Opportunity

SAM #36C25526R0136

A/E Services for Structural Deficiency Corrections at Harry S. Truman VA Hospital, Columbia, MO

Buyer

VA Health Administration Network Contracting Office 15

Posted

May 15, 2026

Respond By

June 03, 2026

Identifier

36C25526R0136

NAICS

541310, 541330

The Department of Veterans Affairs is seeking Service-Disabled Veteran Owned Small Business (SDVOSB) architectural and engineering (A/E) firms for a project to correct structural deficiencies at the Harry S. Truman Memorial Veterans' Hospital in Columbia, Missouri. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 15, Leavenworth, KS - Scope of Work: - Professional A/E services for Project No. 589A4-27-100 - Includes site investigation, schematic design, design development, construction documents, and construction period services - Construction oversight, submittal reviews, site visits, and as-built drawings - Required Disciplines: - Licensed professionals in architecture, structural, civil, electrical, and mechanical engineering, plus cost estimation - Project Manager required - Project Focus: - Identify, classify, and design remedies for major and minor structural deficiencies - Address seismic risk changes and secure mechanical equipment, piping, and lighting - Unique/Notable Requirements: - Strict adherence to SF330 submission guidelines - Design firm must be located within 450 miles of Columbia, MO - Compliance with VA standards, national codes, and accessibility requirements - Limitations on subcontracting for SDVOSB firms - Budget: - Construction budget between $2,000,000 and $5,000,000 - No specific OEMs or vendors are named, as this is a professional services procurement

Description

PRESOLICITATION NOTICE Request for Architect Services (A/E) 330 submission Solicitation: 36C25526R0136 Correct Structural Deficiencies Project No. 589A4-27-100 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 requirement is being procured in accordance with the VAAR 836.606-71 as implemented in 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, evaluation factors are listed below. The completed SF 330 will be evaluated by the Columbia VAMC Evaluation Board in accordance with FAR 36.602-5(a), 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 contract is anticipated to be awarded no later than August 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 Jeanette Mathena and Kelsey Eagle via e-mail to: jeanette.mathena@va.gov and kelsey.eagle@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541310 A/E Services, with a small business size standard of $12.5 Million. Award of a Firm Fixed Price contract is anticipated. The estimated time for completion of design is 180 calendar days, including VA reviews. The A/E firm shall also be required to perform construction services if a construction project contract is awarded. 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 FAR 52.219-14 and VAAR 852.219-73. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, https://sam.gov/content/home, 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 https://sam.gov/ and enter all mandatory information. Award cannot be made until registration is complete. Offerors are encouraged to ensure registration in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act concerning federal health care programs, the contractor is required to check the Sam Excluded Parties List System (EPLS) at https://sam.gov/ for each person providing services under this contract. The contractor must certify that all persons listed in the qualifications package have been checked against the EPLS list and are NOT listed. During performance, the contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a federal contract shall be required to enroll in E-Verify within 30 days of contract award. They must also begin using E-Verify to confirm that all new hires and employees working on federal contracts are authorized to work in the U.S. E-Verify is an Internet-based system that allows employers to verify employment eligibility using information from Form I-9. There is no charge to employers. (FAR 52.222-54) QUALIFIED A-E FIRMS SUBMISSION REQUIREMENTS: Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II, including all consultants (available online at: http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excluding consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in PDF and emailed. Completed packages shall be delivered on or before June 03, 2026, by 2:00 PM CST to: jeanette.mathena@va.gov and kelsey.eagle@va.gov. Email subject line shall clearly identify Solicitation number: 36C25526R0136 and project name: Correct Structural Deficiencies, Project No. 589A4-27-100. The SF 330 submission must be a PDF document, below 10 MB, and not exceeding 60 pages. PROJECT INFORMATION This project corrects structural deficiencies related to securing mechanical equipment, piping, and lighting. The facility's seismic risk category has changed from Low to Moderate Low, requiring securing/bracing items in the facility that were not previously done. The project will identify those areas and install the required supports/bracing. The Architect or architect/engineer firm capable of preparing all design and construction documentation, including advance planning, design, and construction oversight (including final as-built drawings), will be responsible for the Harry S Truman Veterans' Memorial Hospital (HSTVMH) in Columbia, MO. The prime contractor shall have, at minimum, the following licensed/registered specialty disciplines as members of the firm or team, with demonstrable expertise in their respective fields: 1) Project Manager, 2) Architect, 3) Structural Engineer, 4) Civil Engineer, 5) Electrical Engineer, 6) Mechanical Engineer, and 7) Cost Estimator with current experience in cost estimation for maintenance and repair of federal healthcare facilities. EVALUATION FACTORS: Selection criteria are in accordance with FAR Part 36.602-5. Prospective firms are required to address all selection criteria within their SF330 packages, using additional pages as necessary. SF 330 submissions, including any additional pages, are not to exceed sixty (60) pages, with each page not exceeding 8.5 x 11 inches. Qualifications (SF330) submitted by each firm will be reviewed and evaluated based on the following criteria, with all factors being equally important: Professional Qualifications: The qualifications of the individuals, including experience, education, and their record of working together as a team. The firm must include licensed/registered specialists in the following disciplines: Project Manager, Architect, Structural Engineer, Civil Engineer, Electrical Engineer, Mechanical Engineer, and Cost Estimator, with current experience in federal healthcare facility maintenance and repair. Specialized Experience and Technical Competence: Experience and technical skill in medical renovations, energy conservation, pollution prevention, waste reduction, and use of recovered materials. Qualifications of personnel proposed for assignment and their record of teamwork. The effectiveness of the project team will be examined, including management structure and prior working relationships. The qualifications for Architect, Mechanical Engineer, and Electrical Engineer shall include at least five similar projects demonstrating technical capabilities. Capacity to Accomplish the Work: The prime contractor's workload and staffing capacity to complete the design within the required time. Past Performance: The performance of relevant projects completed within the past 5 years, including cost control, quality, and schedule adherence. Older projects will receive a lesser rating. Projects not constructed will not be considered. Location of Design Firm: Proximity of the firm to the VA Medical Center, with a maximum rating for firms within 450 miles. Distant firms will receive a lower rating. Google Maps, MapQuest, Yahoo Maps, or Rand McNally can be used to determine distance. The firm's main office location will be used for this assessment. Claims and Terminations: Record of claims or terminated contracts due to improper or incomplete services. Reputation in A-E Community: Professional reputation and standing of the firm and principal officials. Experience in Construction Period Services: Experience with field inspections, review of submittals, RFIs, and contract changes during construction, if applicable. Knowledge of Locality: Knowledge of geological features, climate, or local construction methods specific to Harry S Truman VAMC, Columbia, Missouri. Contractor shall provide a completed VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction as a separate document with SF330. As prescribed in 819.7011(b), the clause VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (NOV 2022) shall be included, certifying compliance with limitations on subcontracting based on NAICS code and project type.

View original listing