Opportunity

SAM #36C24426R0121

Architect and Engineering Services for Renovation of 5 East at Wilmington VA Medical Center

Buyer

VA NCO 4

Posted

May 07, 2026

Respond By

June 08, 2026

Identifier

36C24426R0121

NAICS

541310, 541340, 541330, 562910

The Department of Veterans Affairs is seeking professional Architect and Engineering (A/E) services for the renovation of the 5 East inpatient care area at the Wilmington VA Medical Center in Delaware. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 4, Wilmington VAMC - Scope of Services: - Comprehensive A/E design services for renovation of 5 East inpatient care area - Includes site investigation, architectural, mechanical, plumbing, electrical, demolition, and construction documentation - Environmental services: asbestos and lead-based paint assessment and abatement design - Infection control risk assessment and fire/life safety deficiency correction - Modular casework and finish selections suitable for infection prevention - 3rd party cost estimates and phased design submissions (25%, 50%, 75%, 100%, final) - Compliance with VA guidelines, federal, state, and local regulations - Coordination with VA staff and phased work to minimize hospital disruption - Sustainable design and energy reduction compliance - Notable Requirements: - Set aside for Service Disabled Veteran Owned Small Business Concerns (SDVOSBC) - Construction magnitude estimated between $2M and $5M - Multiple design review stages over a 231-day period - No specific OEMs or vendors are named; focus is on professional services and technical compliance

Description

ACQUISITION INFORMATION: The Wilmington Department of Veterans Affairs Medical Center, located at 1601 Kirkwood Highway, is seeking professional Architect and Engineering (A&E) services for Project No. 460-23-008 | Renovate 5 East. 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. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. 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 firms that meet the professional and set aside requirements listed in this announcement. The selected A/E firm shall adhere to the following guidelines: All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to USAF, NFPA, BOCA, VA Handbook and VHA Directives. A/E is responsible for providing all services necessary for design of this project, i.e., mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated into the contract documents. Estimates should include an appropriate percentage for overhead and profit. Contract Award Procedure: Interested A&E firms shall e-mail a PDF SF330 document to Katelyn Fallon, Katelyn.Fallon@va.gov by 3:00 PM, EST, June 8, 2026. A&E firms shall be registered at www.sam.gov and https://veterans.certify.sba.gov/. If available, please include your firm's SDVOSB status verification. Failure of a proposed SDVOSB A&E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified to provide the required services may be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A&E Firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $25.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY26 funding. The construction magnitude is between $2,000,000 and $5,000,000. Evaluation Factors Factor 1: PROFESSIONAL QUALIFICATIONS & EXPERIENCE OF KEY PERSONNEL Offerors must provide background of firms (prime and sub-consultants) and a list of key personnel with professional registrations, certifications, licenses, and/or other relevant credentials (e.g., Registered Architect-RA, Professional Engineer-PE, LEED Accredited Professional, Certified Planner). List all State registrations for individuals licensed in multiple jurisdictions. Offerors shall identify and provide resumes of all key personnel. Key personnel are those who will be directly involved in providing the contract services and will be evaluated on education, project experience, technical ability, and other relevant qualifications that will provide the best opportunity for the successful completion of this contract. Indicate the specific role of key personnel for this contract and their level of involvement in example projects under Section G in Part 1 of the SF330. Factor 2: FIRM CAPACITY & MANAGEMENT OVERSIGHT Offerors must provide an organizational chart identifying key personnel for this contract. Additionally, offerors must provide a management plan which describes the firm’s ability to accomplish work with in-house personnel either onsite or at branch offices, and clearly delineate what work will be performed by subconsultants. Proposals will be evaluated on how teams are organized, effectiveness of the organization, how well the teams work together, how they will maintain good working relationships; roles, responsibilities, and authorities are clearly established; how the teams can be proactive or responsive to emerging situations, conducting situation evaluations, and making midcourse corrections. Evaluation will be based on communication, the plan and commitment to timely communications, clarity and efficiency of communication, and stakeholder inclusion. The evaluation will also consider the firm’s present workload and the availability of the project team for the specified contract performance period. The plan should state the proposed response time to review shop drawings, RFIs, change order requests, submittals, etc. Specify the percentage of work on each project performed by each partner if the project is a joint venture. If supplemental resources are needed, identify how they will be obtained through partnering or teaming. Provide a listing of all active VA projects, dollar amounts, and estimated completion dates. Factor 3: SPECIALIZED EXPERIENCE & PAST PERFORMANCE Offerors will be evaluated on the team's demonstrated experience, performance, technical abilities, and relevant project work of a similar scope, budget, and complexity as the Statement of Work for new construction, renovations, major modernizations, building additions, historic restorations, hospital design, VA projects, among other tasks listed in the SOW. Submissions will be evaluated on the demonstrated ability to execute constructible, biddable, and well-coordinated construction documents, while meeting schedules and tracking/controlling costs to bring projects in on budget (+/- 5%). Offerors shall provide estimates, bid prices, and final construction costs (including change orders) of the 10 most recent projects completed. Contractors shall provide up to five projects demonstrating experience in construction period services, including professional field inspections during construction, review of construction submittals, support in answering RFIs, and support of contract changes, including drafting statements of work and cost estimates. These may be the same projects identified above; however, contractors shall clearly delineate the construction period services performed and identify them for consideration. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with schedules will be evaluated. Past performance and specialized experience will also be evaluated based on example projects with client reviews. Offerors are encouraged to list awards, letters of recommendation, merits, evaluations, or letters demonstrating quality in design, project management, customer service, or professional performance. The Government may also use corporate knowledge when evaluating this factor. Factor 4: GEOGRAPHIC LOCATION & PLAN The plan will outline the team's knowledge of Wilmington VAMC and its unique requirements, along with the team's ability to accomplish the required AE services. Offerors must indicate the firm’s/team’s location, including main offices, branch offices, and any subconsultants’ offices, and demonstrate how the team will service the geographic area. The plan shall demonstrate knowledge of local conditions, including tactical, operational, and strategic issues for all design areas, bidding, and construction related to key disciplines. This may include supply, labor force, weather, seismic conditions, and the local construction climate's impact on cost estimating. Consideration will also be given to how key team members can conduct pre-design site reviews while minimizing travel costs. Factor 5: PROPOSED PROJECT DESIGN APPROACH Design approach statements will be evaluated based on a clear understanding of the project. They should identify potential problems and solutions, outline plans to execute the project, and minimize impact on VA hospital operations. Evaluation will also consider business philosophy, customer service philosophy, and standard care levels. Factor 6: Use of Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses. Per VAAR M836.602-1, the contractor shall provide a summary of the extent to which it commits to using service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other small businesses as subcontractors. Proposed subcontractors shall be identified by business type, DUNS number, and percentage of work to be performed. Wilmington, DE VA Medical Center SCOPE OF WORK For Renovate 5 East Bid Documents/Final Report Ready by: 231 Days after NTP Services Provide professional A/E design services including contract drawings and specifications for construction. Site investigation—mechanical, plumbing, electrical, demolition, and construction; architectural, structural, mechanical, plumbing, electrical, demolition, construction, and environmental services. 3rd Party Cost Estimates Infection Control Risk Assessment Meet all requirements outlined in VA Program Guide PG-18-15 (Volume C), A/E Submission Instructions for Minor and NRM Construction Program. Reference at http://www.cfm.va.gov Documentation and Acronyms Applicable Documents include laws, regulations, policies, and procedures in effect on the date of contract issuance, including updates: Federal Acquisition Regulation Veterans Administration Acquisition Regulation Service Contract Act (SCA) Directory of Occupations (http://www.dol.gov/whd/contracts/sca.htm) ANSI: https://pdflakekxng.files.wordpress.com/2015/04/ansi-z133-safety-standard-pdf.pdf VA Directive 0058 - VA Green Purchasing Program VA Directive 0057 - VA Environmental Program Master Construction Specification: https://vatilms.va.gov/vatilms/catalog Acronyms include: CO: Contracting Officer COR: Contracting Officer’s Representative FAR: Federal Acquisition Regulation CFM: Construction & Facilities Management VA: Veteran Affairs EPA: Environmental Protection Agency SOW: Statement of Work Project Scope General: A/E shall plan, design, and produce complete, coordinated, code-compliant Construction Documents for the renovation, including architectural, plumbing/medical gas, electrical, fire protection, low-voltage/nurse call, IT, structural (as needed), and interior design packages. Submittals shall follow PG-18-15 stage gates and content requirements. Specifics: A/E to convert 2,900 sq. ft. into a flexible inpatient care area with rooms/bays for patient beds and support equipment, applying VA Design Guide for med/surgical and ICU units. Provide modular casework and finish selections suitable for infection prevention, work closely with end users and VA facilities staff, and design infection control/dust prevention measures. Assess and design asbestos abatement, provide literature on new technology, and conduct investigations to ensure compatibility within the building. Identify and correct fire and life safety deficiencies, address fire and safety items, and include construction waste management. VA shall contract an independent Fire and Life Safety Engineer for peer review at 75% design phase, with comments incorporated into the design at no additional fee. Design shall accommodate architectural layout, modular casework, medical gases, HVAC, electrical, nurse call, fire protection, and other systems, maintaining infection control measures. AutoCAD files of existing design will be provided, and work will be phased to minimize downtime. Site Investigation Site visits will be made as necessary, and existing conditions will be surveyed and verified, including asbestos and lead-based paint evaluations. Sustainable Design and Energy Reduction Designs shall comply with sustainability and energy reduction mandates, following VA’s guiding principles for high-performance, sustainable buildings. Environmental/Occupational Safety and Health (EOSH) All projects shall include language addressing EOSH requirements, complying with applicable CFRs and local regulations. Design Review Schedule Review packages should be submitted according to the schedule, with specific days for each phase, starting from NTP (Day 0) to final contract documents (Day 231). All meetings and submissions are to be attended and documented. Design Requirements/Submissions Complete review packages must be submitted on time, including detailed design development and contract documents, following VA guidelines and specifications, with checklists and submittal tracking. Location & Hours Design work will be performed at Building 1, Primary Care, Wilmington VAMC, 1601 Kirkwood HWY, Wilmington, DE 19805. Site visits are only during weekdays, 7:00 AM to 3:30 PM, with prior approval for other days. Personnel and Management The contractor shall employ qualified personnel, ensure proper documentation, and maintain control to meet contract requirements. All personnel must wear VA badges, and conduct themselves professionally. Management includes protecting information, not releasing details without approval, and ensuring security and safety protocols are followed. Damages/Insurance The contractor is liable for damages to government property and must report damages immediately. Access to emergency services must be maintained at all times. Attachments Attachment A: 25% Design Development Document Submission Checklist Attachment B: 50% Design Development Document Submission Checklist Attachment C: 75% Design Development Document Submission Checklist Attachment D: 100% Design Development Document Submission Checklist Attachment E: Contract Documents Submission Checklist Attachment F: A/E Specifications and Asbestos Abatement Reports Additional Links: Wilmington VAMC Homepage

View original listing