657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies

SOL #: 36C25526R0036Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
255-NETWORK CONTRACT OFFICE 15 (36C255)
LEAVENWORTH, KS, 66048, United States

Place of Performance

Saint Louis, MO

NAICS

Engineering Services (541330)

PSC

Architect And Engineering Construction: Hospitals And Infirmaries (C1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 4, 2025
2
Last Updated
Apr 2, 2026
3
Response Deadline
Dec 30, 2025, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA), specifically the St. Louis VA Health Care System, is seeking Architect-Engineer (A-E) Services for project 657-25-106, titled "Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies." This is a Presolicitation for a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requesting SF 330 qualification packages. The project aims to address critical infrastructure needs at the Jefferson Barracks Division in St. Louis, MO. Submissions are due by April 2, 2026, at 2:00 PM CST.

Project Scope

The A-E services involve design and construction period services to repair or upgrade existing rooms, systems, and equipment to meet current codes and VA specifications. Key areas include:

  • Replacing freezers and coolers in rooms B022B & B022A.
  • Installing a lifting hoist in the receiving dock.
  • Correcting deficiencies in Central Accumulation Area (CAA) rooms A031A (JC) and GE18 (JB) to provide 6 AC/HR mechanical exhaust.
  • Addressing four condensing units serving the kitchen walk-in B022. The scope also includes hazardous materials identification (asbestos, lead, mold) and abatement design, with the A/E responsible for comprehensive surveys and reports.

Contract Details

  • Type: A-E Services (Brooks Act), anticipated Firm Fixed Price contract.
  • NAICS: 541330 Engineering Services, with a $25.5M small business size standard.
  • PSC: C1DA Architect And Engineering Construction: Hospitals And Infirmaries.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Firms must be verified and listed in the Vetbiz.gov database.
  • Magnitude: Between $250,000.00 and $500,000.00.
  • Design Timeframe: Approximately 182 calendar days for completion of design after award.

Submission Requirements

Interested A-E firms must submit one completed Standard Form 330 (Parts I and II), including all consultants, electronically to gislaine.dorvil@va.gov. Part I, Section H must include an organizational chart and a design quality management plan. The total submission, including additional pages, must not exceed fifty (50) pages (8.5 x 11 inches). Submissions are due by April 2, 2026, at 2:00 PM Central Standard Time. A pre-submission meeting with the Contracting Officer’s Representative (COR) at the project site is required to review the scope and goals.

Evaluation Criteria

Selection will be based on demonstrated competence and qualifications, evaluated in descending order of importance:

  1. Professional Qualifications: Experience and education of individuals, including licensed architects, engineers (Civil, Mechanical, Electrical, Structural, Fire Protection), Industrial Hygienists, Estimators, Project Managers, and LEED Consultants, registered in Missouri or a recognized state.
  2. Specialized Experience and Technical Competence: Detailed project information (design and construction complete within 5 years) with emphasis on similar medical facility projects.
  3. Capacity to Accomplish Work: General workload and staffing capacity to complete work within the required timeframe.
  4. Past Performance: Recent and similar contracts with government agencies (emphasis on VA) and private industry, focusing on cost estimating, quality, schedule compliance, and claims history.
  5. Estimating Effectiveness: Information on five most recently awarded construction projects, comparing A/E estimates to actual award prices.
  6. Claims and Terminations: Documentation of significant claims or terminated contracts within the last 5 years due to improper or incomplete A-E services.

Important Notes

This is not a Request for Proposal, and no award will be made from this announcement. Award is contingent upon fund availability. Firms must be registered in SAM.gov and comply with EPLS and E-Verify requirements.

People

Points of Contact

Gislaine DorvilPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Pre-Solicitation
Posted: Apr 2, 2026
View
Version 3
Pre-Solicitation
Posted: Mar 26, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Dec 4, 2025
Version 1
Pre-Solicitation
Posted: Dec 4, 2025
View