C1DA-- Engineering Services MATOC IDIQ
ID: 36C26025Q0001Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, 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 Nov 5, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 12, 2025, 12:00 AM UTC
  3. 3
    Due Jul 4, 2025, 3:00 PM UTC
Description

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.

Point(s) of Contact
Helen WoodsWendy Duval & Helen Woods
(253) 888-4915
Helen.Woods@va.gov
Files
Title
Posted
Feb 12, 2025, 5:07 PM UTC
The Department of Veterans Affairs (VA) has issued a presolicitation notice for engineering services under solicitation number 36C26025Q0001, aimed at supporting facilities within the Veterans Integrated Service Network (VISN) 20 across Alaska, Idaho, Oregon, and Washington. The contract is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will result in Multiple Award Task Order Contracts (MATOC) through an Indefinite Delivery Indefinite Quantity (IDIQ) format with an estimated total capacity of $65 million. The solicitation is anticipated to be released between December 2024 and January 2025, with responses invited via public announcement on SAM.gov. A virtual presolicitation conference is scheduled for November 13, 2024, where industry representatives can learn about the VA's requirements and planned projects, followed by a Q&A session. Firms interested in participating must contact the designated representatives, Helen Woods and Wendy Duval, to obtain meeting details. This initiative emphasizes the VA's strategic direction in contracting engineering services while promoting opportunities for small businesses within the veteran community.
Feb 12, 2025, 5:07 PM UTC
The document outlines modifications to a previous notice regarding the Engineering Services MATOC IDIQ solicitation, specifically identified by number 36C26025Q0001. This is a new Indefinite Delivery/Indefinite Quantity (IDIQ) contract for engineering services solicited by the NCO 20 Network Contracting Office in Vancouver, WA. The notice includes responses to questions from a presolicitation conference, confirming that no further such opportunities will be available. Key points include clarifications on the primary NAICS code (541330 for Engineering Services), the allowance for prime contractors to also serve as subcontractors for other teams, and the types of engineering tasks expected, such as design and construction services. The document reiterates that past performance of subcontractors will be taken into account during evaluation, and it emphasizes compliance with regulations regarding conflicts of interest. The deadline for response to this solicitation is December 31, 2024, at noon Pacific Time. The notice aims to inform potential bidders about the contract purpose, expected deliverables, and regulatory requirements, ensuring a clear understanding of the contracting landscape for interested firms.
Feb 12, 2025, 5:07 PM UTC
This document outlines an amendment related to the Engineering Services MATOC IDIQ solicitation (36C26025Q0001), indicating a delay in the expected release date. The new anticipated release is set for March 2025, with an updated solicitation number: 36C26025R0038. The contracting office is located in Vancouver, WA, and the project is designated for SDVOSBC set-aside, focusing on engineering services designated under the Product Service Code C1DA and NAICS Code 541330. The notice specifies that responses are due by July 4, 2025, and that no Recovery Act funds are involved. This modification serves to inform potential bidders of the schedule adjustment and encourage their participation. It reflects the agency’s commitment to transparency and effective communication with interested parties regarding government contracts.
The AE MATOC Presolicitation Conference was held on November 13, 2024, engaging a total of 61 participants over a duration of approximately one hour. The meeting mainly aimed to discuss upcoming federal grants and RFPs related to the AE MATOC (Architect-Engineer Multiple Award Task Order Contract) program. Key attendees included representatives from various organizations, some verified while others remained unverified. Discussions likely focused on program requirements, application processes, and upcoming opportunities for contractors, highlighting the government’s commitment to fostering competitive bidding in infrastructure and engineering projects. The large number of participants underscores the interest and potential investment in government contracts from the private sector, essential for enhancing public service capabilities. Overall, the conference served as a critical platform for networking and information-sharing among stakeholders involved in federal funding and project proposals.
Lifecycle
Title
Type
Similar Opportunities
C1DA--Engineering Services MATOC IDIQ Request for SF330s
Buyer not available
The Department of Veterans Affairs is seeking qualified engineering service providers to participate in a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for projects across Alaska, Idaho, Oregon, and Washington. This procurement, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to streamline the provision of engineering services, including new construction and remodeling, with an estimated shared capacity of $65 million over a five-year term. The selected firms will be evaluated based on their professional qualifications, specialized experience, and past performance, with submissions due by April 22, 2025, at 12:00 PM Pacific Time. Interested parties should contact Wendy Duval at wendy.duval@va.gov or Helen Woods at helen.woods@va.gov for further information.
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 project at the Seattle VA Medical Center in Seattle, Washington. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to develop comprehensive construction documents, including working drawings and specifications, to modernize the facility's infrastructure in support of a new Electronic Health Record system. The project is estimated to have a construction cost between $20 million and $50 million, with the contract award anticipated by August 2025. Interested firms must submit their qualifications using the SF 330 form by April 15, 2025, and can direct inquiries to Contract Specialist Samuel Cornwell at samuel.cornwell@va.gov or Contracting Officer Joseph Rossano at joseph.rossano@va.gov.
Q509--VISN Onsite Primary Care Physician Services
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for onsite primary care physician services within Veterans Integrated Service Network 20, which includes facilities in Oregon, Washington, and Idaho. The procurement aims to secure board-certified or board-eligible physicians in Internal Medicine or Family Practice to provide essential primary care at various VA Medical Centers (VAMCs) and associated clinics. This opportunity is exclusively set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a small business size standard of $16 million under NAICS code 621111. Interested contractors should note that the RFP is expected to be released around April 1, 2025, with proposals due by April 30, 2025, and can contact Scott A. Reed at scott.reed2@va.gov or 509-321-1909 for further information.
Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Z1DA--VISN 20 General Construction MATOC Replacement Construction Services, aimed at renovating Building 20 at the Vancouver Veterans Affairs Medical Center to consolidate dental services. The project involves extensive construction work, including the creation of dental treatment rooms and necessary support areas, while maintaining operations in an active medical environment, emphasizing safety and compliance with VA standards. This initiative is part of a broader effort to modernize healthcare facilities for veterans, with a maximum contract ceiling of $500 million and a focus on engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit proposals by May 14, 2025, and can direct inquiries to Contract Officer Wendy A. Duval at Wendy.Duval@va.gov.
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.
L099--CON-NRM 653-25-101 Commissioning-Replace Bldg. 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architect-engineer services for the commissioning and replacement of chillers at Building 65 of the Roseburg VA Medical Center in Oregon. The selected firm will be responsible for delivering comprehensive services including schematics, design development, construction documents, technical specifications, and construction period services, with a focus on minimizing downtime during the project. This procurement is critical for enhancing operational efficiency at the facility, with an estimated contract value of under $25,000 and a projected award date on or before June 30, 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by May 6, 2025, and direct any inquiries to Contract Specialist Robert B. Weeks at robert.weeks@va.gov.
Y1DA--VISN 8 MATOC - Mainland
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue a presolicitation notice for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) focused on the Florida/South Georgia region. This contract will encompass a wide range of construction services, including the construction, repair, and renovation of major VA medical facilities such as the Miami VA Healthcare System and others in the area. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to be issued around April 2025, with a total potential contract value of $3 billion shared among awardees over a five-year ordering period. Interested parties must ensure they are registered in the System for Award Management (SAM) and certified through the Small Business Administration's Veteran Small Business Certification program, with all inquiries directed to the designated contracting officers via email.
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.
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.
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 cleaning and maintenance of stormwater systems at the Seattle and American Lake Veterans Affairs Medical Centers. The procurement involves a base contract period from June 16, 2025, to June 15, 2026, with four optional renewal years, totaling an estimated contract value of $16.5 million. The selected contractor will perform bi-annual cleanings and maintenance of stormwater management systems to ensure compliance with environmental regulations, while minimizing disruption to hospital operations. Interested parties must be certified as service-disabled veteran-owned small businesses (SDVOSB) and submit their proposals, including past performance questionnaires, by April 16, 2025, at 5:00 PM PT. For further inquiries, contact Danielle Carrico at danielle.carrico@va.gov.