Opportunity
SAM #36C25526R0113
A/E Services for HVAC System Corrections at John Cochran VA Medical Center, St. Louis
Buyer
VA Health Administration Network Contracting Office 15
Posted
April 16, 2026
Respond By
May 13, 2026
Identifier
36C25526R0113
NAICS
541330, 541350, 541310
This opportunity seeks architect-engineer (A/E) services to correct and modernize HVAC systems in procedure and isolation rooms at the John Cochran VA Medical Center in St. Louis, Missouri. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 15, John Cochran VA Medical Center - Scope of Work: - Professional A/E services for design development, detailed design, construction period services, and preparation of construction documents - Focus on correcting and upgrading HVAC systems in multiple procedure and isolation rooms within Building 1 - Compliance with VHA Design Criteria and all relevant codes and standards - Required Disciplines: - Architectural, civil, mechanical, electrical, plumbing (including fire protection), structural, physical security, industrial hygiene, commissioning, and cost estimation - Eligibility and Selection: - 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) firms - Selection based on professional qualifications, specialized experience, estimating effectiveness, past performance, capacity, and claims history - Firms must submit SF 330 qualification packages - Budget and Timeline: - Estimated construction contract value between $1,000,000 and $5,000,000 - Anticipated design completion within approximately 580 calendar days, including VA reviews - Notable Requirements: - No specific OEMs, vendors, or product part numbers are mentioned - Award is contingent on availability of funds
Description
PROJECT NUMBER: 657-21-115JC PROJECT TITLE: Correct HVAC Systems in Procedure Rooms (Construction Period Services) Synopsis: CONTRACT INFORMATION a. This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL) 85-582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. b. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with VAAR 836.606-73 as implemented in FAR Subpart 36.6. c. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified contractors that meet the professional requirements. d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the John Cochran VA Health Care System Evaluation Board in accordance with FAR 36.602-5(a). The selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. e. Award of any resultant contract is contingent upon the availability of funds. f. No solicitation document is available and no other information pertaining to project scope, etc., is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to cedric.graham@va.gov. Personal visits to discuss this announcement will not be allowed. g. The NAICS Codes for this procurement is 541310 Architectural Services with a small business size standard of $12.5M. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of design is approximately 580 calendar days, including time for VA reviews. h. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR. THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS IN COMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE (http://www.Vetbiz.gov) SHALL BE CONSIDERED. i. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the SAM database at www.sam.gov and enter all mandatory information. Award cannot be made until registration is complete. Offerors are encouraged to ensure registration prior to submission. j. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure service providers have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act, the contractor must check the EPLS at www.sam.gov for each person providing services under this contract. The contractor must certify that all persons listed in the qualifications package are NOT listed. During performance, use of any individual or business listed on the EPLS is prohibited. k. E-VERIFY SYSTEM: Companies awarded a federal contract shall enroll in E-Verify within 30 days of award and use it to confirm that all new hires and employees working on federal contracts are authorized to work in the U.S. E-Verify is free of charge (FAR 52.222-54). l. A-E firms interested must submit one (1) completed SF 330 Parts I and II, including all consultants. The form is available online at http://www.gsa.gov/portal/forms/download/116486. Part I should include an organizational chart and a design quality management plan. Submissions must be electronic. m. Completed packages shall be delivered electronically on or before 05/13/2026 at 2:00 PM CST to the NCO 15 Contracting Office, Attn: Cedric Graham, Contracting Officer at cedric.graham@va.gov. PROJECT INFORMATION The mission of the Veterans Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation's veterans. To accomplish this, VASTLHCS Facility Engineering Service (FES) intends to partner with an A/E Firm for Construction Period Services to correct HVAC Systems supporting various Patient Isolation Rooms in Building 1, John Cochran (JC) Division, St. Louis, MO. The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work, including disciplines such as Supervisor, Architectural, Civil, Mechanical, Electrical, Plumbing (including Fire Protection), Structural, Physical Security Specialist, VPIH, and Commissioning. Supplement B: CONSTRUCTION BUDGET/DESIGN and CERTIFICATION LIMITATION: The A/E will incorporate bid items into the bid documents allowing for a 10% budget reduction. The estimated construction contract price is between $1,000,000 and $5,000,000. If the project cannot be designed within these funding limits, the A/E shall notify the Contracting Officer immediately and shall not proceed further without direction, in accordance with FAR 36.602-5. SCOPE OF CONSTRUCTION PROJECT AND PROJECT CONSTRAINTS Existing Conditions: The John Cochran Building 1 is an 11-story facility with multiple additions, housing various medical services and clinics. Some procedural spaces and isolation rooms are not compliant with current VHA Design Criteria, including rooms such as A164, A165, B124, C615/C615A, A757/A757A/A757B, E127/E128, D219/D220, B503, C510/510A, A658/A658A/A658B, A663/A663A/A663B, A707/A707A/A707B, and A720/A720A/A720B. Project Intent: The project aims to correct HVAC systems supporting procedure and patient isolation rooms within the VA Saint Louis Healthcare System, John Cochran Division. It includes updating and modernizing HVAC systems to ensure compliance with VHA Design Criteria, providing all necessary design, estimation, and construction period services, and creating comprehensive construction documents meeting applicable standards and codes. General Information The design shall include phasing with construction boundaries to protect patients and workers. Site investigations are required to analyze current conditions and assess utility services for compliance. The A/E must design within the construction budget and have licensed/registered professionals in relevant disciplines, including architecture, mechanical, plumbing, electrical, life safety, communications, interior design, and cost estimation. The team should have experience in complex healthcare projects and design using current VA standards and codes, including security guidelines. The final design must be fully functional, certified, and operational, subject to review and approval by an Integrated Project Team (IPT). The A/E shall provide a brief synopsis of the project scope (not exceeding four pages) to assist bidders. The C&A requirements do not apply, and a Security Accreditation Package is not required. The Government reserves the right to all demolished or removed items at the discretion of the COR. Evaluation Factors Selection criteria follow FAR Part 36.602-5 and VAAR Part 836.602-1. Firms must address all criteria in their SF330 packages, which are limited to fifty pages, with each page not exceeding 8.5 x 11 inches, submitted as a PDF under 10MB. Qualifications (SF330) will be evaluated based on: Professional Qualifications: Experience and education of team members, including licensed professionals in Missouri or recognized states, across disciplines such as architecture, civil, mechanical, electrical, structural, hygienists, estimators, CAD operators, project managers, LEED consultants, fire protection engineers, and interior designers. Specialized Experience and Technical Competence: Past projects (completed design and construction within the last five years), especially related to medical facilities. Details should include project titles, scope, completion dates, involved firms, and experience with projects started by other A/E firms. Estimating Effectiveness: Recent projects with cost estimates versus actual awards, explaining discrepancies over 10%, including team members responsible for design and oversight. Past Performance: Completed projects relevant in scope, with references from VA, other government agencies, or private industry, focusing on cost control, quality, and schedule adherence within the last five years. Capacity to Accomplish the Work: Demonstrated workload capacity and staffing, including how at least 50% of design work will be performed by the concern's employees or eligible SDVOSB subcontractors. Claims, Terminations, and Litigation: Records of claims, terminated contracts, or litigation within the past five years, including outcomes.