White City Southern Oregon Rehabilitation Center and Clinics (SORCC) Seismic Upgrades
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 U.S. Army Corps of Engineers, Portland District (USACE-NWP), on behalf of the VA, is soliciting proposals for Design-Build services for Seismic Upgrades at the White City Southern Oregon Rehabilitation Center and Clinics (SORCC). This unrestricted, two-phase Design-Build procurement has a target ceiling price of $260M and a 47-month period of performance. The project involves the construction of two new medical and support buildings (B300 and B301), connecting corridors, and a new parking lot, alongside significant demolition and site work. Proposals are due June 1, 2026.
Scope of Work
This project entails comprehensive seismic upgrades through new construction and site improvements at the VA SORCC in White City, OR. Key components include:
- Demolition & Site Work: Removal of approximately 46,500 BGSF across two buildings and four corridors, demolition of existing parking lots, and construction of a new 188-space surface parking lot. Extensive re-alignment and reconstruction of roads, sidewalks, drainage, utilities, and landscaping.
- New B300 Support Building: Construction of an 80,074 BGSF facility with two connecting corridors (4,388 BGSF). This building will house critical departments such as IT, Engineering, Environmental Management, Business Office, Organizational Development, Voluntary Service, Quality Management Admin, and Police Service.
- New B301 Primary & Specialty Care Building: Construction of a 96,946 BGSF facility with one connecting corridor (1,400 BGSF), and renovation of 1,000 BGSF within existing building B201A. B301 will accommodate Primary Care, Radiology, Dental, and Pharmacy functions.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Design-Build (D-B).
- Acquisition Strategy: Unrestricted, competitively negotiated, two-phase Design-Build.
- Target Ceiling Price: $260,000,000 (inclusive of design and construction).
- Period of Performance: 47 Months.
- NAICS: 236220 (Commercial and Institutional Building Construction), Size Standard: $45M.
- PSC: Y1DA (Construction of Hospitals and Infirmaries).
- Set-Aside: Full and Open (Unrestricted).
- Incentives: An early delivery incentive of $6,000 per day (up to 60 days) is offered. Phase II offerors not selected for award may be eligible for a $400,000 stipend payment.
Submission & Evaluation
- Submission Method: All proposal documents must be submitted electronically through the PIEE Solicitation Module. Offerors must register for a PIEE account and obtain the 'Proposal Manager' role.
- SAM.gov: Active registration in SAM.gov is mandatory prior to proposal submission and award.
- CMMC: CMMC Level 2 (Self) is required, with a "Final CMMC Status" needed to view Controlled Unclassified Information (CUI).
- Evaluation Phases:
- Phase 1 (Qualifications): Focuses on Designer of Record/Design Approach and Past Performance.
- Phase 2 (Technical & Price): Includes Concept Design Narrative, Concept Design Drawings, Concept Schedule, Small Business Commitment Document, Project Labor Agreement, and Price.
Key Dates & Contacts
- Published Date: April 1, 2026
- Proposal Due Date: June 1, 2026, 7:00 PM UTC.
- Projected Award: Late 2Q 2027.
- Point of Contact: Nicole Adams (nicole.a.adams@usace.army.mil) and Jaren Bowman (Jaren.L.Bowman@usace.army.mil). Email is the preferred method for inquiries.