Opportunity

SAM #36C25026R0059

VA Seeks A/E Design and Commissioning Services for PACU and Cath Lab Renovation at Louis Stokes VA Medical Center

Buyer

VA Network Contracting Office 10

Posted

April 09, 2026

Respond By

May 11, 2026

Identifier

36C25026R0059

NAICS

541330, 541310, 562910

The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Business (SDVOSB) firms to provide comprehensive architect/engineer (A/E) design and commissioning services for the renovation of the Post-Anesthesia Care Unit (PACU) and Catheterization Lab at the Louis Stokes VA Medical Center in Cleveland, Ohio. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 10, Regional Procurement Office Central - Veterans Affairs Northeast Ohio Healthcare System (VANEOHS), Louis Stokes Cleveland VAMC - Scope of Services: - Architect/Engineer design services for renovation of approximately 8,040 sq ft of clinical space (PACU, Pre-op/Phase 1 and Phase 2 recovery suite, Cardiac Cath Lab, EP Lab, and support spaces) - Programming, design submissions, site investigation/field verification, asbestos and hazardous materials testing, construction documents, technical specifications, cost estimates, and construction administration - Professional and technical commissioning services for HVAC, electrical, and plumbing systems - Life-safety review services ensuring compliance with NFPA 101 Life Safety Code and related standards - Constructability review to reduce schedule, cost, and quality impacts prior to bidding - Master system integrator services - Material and air sampling, detailed reporting, and preparation of abatement drawings/specifications - Notable Requirements: - Specialized commissioning agent, life-safety, and constructability review services - Specific professional certifications and experience required for key personnel - 100% SDVOSB set-aside under NAICS 541330 (Engineering Services) - Estimated Construction Cost: - $16,000,000 - Period of Performance: - Design phase: 220–349 calendar days after notice to proceed - Construction phase: estimated 720 days - Warranty phase: 365 days after substantial completion - Total commissioning period: up to 1,175 days - Place of Performance: - Louis Stokes VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106 - No specific OEMs or commercial vendors are named in the solicitation.

Description

1. INTRODUCTION This is a total 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 541-24-101, A/E Design Renovate PACU and Cath Lab Commissioning at the Louis Stokes VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106. Note: THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED VIA SAM.GOV. A request for proposal will be issued directly to the highest ranked firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92-582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6. 2. DESCRIPTION The AE firm shall provide all programming, design submissions, site investigation/field verification services, asbestos testing, construction documents, technical specifications, cost estimates, reports, and construction administration services for the project A/E Renovate PACU and Cath Lab Commissioning, located at the Louis Stokes Veterans Affairs Medical Center, 10701 East Boulevard, Cleveland, OH 44106. See attached Statement of Work for further requirements. Period of Performance: 220 Calendar Days after Contractor's receipt of Notice to Proceed Contract Type: Firm-Fixed-Price Estimated Cost of Construction: $16,000,000.00 NAICS Code: 541330 Size Standard: $25.5 Million 3. SBA Small Business Search & SAM In accordance with VAAR 819.7003(b) (Deviation), at the time of offer/quotes (SF330 submission), and at the time of award of any contract, the offeror must represent to the contracting officer that it is a: SDVOSB eligible firm; Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and Deviation [Certified] SDVOSB/VOSB [listed in] the SBA certification database (aka DSBS SBA). If registration is required, visit https://search.certifications.sba.gov/advanced?page=0. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. 4. SET ASIDE FACTOR This procurement is a total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) AE firms. The primary NAICS code is 541330. Engineering services are also required as this is a multi-disciplinary engineering requirement, and experience and qualifications for engineering services are being evaluated as part of this solicitation. Offerors that are not an SDVOSB firm will be ineligible for consideration. Verification of SDVOSB status will be done via current registration in the Center for Veterans Enterprise Vendor Information Pages database. Firms submitting a qualification package must have a current registration in SAM (https://sam.gov). 5. EVALUATION FACTORS The Government will award a contract to the responsible offeror whose conforming proposal is most advantageous to the Government. The evaluation factors are: Experience and Technical Competence (40%) Professional Qualifications (25%) Past Performance (15%) Capacity (5%) Experience in Construction Period Services (5%) Geographic Location (5%) SDVOSB Subcontractor Classification (5%) Specialized Experience and Technical Competence (40%) Involves design of renovation projects for PACU and Cath Labs, including commissioning agent services, life-safety review, and constructability review. Recent and relevant projects (within the past five years) should be detailed, including scope, owner, contact info, services provided, period, and project value. A minimum of three and a maximum of five projects are required. Professional Qualifications (25%) Necessary for the roles of Commissioning Agent, Life-Safety Reviewer, and Constructability Reviewer, with specific certifications, experience, and education requirements outlined. Past Performance (15%) Evaluation based on contracts with government and private industry, considering cost control, quality, and schedule compliance. CPARS data or PPQs are required. Capacity (5%) Demonstrate ability to execute multiple large task orders simultaneously within the required timeframe. Experience in Construction Period Services (5%) Includes field inspections, review of submittals, RFI support, and contract change support. Geographic Location (5%) Responsiveness and travel time to the project site will be evaluated. SDVOSB Subcontractor Classification (5%) Extent of commitment to use SDVOSB and other small businesses as subcontractors, with certification requirements. 6. SCORE KEY Assessment ratings range from Excellent (1) to Poor (5), with definitions provided for each. Adjectival descriptions include strengths, weaknesses, and deficiencies. 7. CONCENSUS EVALUATION The SSEB will provide a consensus evaluation explaining the selection rationale, including significant evaluation factors and limitations of non-selected firms. 8. SELECTION PROCESS SF330s will be evaluated, followed by discussions/interviews with the top firms. Final selection will be based on the combined evaluation results. 9. LIMITS ON SUBCONTRACTING In accordance with VAAR 852.219-73, the SDVOSB prime contractor will not pay more than 50% of the contract amount to non-certified SDVOSB firms for services. Subcontracting limitations and requirements are detailed. 10. SUBMISSION REQUIREMENTS Interested firms should submit one electronic PDF copy via email by Friday, 11 May 2026, at 12 PM EST. Files must be readable, limited to 20MB, and formatted as specified. The SF330 can be downloaded from the GSA Forms Library. 11. CONTACT INFORMATION No fax or phone responses accepted. Questions should be emailed to Stanley.burdine@va.gov. VA Primary Point of Contact: Stanley Burdine Contract Specialist Email: Stanley.burdine@va.gov Additional Links:VA Website

View original listing