Y1DA--460-24-017 | Facility Master Plan

SOL #: 36C24426R0072Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
244-NETWORK CONTRACT OFFICE 4 (36C244)
PITTSBURGH, PA, 15215, United States

Place of Performance

Wilmington, North Carolina

NAICS

Engineering Services (541330)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

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

Timeline

1
Posted
Apr 9, 2026
2
Response Deadline
May 11, 2026, 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 Wilmington VA Medical Center in Wilmington, DE, is seeking Architectural and Engineering (A/E) services for a comprehensive Facility Master Plan and Feasibility Study. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Firms are requested to submit SF330 packages by May 11, 2026, at 4:00 PM EST.

Purpose & Scope of Work

The objective is to develop a comprehensive Facility Master Plan and Feasibility Study for the Wilmington VA Health Care System, encompassing its main hospital, leased properties, and future micro hospitals and outpatient clinics. The scope includes:

  • Facility Master Plan: Developing a ten-year lifecycle plan based on veteran population, demographics, service lines, and existing facility data. This involves identifying new programs, assessing space and service gaps, and creating conceptual and refined project listings with scope and cost estimates.
  • Feasibility Studies: Conducting studies for proposed major construction or lease projects, evaluating build vs. lease and renovation vs. new construction options.
  • SCIP Readiness: Developing a 10-year Construction Phasing Plan, recommending realignment of the Strategic Capital Investment Planning (SCIP), and preparing cost estimates, Cost Benefit Analyses (CBAs), and Business Cases for SCIP submissions.
  • Drawing Updates: Performing a full space audit of all facilities, updating existing AutoCAD drawings, and developing new drawings in compliance with VHA and National CAD Standards.

Contract Details

  • Contract Type: Architect-Engineering (A/E) Services, governed by Public Law 92-582 and FAR Part 36.
  • Award: One (1) contract will be awarded to the most qualified firm.
  • Period of Performance: 365 calendar days from the Notice to Proceed (NTP).
  • Special Requirements: The prime firm must be licensed/registered with expertise in multiple disciplines including Architectural, Civil, Structural, HVAC, Plumbing, Electrical, Fire Life Safety, Security, IT/Data, Construction Cost Estimating, Landscaping, Geotechnical, SHPO, Hazardous Material and Biological Assessments, Environmental Assessments, and Pre-Solicitation Consulting. Compliance with NFPA, NEC, JCAHO, and other federal, state, and local regulations is mandatory.

Set-Aside & Eligibility

This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Responding firms must:

  • Be registered in SAM.gov and provide proof of VetCert SDVOSB status verification.
  • Submit a signed copy of VAAR 852.219-75. Failure to do so will result in disqualification.
  • Possess NAICS Code 541330 (Engineering Services) with a size standard of $25.5M.
  • Have filed the VETS-4212 Federal Contractor report.

Submission Requirements & Evaluation

  • Submission Deadline: May 11, 2026, by 4:00 PM Eastern Standard Time (EST).
  • Submission Method: Electronic mail to Stephen.Gulotta@va.gov. No hard copies or personal visits.
  • Required Document: One electronic copy of SF330 (7/2021 Edition) and appropriate documentation.
    • SF330 Part II: Must be current (signed within 12 months) for prime and subcontractors. Indicate business size in Block 5b.
    • SF330 Part I: Include Unique Entity Identification (UEI) in Block 4. Identify disciplines/services in Section C.
    • Section E: Brief resumes (max one page each) for on-staff or consultant employees.
    • Section F: Maximum of 10 projects for the total team (prime and consultants), no more than one project per page.
    • Section G: List all individuals from Section E in Block 26 with firm location and roles. Include Team Project Organization Chart in Section D.
    • Section H: Show last 12 months of Medical facility contract awards (itemized summary, total). Do not exceed ten pages, 11-point Times New Roman font.
  • Requests for Information (RFIs): Submit questions to Stephen.Gulotta@va.gov by April 22, 2026, at 4:00 PM EST.
  • Evaluation Criteria (in descending order of importance):
    1. Experience and Past Performance: Healthcare Planning Experience (5 projects), Federal Contract Experience.
    2. Design Team Proposed for This Project: Qualifications of Key Personnel (max 10 resumes), Subcontractor qualifications, approach to evidence-based design, ADA, NFPA, energy conservation, interior design, space planning.
    3. Technical Approach: Firm's approach to incorporating evidence-based design, ADA, NFPA Life Safety code, energy conservation, interior design, and space planning.
    4. Proposed Management Plan: Project Management Approach, Work Plan and Deliverables, Compliance Standards (NFPA, NEC, EISA 2007, UL, federal/state/local), VA Specific Standards (VHA Requirements, VA mission/vision).
    5. Location and Knowledge of Local Area: Firm's location and servicing plan, knowledge of Wilmington VAMC and local conditions (veteran population, operational/strategic issues, supply, labor, environmental, construction climate).
  • Selection Process: A two-phase process will be used. Phase I involves evaluating SF330s to identify the most highly qualified firms. Phase II includes interviews/presentations for the selected firms, leading to the selection of a single firm for contract award. This is a request for SF330s, not a request for proposal.

People

Points of Contact

Stephen GulottaContract SpecialistPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Apr 9, 2026
Y1DA--460-24-017 | Facility Master Plan | GovScope