Opportunity

SAM #36C25026R0074

VA Seeks SDVOSB Architect-Engineering Services for Building 41 Remodel at Marion Campus

Buyer

VA Network Contracting Office 10

Posted

May 08, 2026

Respond By

May 28, 2026

Identifier

36C25026R0074

NAICS

541310, 541330

The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineering (AE) firms for a single award contract to provide full design and related professional services for the remodel of Building 41 at the VA Northern Indiana Health Care System, Marion Campus. - Government Buyer: - Department of Veterans Affairs (VA), Network Contracting Office 10, and VA Northern Indiana Health Care System, Marion Campus - Scope of Services: - 100% design services for Building 41 remodel, including: - Schematic design, design development, construction/bid documents, and construction administration - Technical specifications, cost estimates, and phased construction plans - Deliverables include BIM/Revit 2025 models and as-built drawings - Certified Industrial Hygienist services for lead and asbestos abatement design, air monitoring, compliance visits, and decontamination certification - Third-party commissioning agent to certify design/construction compliance, develop commissioning plan, and provide O&M manuals and training - Third-party construction cost estimator for independent cost estimation - Notable Requirements: - Experience with historical building remodels and compliance with Section 106 permitting (State Historic Preservation Office) - Security system design and adherence to multiple federal codes and standards - All services must be performed by or subcontracted to qualified professionals (e.g., certified industrial hygienist, commissioning agent, cost estimator) - Set aside for SDVOSB AE firms under NAICS 541310 (Architectural Services) - No specific OEMs or commercial product vendors are named; the procurement is for professional AE and related consulting services only.

Description

PRE-SOLICITATION NOTICE (REQUEST FOR SF330s)

The Department of Veterans Affairs (DVA) Network Contracting Office (NCO) 10 is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for a Single Award Contract for Architectural and Engineering (AE) services at the Louis Stokes VA Medical Center (VAMC), 10701 East Boulevard, Cleveland, OH 44106.

Description of Requirement: The Architect/Engineer (A/E) firm shall furnish professional services for 100% design to remodel Building 41 at VA Northern Indiana Health Care System, Marion Campus, 1700 E. 38th Street, Marion, IN 46953. The design will include Schematic Design, Design Development, Construction/Bid Documents per the A/E Design Submission Instructions Document, Construction Administration Services, Technical Specifications and Cost Estimates.

Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236-25 Requirements for Registration of Designers Architects or engineers registered to practice in the particular professional field involved in a State, the District of Columbia, or an outlying area of the United States shall prepare or review and approve the design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work.

SET-ASIDE INFORMATION: This procurement is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) AE firms. The primary North American Industry Classification System (NAICS) Codes is 541310 Architectural Services. The Government intends to make a single contract award to a qualified SDVOSB AE firm, contingent upon a sufficient number of qualified SDVOSB AE firms are deemed most highly qualified and eligible for award. Verification of SDVOSB status will be done via confirming current registration in the Small Business Administration s (SBA) Veteran Small Business Certification (VetCert) database (https://www.sba.gov/partners/contracting-officials/small-business-procurement). Firms submitting a qualification package must have a current registration in the System for Award Management (https://sam.gov). The awarded contract will be firm-fixed price.

This procurement will be following the procedures established in the Brooks Act, Federal Acquisition Regulation (FAR) 15, FAR 36.202, and Veterans Affairs Acquisition Regulation (VAAR) 836.6. The top-ranked firm is expected to receive a solicitation for pricing and conduct negotiations. If award is made, all unsuccessful submitters/offerors will be notified promptly after contract award.

Firms responding to this notice will be evaluated and ranked using the selection criteria listed in the continuation pages of this pre-solicitation package. The evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The evaluation factors listed in the continuation pages shall be addressed in Part H of the SF-330.

The submission must include a fully completed Standard Form (SF) 330, /Engineer Qualifications: (form available at: https://www.gsa.gov/forms). The SF330 shall not exceed a total of 75 pages in a common font, size 12, single spaced. Use graphic presentations where such use will contribute relevant data. The background color of each page of the submission shall be white or ivory stock only. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information.

Deliver via email a PDF file to tiffany.rausch@va.gov. The emailed file size shall not exceed 18mb. The emailed SF330 may be provided in a zip file. The subject line of the e-mail should read ( Remodel Building 41 36C25026R0074 ). DEADLINE: The electronic copy of the SF330 must be received at the email address cited above by no later than May 28, 2026, at 10:00am EST in order to be considered.

Should there be any conflict between this pre-solicitation notice and the attached Statement of Work (SOW), the SOW supersedes.

Questions and other inquiries are to be directed only via email to Contract Specialist Tiffany Rausch at tiffany.rausch@va.gov.

NOTES: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO THE SAM.gov ALERT SERVICE TO INSURE NOTIFICATION OF ANY AMENDMENTS OR OTHER CHANGES TO THIS ADVERTISEMENT.

Evaluation Factors Specialized experience and technical competence with providing architect-engineer services for comparable historical building remodel projects (30% weighting)

Demonstrate experience and competence with comparable historical building remodel projects that: Require a section 106 permit with the State Historic Preservation Office (SHPO) Require a Certified Industrial Hygienist service for abatements, air monitoring, etc. Require the inclusion of asbestos abatement in the design. Require the hiring of a third-party commissioning agent as well as a third-party construction cost estimator.

Submit at least three but no more than five projects completed within the last five years.

Provide the project title, location, and brief work description, including: Strategy used to identify suitable solutions to asbestos abatement. Building use and square footage of the project. Contracting method, including start and completion dates (original vs. actual) for completed work. Prime contractor, major subcontractors, contractor team arrangements.

Professional qualifications necessary for satisfactory performance of required architect-engineer services (20% weighting)

Provide resumes of key personnel to demonstrate relevant qualifications and experience.

The resumes shall include: Name of the individual, company position, years with the company. Lighting project work experience, certifications, and educational background.

Capacity to accomplish the work in the required time (20% weighting)

Identify main disciplines and tasks for the project. Provide quantity and availability of key personnel in these disciplines for the project.

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (20% weighting)

Provide a summary description of at least three but no more than five prior projects completed within the last five years of comparable scope, size and complexity, including: Contract number, brief description of the project, type of contract, amount of the contract. Name, Phone number, e-mail address for contracting officer/contracting officer representative. Performance reviews and ratings.

Geographic Location and Facilities of Working Offices (5% weighting)

Location in the general geographic area of the project and knowledge of the locality of the project. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. Geographical area is limited to a 250-driving mile radius of Marion, Indiana.

Provide: Primary means of travel (car, plane, etc.) Length of time (in hours) between departure from architect engineer office to arrival at project location.

Extent of participation as subcontractors of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses (5% weighting)

Provide a percentage of the total estimated effort that will be used to select service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors on this project.

END OF POSTIN Additional Links:VA Homepage

View original listing