor must have current knowledge of local requirements, appropriate state licenses, and staff meeting the Secretary of the Interior’s Historic Preservation Professional Qualification Standards. The scope of work includes background research, identification of experts and consulting parties, and fieldwork to document cultural features. Deliverables include a comprehensive report addressing potential effects on historic properties and other cultural resources, identifying consulting parties, and recommending further actions or mitigation measures. The report must also include draft Section 106 consultation letters with specific findings (no historic properties affected, no adverse effect, or adverse effect) for VA review and approval. The contractor will assist with mitigation development if adverse effects are identified and ensure all documents are delivered electronically in specified formats, adhering to confidentiality and legal compliance.
    This document, Attachment G, outlines the Performance Work Statement for property appraisal and valuation services for a U.S. Department of Veterans Affairs (VA) Enhanced-Use Lease (EUL) project. The VA intends to lease specific property for a designated EUL function, requiring a state-licensed, MAI certified appraiser to provide a comprehensive narrative appraisal report. The appraisal must adhere to USPAP, the Yellow Book, and standard valuation approaches (cost, income, market comparable). The appraiser must be unbiased and disclose any conflicts of interest. The valuation will determine fair market fee-simple value and fair market annual ground rent, assuming no environmental contamination. Key definitions for Fair Market Value, Highest and Best Use, and Legally Permissible use within a Federal enclave are provided. Deliverables include a draft electronic report within 30 business days and a final PDF within 10 business days of client approval. The report format requires detailed substantiation, including specific information on building conditions, market analysis, various valuation approaches, and current fair market values for fee simple title, leased fee estate, and ground rent. All findings must be thoroughly justified and supported by pertinent data.
    This document outlines technical questions and answers regarding support services for the Dayton EUL (Enhanced Use Lease) project. Key clarifications include that Phase II Environmental Site Assessments are only performed if triggered by Phase I findings, and all due diligence activities, including Phase I/II ESAs, ALTA surveys, title searches, Section 106 support, and appraisals, are anticipated for all identified buildings and will be initiated concurrently after the award. The post-award kickoff meeting will be virtual, and travel costs directed by the Government will be treated as Other Direct Costs, not included in the Firm Fixed Price. The contractor is responsible for transmitting Section 106 consultation letters, and property appraisals are expected to be prepared on a per-building basis.
    Similar Opportunities
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Z2FE--Renovate B119 Catholic Chapel [552-22-201]
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Catholic Chapel at the Dayton VA Medical Center, identified as project number 552-22-201. This project, which is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves comprehensive architectural, mechanical, electrical, and plumbing renovations, with a project magnitude estimated between $2,000,000.00 and $5,000,000.00, to be completed within 577 calendar days from the Notice to Proceed. The renovation aims to replace critical infrastructure, address structural deficiencies, and update necessary systems while preserving the chapel's historic and religious character. Interested contractors must register in SAM.gov, comply with federal acquisition regulations, and submit their bids by the specified deadlines, with a site visit scheduled for January 15, 2026, and Requests for Information due by January 22, 2026. For further inquiries, contact Jenessa M Regan at Jenessa.Regan@va.gov.
    X1DB--Canton, OH Outpatient Clinic 62,784 ANSI/BOMA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking Expressions of Interest (EOI) for the leasing of approximately 62,784 ANSI/BOMA square feet of outpatient clinic space in Canton, OH, with a maximum allowable size of 72,202 rentable square feet and 400 parking spaces. The VA is considering both existing buildings and land for new construction, with a lease term of up to 20 years, and properties must meet specific criteria regarding space configuration, zoning, and environmental considerations. This procurement is crucial for enhancing healthcare services for veterans, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), are encouraged to submit their qualifications and capabilities statements by February 2, 2026, at 4:00 PM EDT. For inquiries, contact James Cassidy at DHC Real Estate Services or Valerie Carreno at Cushman & Wakefield.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    R408--Acquisition Support Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Veterans Management Services Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), for acquisition support services to assist the Veterans Health Administration (VHA). The procurement aims to fulfill various acquisition support requirements essential for VHA contracting operations, leveraging the authority provided under 38 U.S.C. 8127(c) to directly contract with SDVOSBs. The anticipated period of performance for this contract is from September 29, 2025, to September 28, 2026, with interested parties encouraged to submit capability statements to Contracting Officer Joseph Senkovich via email by September 30, 2025, at 3:00 PM ET.
    Q702--Allentown Outpatient Clinic IOT&A
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Allentown Outpatient Clinic in Pennsylvania. This project, which is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to replace existing clinics and enhance healthcare access for Veterans by providing a facility that will span approximately 51,355 net usable square feet and include 600 parking spaces, offering expanded Primary Care, Mental Health, and specialty services. The firm-fixed-price contract is expected to have a performance period of 37 months, with the solicitation anticipated to be posted around February 19, 2026, and a closing date of March 16, 2026. Eligible SDVOSBs must be verified by the VA and meet the size standards for NAICS code 541614, with inquiries directed to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    R699--Relocation Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Relocation Service Contract under solicitation number 36C24726R0007, specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The contract encompasses relocation and reconfiguration services for the Atlanta VA Health Care System and its associated clinics, including tasks such as receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment within a 50-mile radius of Decatur, Georgia. This contract, valued at approximately $34 million, will be awarded for a base year with four option years, emphasizing the importance of compliance with strict security and privacy requirements. Interested parties must submit their proposals by January 9, 2026, at 11 AM EST, and can contact Gail Bargaineer at Gail.Bargaineer2@va.gov or 404-321-6069 for further information.
    Z2FE--Renovate B119 Catholic Chapel [552-22-201]
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the Catholic Chapel (Building 119) at the VA Medical Center in Dayton, Ohio, under Solicitation 36C25026B0013. This project involves comprehensive renovations, including civil, structural, architectural, plumbing, mechanical, electrical, and telecommunications work, while preserving the historic and religious character of the chapel. The updated drawings provided in Amendment A00001 are critical for ensuring compliance with various safety and building codes, and contractors must acknowledge receipt of this amendment to remain eligible for consideration. Interested parties should contact Jenessa M. Regan at Jenessa.Regan@va.gov for further details and must adhere to the submission deadlines outlined in the solicitation.