C211--589A4-27-103 Renovate Behavioral Health Phase 3, CO

SOL #: 36C25526R0085Pre-Solicitation

Overview

Buyer

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

Place of Performance

Columbia, MO

NAICS

Architectural Services (541310)

PSC

Architect Engineer Services (Including Landscaping, Interior Layout, And Designing) (C211)

Set Aside

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

Timeline

1
Posted
Apr 16, 2026
2
Response Deadline
Apr 30, 2026, 7:00 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 NETWORK CONTRACT OFFICE 15 (36C255), has issued a Pre-Solicitation Notice for Architect and Engineer (A/E) services for the Renovation of Behavioral Health Phase 3 at the Harry S Truman VAMC in Columbia, MO. This project, identified as Project No. 589A4-27-103, seeks to design a state-of-the-art, healing, and calming out-patient behavioral health clinic, approximately 15,000 square feet. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. SF330 qualification packages are due by May 1, 2026, at 2:00 PM CDT.

Purpose & Scope

The primary purpose is to design the third phase of a behavioral health clinic remodel at the Harry S Truman Veterans' Memorial Hospital (HSTVMH). The design will create a modern, therapeutic out-patient facility, approximately 15,000 square feet, connecting to existing phases. The scope includes designing administrative offices, group rooms, clinical offices, public restrooms, and staff break rooms. The design must adhere to all applicable codes, VA standards, and design manuals, ensuring an attractive, non-institutional, and wheelchair-accessible environment with appropriate acoustic and light control.

Key Requirements / Deliverables

The A/E firm will provide advance planning, design, and construction oversight, including final as-built drawings. Required licensed/registered specialty disciplines include Architect, Medical Planner, Structural Engineer, Mechanical Engineer, Fire Protection Engineer, Life Safety Personnel, Plumbing Engineer, Interior Designer, Communication (voice & data), Electrical Engineer, and Cost Estimator. The A/E must deliver final construction documents within 365 calendar days of award and be capable of responding to on-site issues within 8 hours. A third-party firm will conduct Life Safety/Fire Protection reviews.

Contract Details

The contract type is anticipated to be Firm Fixed Price. The estimated construction project range is between $5,000,000 to $10,000,000. The total contract design duration shall not exceed 365 calendar days, including VA reviews. Award is anticipated no later than July 2026. The A/E fee proposal will be based on the defined design scope of work, and the A/E must design within the estimated construction budget.

Set-Aside & Eligibility

This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Firms must be verified and listed in the Vendor Information Pages database (SAM.gov). The applicable NAICS Code is 541310 (A/E Services) with a size standard of $12.5 Million.

Submission & Evaluation

Interested firms must submit one (1) original completed Standard Form 330 (SF330) qualification package (Parts I and II) via email to jeanette.mathena@va.gov and kelsey.eagle@va.gov. The submission deadline is May 1, 2026, by 2:00 PM CDT. SF330s must include an organizational chart (excluding consultants) and a design quality management plan in Part I, Section H, be in PDF format, under 10MB, and not exceed 70 pages. The email subject line must include Solicitation number 36C25526R0085 and the project name. Evaluation will be based on FAR Part 36.602-5, considering Professional Qualifications, Specialized Experience and Technical Competence, Capacity to Accomplish the Work, Past Performance (within 5 years preferred), Location of Design Firm (within 450 miles preferred), Claims and Terminations, Reputation in A-E Community, Construction Period Services Experience, and Knowledge of locality.

Contact Information

For inquiries, contact Jeanette Mathena, Contracting Officer, at jeanette.mathena@va.gov or 913-946-1129.

Notes

This is a request for SF 330 qualifications and not a Request for Proposal; no solicitation document is available at this time. Offerors must be registered in the System for Award Management (SAM), check the Excluded Parties List System (EPLS), and certify compliance. Awardees must enroll in E-Verify.

People

Points of Contact

Jeanette MathenaContracting OfficerPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Apr 16, 2026
C211--589A4-27-103 Renovate Behavioral Health Phase 3, CO | GovScope