Opportunity
SAM #36C24426R0093
Engineering Design Services for Fire Damper Installation and Shaft Repair at Altoona VA Medical Center
Buyer
VA NCO 4
Posted
May 12, 2026
Respond By
June 11, 2026
Identifier
36C24426R0093
NAICS
541330, 541310, 541350, 541410
The Department of Veterans Affairs is seeking an engineering services firm for fire damper installation and shaft repair at the Altoona VA Medical Center in Pennsylvania. - Government Buyer: - Department of Veterans Affairs, Network Contract Office 4 - Scope of Work: - Engineering design services for Project 503-26-105 - Includes design, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, and site visits - Covers architectural, structural, electrical, mechanical, fire protection, and interior design disciplines - Requirements: - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Firms must submit SF 330 forms and demonstrate experience in similar medical center renovation projects - Pennsylvania state licensure or sealing by a PA licensed engineer required - Errors and omissions insurance required - Registration in SBA Registry and SAM mandatory - Participation in pre-proposal conference and oral presentations if shortlisted - Estimated Construction Magnitude: - $8,600,000 - No specific OEMs, vendors, or product part numbers are mentioned in the solicitation
Description
Engineering Services Firms for Install Fire Dampers and Repair Rated Shafts Project This announcement is for the selection of an Engineering Services (ES) Firm to perform design services, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, and site visits for the Altoona VA Project 503-26-105, Install Fire Dampers and Rated Shafts at the Department of Veterans Affairs, Altoona VA Medical Center located in Altoona, Pennsylvania. The magnitude of construction for the above-referenced project is $8,600,000.00. It is anticipated that a Firm Fixed Price Contract will be awarded to the selected Engineering Services Firm. The most highly qualified firm will be required to participate in a pre-proposal conference prior to submission of the price proposal. Any costs associated with participation in this conference are not reimbursable. This is a request for all Service-Disabled Veteran Owned Small Businesses to provide a SF 330. Please note that this is NOT a request for proposal. Eligible responses received will be evaluated, and the top three (3) most qualified candidates will be asked to provide an oral presentation. This contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6, VAAR 836.6, and the VA Acquisition Manual (VAAM) Part M836. Firms will be selected based on demonstrated competence and qualifications for the required work. This is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) capable of work under NAICS code 541330. The small business standard is $25.5 million. SUBMISSION REQUIREMENTS SF 330 submittals shall be sent electronically via email to: Attention: Donald J. Kalivoda — Email: Donald.kalivoda@va.gov Attention: Elijah McIntosh — Email: Elijah.mcintosh@va.gov Subject Line: Solicitation 36C24426R0093 SF 330 Submittal Submissions must include the following information at the front of the package: SAM Unique Entity Identifier Number The email address of the Primary Point of Contact A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime A copy of the firm’s Pennsylvania State Licensure for the SDVOSB Prime or a statement on how the drawings will be sealed by a PA-licensed Engineer A statement indicating the primary design office location of the Engineering Services firm Note: Failure to provide any of the required documentation may result in the firm being considered Non-Responsive and not considered further. This is not a request for proposal. Eligible responses will be evaluated, and the most qualified firms will be shortlisted for interviews. The evaluation will focus primarily on: Professional Qualifications to Perform the Services Specialized Experience and Technical Competence Past Performance Experience in Construction Period Services Use of Service-Disabled Veteran-Owned Small Businesses Capacity to Accomplish Work Geographical Location Factors such as personnel qualifications, project experience, past performance, and capacity are of equal importance. The evaluation criteria are detailed below: Professional Qualifications to Perform the Services Required This evaluates personnel qualifications, including Project Managers, Quality Assurance Managers, Architects, Structural Engineers, Electrical Engineers, Mechanical Engineers, Fire Protection Engineers, and Interior Designers. Personnel should have relevant certifications (e.g., PE) and experience. The lead designer in each discipline must be registered, though not necessarily in the project’s state. Specialized Experience and Technical Competence This assesses the firm’s experience with projects similar to this contract, including renovation, structural work, roofing, exterior walls, site work, and specialty construction. Extra consideration may be given for VA-specific projects and experience with energy conservation, pollution prevention, and waste reduction. The team’s organizational effectiveness will also be evaluated. Past Performance Past performance on government and private contracts, especially VA projects, will be considered, focusing on cost control, quality, and schedule compliance. Reputation and record of claims are also relevant. Experience in Construction Period Services This includes professional field experience during construction, review of submittals, RFI support, and contract change support, including drafting statements of work and cost estimates. Use of Service-Disabled Veteran-Owned Small Businesses This evaluates the extent of subcontracting to SDVOSBs, veteran-owned, and other small businesses, including business type, SAM number, and work percentage. Capacity to Accomplish Work This assesses the firm’s ability to complete the project within the required timeframe, considering current workload and key personnel availability. Geographical Location This considers the response time from the firm’s design office to the project site at James E. Van Zandt VA Medical Center. Time is measured from Altoona, PA to the firm’s office via car, using MapQuest. Note: Service-Disabled Veteran-Owned Small Businesses must be registered and verified in the SBA Registry as SDVOSB and in SAM at the time of SF 330 submission. Registration can be completed at https://sam.gov.