Opportunity

SAM #36C24426R0072

VA Wilmington Facility Master Plan and Feasibility Study Architect-Engineering Services (SDVOSB Set-Aside)

Buyer

VA NCO 4

Posted

April 09, 2026

Respond By

May 11, 2026

Identifier

36C24426R0072

NAICS

541310, 541320, 541330

The Department of Veterans Affairs is seeking qualified Service Disabled Veteran Owned Small Business (SDVOSB) firms to provide comprehensive Architect-Engineering (A/E) services for a 10-year Facility Master Plan and Feasibility Study for the Wilmington VA Medical Center and associated outpatient clinics in Delaware and New Jersey. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 4, Wilmington VA Health Care System - Scope of Services: - Professional A/E services to develop a Facility Master Plan for the Wilmington VA Medical Center and multiple outpatient clinics - Includes architectural, landscape architecture, civil engineering, structural, HVAC, and environmental assessments - Deliverables: existing conditions analysis, phased master plan drafts, feasibility studies, SCIP readiness reports, cost estimates, business cases, and updated CAD drawings - Unique Requirements: - Set aside for SDVOSB firms under NAICS 541330 (Engineering Services) - Firms must demonstrate experience in healthcare planning, federal contracts, technical approach, project management, and knowledge of local conditions - Compliance with federal and VA-specific standards is required - Locations Covered: - Wilmington VA Medical Center (main hospital) - Outpatient clinics in Sussex County (Georgetown, DE), Kent County (Dover, DE), Cape May (Rio Grande, NJ), Atlantic County (Northfield, NJ), and Cumberland County (Vineland, NJ) - No specific OEMs, vendors, product part numbers, or purchase quantities are specified; this is a professional services procurement

Description

VETERANS AFFAIRS MEDICAL CENTER, WILMINGTON, DE. FACILITY MASTER PLAN REQUEST FOR SF330

ACQUISITION INFORMATION: The Department of Veterans Affairs, VA Medical Center (VAMC), in Wilmington, DE is seeking professional Architectural and Engineering (A/E) services for a Facility Master Plan Architectural/Engineering Contract. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. A/E firms permitted by law to practice the professions of Architecture or Engineering are requested to send 1 electronic copy of an SF330 (7/2021 Edition) and appropriate documentation from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS (SDVOSB). The Department of Veterans Affairs, Network Contracting Office 4, is issuing this request for SF330 packages to provide Architect-Engineering Services for a Facility Master Plan at the Wilmington Veterans Affairs Medical Center, located at 1601 Kirkwood Hwy, Wilmington, DE 19805 and associated facilities outlined in the attached Scope of Work. Responses are invited from Architectural/Engineering, Landscape Architect, or Civil Engineering firms that possess the following North American Industry Code (NAICS) 541330, Engineering Services, size standard $25.5M. This procurement is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). Submissions shall include a signed copy of VAAR 852.219-75. Failure to return a signed copy will result in the proposal not being considered. SF330 responses must be submitted via electronic mail and three (3) copies by 11 May, 4:00 PM EST. Interested A&E firms shall submit their SF330 (7/2021 Edition) and documentation to: Stephen.gulotta@va.gov The Government will accept RFIs and answer questions via Amendment until 22 April 2026 @ 4:00 PM EST. Questions after this date may not be answered. There will be no pre-proposal site visit. Submit RFI questions to stephen.gulotta@va.gov. The Government will award one (1) Contract to the most qualified firm. PHASE I OF THE SELECTION PROCESS: The initial evaluation (Phase I) will determine the most highly qualified firms. The Selection Board will produce a list with a narrative explanation supporting the rankings. Where firms are rated equally, importance of factors will be considered. The Source Selection Authority will then select firms for interviews. PHASE II OF THE SELECTION PROCESS: Phase II includes inviting the most qualified firms for an interview/presentation session at Wilmington VAMC or online. The process will narrow down to a single firm for contract award. EVALUATION CRITERIA: Experience and Past Performance Design Team Proposed for This Project Technical Approach Proposed Management Plan Location and Knowledge of Local Area Experience and Past Performance Healthcare Planning Experience: Provide an overview of the firm’s history and experience in healthcare planning, highlighting key projects and achievements. Include at least 5 projects demonstrating ability to develop policies, strategies, and actions ensuring healthcare service quality. Federal Contract Experience: Detail experience with federal contracts, especially on the 5 key projects. Design Team Proposed for This Project Qualifications of Key Personnel: Include no more than 10 resumes of team members, emphasizing healthcare design and federal project experience. Subcontractors: Evaluate qualifications and relevant experience, especially in specialty areas. Approach to incorporating evidence-based design, ADA, NFPA Life Safety, energy conservation, interior design, and space planning. Technical Approach Describe how the firm will incorporate evidence-based design, ADA, NFPA Life Safety, energy conservation, interior design, and space planning into the project. Proposed Management Plan Project Management Approach: Methodologies for schedule, budget control, risk management, and communication. Work Plan and Deliverables: Clarity and feasibility of timelines and deliverables, considering current workloads. Compliance Standards: Knowledge of NFPA, NEC, NEMA, EISA 2007, UL, and other regulations. VA Specific Standards: Understanding of VHA requirements and familiarity with VA’s mission, vision, and strategic plans. Location and Knowledge of Local Area Firm’s location and servicing plan, including offices and subconsultants, demonstrating how the team will service the Wilmington area. Knowledge of local conditions, veteran population, operational issues, supply, labor, environmental factors, and construction climate. Qualification Procedures: Firms must be registered in SAM.gov, include VetCert SDVOSB verification, and file the VETS-4212 report. Failure to meet these requirements will result in elimination. Following evaluation, the most qualified firms will be invited for interviews. The final selection will be based on demonstrated competence and qualifications. This is not a solicitation or guarantee of award. Submission Instructions: Submit SF330 (7/2021 Edition) and documentation to stephen.gulotta@va.gov. No hard copies accepted. Late submissions will be discarded. Firms must submit a signed SF330 Part II for the prime and all proposed offices and subcontractors, signed within the past 12 months. Include the Unique Entity Identification (UEI) number from SAM.gov for the office performing the work. Provide brief resumes, project summaries, and details of recent medical facility contracts, including agency, contract number, project title, and award amount. Indicate the estimated percentage involvement of each team member. Limit to ten pages for Section H, using Times New Roman 11pt font. Excess pages will be discarded. Personal visits to discuss this announcement are not allowed.

Detailed statement of work attached.

View original listing