Opportunity
SAM #36C25526R0083
A/E Services for Cardiac Cath Lab Relocation at Marion VA Medical Center
Buyer
VA Health Administration Network Contracting Office 15
Posted
April 21, 2026
Respond By
May 11, 2026
Identifier
36C25526R0083
NAICS
541310, 541330
This opportunity seeks qualified SDVOSB architectural and engineering firms to design and support the relocation of the Cardiac Catheterization Laboratory at the Marion VA Medical Center in Illinois. - Government Buyer: - Department of Veterans Affairs (VA), Veterans Health Administration - Network Contracting Office (NCO) 15 - Marion VA Medical Center, Engineering Service - Scope of Work: - Relocate the Cardiac Cath Lab from the second to the fourth floor of Building 1 - Provide stand-alone construction documents, reports, and specifications - Deliver hazardous material abatement design (asbestos, lead, mold) - Perform structural and seismic analysis - Provide construction period services, including technical reviews, site visits (up to nine), and consultation during construction - Required Disciplines: - Supervisory, civil/structural, architectural, mechanical, plumbing, electrical, IT, physical security, fire protection, and industrial hygiene - Set-Aside & Compliance: - 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms certified in the SBA database - Compliance with VAAR 852.219-75 limitations on subcontracting and E-Verify enrollment - Submission of SF 330 qualification package required - Contract Details: - Firm fixed price contract - Estimated construction magnitude: $5,000,000 to $10,000,000 - Design completion required within 365 calendar days from award, including VA reviews - Locations: - Place of performance: Marion VA Medical Center, 2401 West Main Street, Marion, IL 62959 - Contracting office: Network Contracting Office (NCO) 15, 3450 S 4th Street Trafficway, Leavenworth, KS 66048 - No specific OEMs or vendors are named in the solicitation.
Description
Page 1 of
Page 1 of
PRESOLICITATION NOTICE Request for Architectural and Engineer (A/E) 330 submission Solicitation: 36C25526R0083 Relocate Cath Lab to Fourth Floor Building 1, Project No. 657A5-26-104
CONTRACT INFORMATION Project 657A5-26-104, Relocate Cath Lab to Fourth Floor Building 1 This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL) 0582) 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. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with FAR Subpart 36.6. 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 Architectural and Engineer (A&E) contractors that meet the professional requirements. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and are listed below. All factors are listed in descending order of importance. The completed SF 330 will be evaluated by the Marion Illinois VA Medical Center Evaluation Board in accordance with FAR 36.602-3 and 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. The contract is anticipated to be awarded no later than September 30, 2026. Award of any resultant contract is contingent upon the availability of funds. 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 to David Sterrett via e-mail to: david.sterrett@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541310 Architectural Services and small business size standard of $12.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 365 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction services if award of a construction project contract is made. In accordance with FAR 36.204 and VAAR 836.204, the estimated magnitude of the construction project being designed is anticipated to be between $5,000,000 and $10,000,000.
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 852.219-73. ONLY BUSINESSES VERIFIED AND LISTED AS CERTIFIED IN THE SBA CERTIFICATION DATABASE AT https://veterans.certify.sba.gov SHALL BE CONSIDERED.
SYSTEM FOR AWARD MANAGEMENT (SAM) Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package.
THE EXCLUDED PARTIES LIST SYSTEM (EPLS) To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further, the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract, the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.
E-VERIFY SYSTEM Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) A-E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available online at: https://www.gsa.gov/system/files/2024-08/SF330-21a.pdf) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in PDF, no larger than 20 Megabytes (MG), and emailed. Completed package shall be delivered electronically on or before Monday, May 11, 2026 at 2:00 pm Central Daylight Time (CDT) to the NCO 15 Contracting Office, Attn: David Sterrett, Contracting Officer, to the following email address: david.sterrett@va.gov Email subject line shall clearly identify Presolicitation number: 36C25526R0083 and project name, Relocate Cath Lab to Fourth Floor Building 1, Marion Project 657A5-26-104, Your Company Name
SF330 SUBMISSION REQUIREMENTS The SF330 submission must be a PDF document, must be below 20 megabytes (MG), and is not to exceed sixty (60) pages. Each page cannot exceed 8-1/2 x 11 in size. Photographs or other graphics will be included in the 60-page count. Title pages and tables of contents, if applicable, are excluded from the page count limitation as are all required attachments. Pages submitted in excess of the limitations specified in this notice will not be evaluated. For example, if Company A submits their SF330 that is 100 pages, only pages 1-60 will be evaluated, and pages 61-100 will be removed prior to submission. Signed Attachment 1, VAAR 852.219-75 VA Notice of Limitations on Subcontracting, must be included with your SF330 package or the SF330 will not be evaluated.
PROJECT INFORMATION The mission of the Veterans Affairs Medical Center (VAMC) in Marion, Illinois is to provide the highest quality health care to our nation's veterans. To accomplish this, Marion VAMC Engineering Service intends to partner with an A/E Firm to relocate the Cardiac Cath Lab from Building 1 second floor to Building 1 fourth floor at the Marion VAMC Campus, 2401 West Main Street, Marion, IL 62959. The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work. The primary disciplines to be included are: Supervisory, VPIH, Civil/Structural, Architectural, Mechanical, Plumbing, Electrical, Physical Security, and Fire Protection. The VA requires Architectural and Engineering (A/E) services to produce stand-alone Construction Documents, Reports, and Specifications for Project: 657A5-26-104, Relocate Cath Lab to Building 1 Fourth Floor at Marion VA Medical Center. See Attached Draft Copy of the project Supplement B for more detailed information.
EVALUATION FACTORS Selection Criteria are in accordance with FAR Part 36.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary, not to exceed sixty (60) pages. The page count does not include any required attachments, table of contents, or cover pages. Each page cannot exceed 8-1/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages not to exceed sixty (60) pages. All pages above 60 pages will not be evaluated. SF 330 must be submitted as a PDF to david.sterrett@va.gov and cannot exceed 20 MB in size. Refer to CONTRACT INFORMATION section points o. r. for additional submittal requirements and instructions. Qualifications (SF 330) submitted by each firm for this project will be reviewed and evaluated based on six (6) criteria listed below, in descending order of importance. PROFESSIONAL QUALIFICATIONS: Provide resumes of proposed team members, including Project Manager(s), Designers of Record, and Quality Control Manager(s). Include relevant team members or subcontractors, their experience, and roles. Resumes should include 3-5 projects from the past ten years that illustrate relevant experience. All designers of record must provide certifications/licenses. SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE: Describe 3-5 relevant projects completed in the last 10 years that demonstrate experience with similar facilities, codes, and standards, especially VA standards for Cath Labs and Operating Rooms. CAPACITY TO ACCOMPLISH WORK: Indicate current workload, staffing capacity, and ability to meet deadlines. Certify compliance with VAAR 852.219-75 regarding subcontracting limitations, including the percentage of work to be performed by SDVOSBs. PAST PERFORMANCE: Provide recent and relevant past performance information, including five projects with a design fee over $500,000, and references. Include project scope, dates, costs, and contacts. ESTIMATING EFFECTIVENESS: Provide data on the five most recent projects designed by the team, including scope, estimates, and actual costs. Explain significant variances. CLAIMS, TERMINATIONS, AND LITIGATION: Disclose any claims, terminations, or litigation in the past five years and their outcomes. End of Evaluation Factors 1-6
Attachment 1 Request for Architectural and Engineer (A/E) 330 submission Solicitation: 36C25526R0083 Relocate Cath Lab to Fourth Floor Building 1 Project No. 657A5-26-104
FAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction As prescribed in 819.6011(b), insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that: If awarded a contract, it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the acquisition as set forth in FAR 19.102.] [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: Referral to the VA Suspension and Debarment Committee; A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and Prosecution for violating 18 U.S.C. 1001. Attachment 1 (Continued) Request for Architectural and Engineer (A/E) 330 submission Solicitation: 36C25526R0083 Relocate Cath Lab to Fourth Floor Building 1 Project No. 657A5-26-104 (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _____________________________ Printed Title of Signee: __________________________ Signature: __________________________ Date: _______________ Company Name and Address: __________________________ _____________________________________________________________ (End of clause)