Opportunity

SAM #36C25526R0135

A/E Design Services for ADA-Compliant Restroom Renovations at Jefferson Barracks VA Medical Center

Buyer

VA Health Administration Network Contracting Office 15

Posted

May 06, 2026

Respond By

May 22, 2026

Identifier

36C25526R0135

NAICS

541310

The Department of Veterans Affairs is seeking Service-Disabled Veteran Owned Small Business (SDVOSB) Architectural and Engineering (A/E) firms for restroom improvement and expansion at the Jefferson Barracks Division of the St. Louis VA Medical Center. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 15, St. Louis Jefferson Barracks VAMC - Scope of Work: - Architectural and Engineering design services for public restroom renovations in buildings 1, 3, 51, and 52 - Includes ADA-compliant upgrades, code compliance, and correction of poor Facility Condition Assessments - Design must address asbestos, lead, and mold abatement - Construction period services and site visits may be required - Required Disciplines: - Supervisor, Architectural, Mechanical, Electrical, Plumbing (including Fire Protection), Structural, VPIH, and 3rd Party Fire Protection Review - Notable Requirements: - 100% SDVOSB set-aside - Submission of SF 330 qualification packages - Compliance with E-Verify, SAM.gov registration, and EPLS checks - NAICS code 541310 (Architectural Services) - Contract Details: - Firm Fixed Price contract - Construction budget estimated at $783,900 - Design completion expected within 180-190 calendar days - No specific OEMs or commercial vendors are named in the solicitation

Description

Pre-Solicitation Notice: Request for Architectural and Engineer 330 submission Solicitation: 36C25526R0135, FCA Improve and expand public restrooms JB- STL, Project No. 657-27-202JB. CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36). Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. 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, evaluation factors are listed below. The completed SF 330 will be evaluated by the St Louis Jefferson Barracks VAMC Evaluation Board in accordance with VAAM M836.602-1, and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. Negotiations will be conducted beginning with the most highly qualified firm. 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 most highly rated firm must physically come to the site and review the project before submitting a price proposal and letter of understanding at no cost to the government. The contract is anticipated to be awarded no later than July 27, 2026. Award of any resultant contract is contingent upon the availability of funds. Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541310, Architectural Services, with a small business size standard of $12.5 million. Award of a Firm Fixed Price contract is anticipated, and the award time for completion of this project is approximately 180 calendar days, including time for VA reviews. The A/E firm shall also be required to perform construction period services if a construction project contract is awarded. DATABASE REGISTRATION INFORMATION Verification of the status of the apparently successful offeror for this acquisition is 100% set-aside for qualified service-disabled veteran owned small business A/E firms in compliance with VAAR 852.219-73. Only businesses listed as certified in the SBA certification database at https://veterans.certify.sba.gov/ shall be considered. SYSTEM FOR AWARD MANAGEMENT (SAM.GOV) Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM.GOV) database at https://sam.gov/content/ and enter all mandatory information. Award cannot be made until registration is complete. Offerors are encouraged to ensure registration prior to submitting their qualifications package. 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 https://sam.gov/content/ for each person providing services. The contractor must certify that all persons listed have been checked and are NOT listed. During performance, use of any individual or business listed on the List of Excluded Individuals/Entities is prohibited. 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 and based on Form I-9 data. (FAR 52.222-54) SUBMISSION REQUIREMENTS Qualified A-E firms must respond by submitting one (1) original completed Standard Form 330 qualification package (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 Section H with an organizational chart (excluding consultants) and a design quality management plan. Submissions must be in PDF format and emailed. The email subject line must clearly identify the Solicitation number: 36C25526R0135 and project name, FCA Improve and expand public restrooms - STL (MD), Project No. 657-27-202JB. Responses are due by 3:00 PM Central on May 22, 2026, to kevin.mahoney3@va.gov. The PDF document must not exceed 10 MB. The A/E Firm must provide Basic Professional Services as outlined in the Scope of Work, including disciplines such as Supervisor, Architectural, Mechanical, Electrical, Plumbing (including Fire Protection), Structural, VPIH, and a 3rd Party Fire Protection Review. Interested firms shall respond to additional announcements separately via the Contract Opportunities website at https://sam.gov. This is the only official site for these documents. Further project information will be posted there when available. PROJECT INFORMATION St. Louis Jefferson Barracks VAMC Engineering Service (FES) plans to partner with an A/E Firm to design improvements, expansions, and upgrades to buildings 1, 3, 51, and 52 at Jefferson Barracks (JB) Division, St. Louis, MO 63125. The renovation aims to address deficiencies identified in Facility Condition Assessments (FCAs). The A/E Firm must provide Basic Professional Services as specified, including disciplines such as Supervisor, Architectural, Mechanical, Electrical, Plumbing (including Fire Protection), Structural, VPIH, and a 3rd Party Fire Protection Review. Evaluation Factors Selection criteria follow VAAM 836.602. Prospective firms must address all criteria within their SF330 packages, which should not exceed fifty (50) pages, each no larger than 8.5 x 11 inches. The SF330 must be submitted as a PDF, not exceeding 10MB. Qualifications (SF330) Submitted qualifications will be evaluated based on: Professional Qualifications: Experience, education, licensure, and team collaboration in disciplines such as Supervisor, Architectural, Mechanical, Electrical, Plumbing, Structural, VPIH, and Fire Protection. Licenses must be valid in the US, with license numbers provided. Specialized Experience and Technical Competence: Experience in medical renovations, VA safety/security design, hazardous material abatement, ADA compliance, and relevant project experience demonstrating technical capabilities and use of design tools like CAD and BIM. Capacity to Accomplish the Work: The firm's workload, staffing, and compliance with VAAR 852.219-75, including the percentage of work subcontracted to SDVOSBs or VOSBs, will be assessed. Certification of compliance must be included. Past Performance: Review of completed projects relevant in scope, especially those with VA, government, or private clients within the last 5 years, focusing on cost, quality, and schedule adherence. Reputation in A/E Community: Professional standing, awards, and recommendations. Claims and Terminations: Record of claims related to architectural and engineering services. Use of Service-Disabled Veteran-Owned Small Businesses: Commitment to SDVOSB utilization as per VAAM M836.602-1. Construction Period Services Experience: Field inspections, submittal reviews, RFI responses, and contract change support. Additional certifications and certifications of compliance are required, including the VA Notice of Limitations on Subcontracting (VAAR 852.219-75), which details percentage limits for subcontracting to non-SDVOSB/VOSB firms based on the type of contract.

View original listing