Architectural Engineering Services - Veterans Affairs New Medical Center San Antonio SATOC
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 10, 2026. Industry: NAICS 541330 • PSC C1DA.
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541330
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Not responding to this notice does not preclude participation in any future procurement.
The acquisition strategy will be determined based on responses received from this notice AND other market research methods.
The purpose of this sources sought is to gather information on the interests, capabilities, and qualifications of industry to include members within the Small Business Community, including Small Businesses, Section 8(a) firms, Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Women-Owned Small Businesses (WOSB). All are highly encouraged to respond.
The U.S. Army Corps of Engineers, Fort Worth District has a requirement for Architect-Engineer (A-E) services to design and provide construction phase services for a new Veterans Affairs (VA) Medical Center, in San Antonio, Texas approximately 1,600,000 gross square feet. The Medical Center will consist of the primary facility (1,475,000 sq feet), an administration facility (100,000 sq feet), utility plant, and two parking garages (approximately 1500 stalls each). The proposed acquisition is anticipated to be a firm-fixed price Single Award Task Order Contract (SATOC) Indefinite Delivery Contract (IDC) worth $90,000,000 in total capacity.
The Government is seeking qualified, experienced sources capable of performing A-E support. In accordance with Public Law 92-582, the selection of Architects and Engineers statute and Federal Acquisition Regulation (FAR) Part 36.6. The services performed under this Indefinite Delivery Order Contract (IDC) include planning charrette, design-build (DB) Request for Proposal (RFP) development for hospital and central utility plant, DB RFP development or full design for parking garage and administration facility, and follow-on construction phased services utilizing VA Technical Information Library (TIL) design criteria.
The contract period of performance is for a ten year base ordering period. Task Orders will be awarded against this IDC. The total contract capacity will not exceed $90,000,000.00. The estimated minimum size of a task order is $250,000.00. The estimated maximum size of a task order is $60,000,000.00 with an 18-month period of performance) with the average size of a task order being $8,000,000.00. All design phase periods of performance is anticipated to be 24-months or less. Follow-on construction phased services is anticipated to range from 2 to 5 years based on the magnitude of the construction. The estimated number of task orders is six, with an anticipated maximum of nine. Firms must have ability to perform up to 3 task order(s) simultaneously.
All engineering work must be done by or under the direct supervision of licensed professional Engineers or Architects.
The North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services, which has a small business size standard of $25,500,000.00 Million.
The Product Service Code is C1DA, Architect and Engineering- Construction: Hospitals and Infirmaries
Small Businesses are reminded that under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 50% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded.
Prior Government contract work is not required for submitting a response to the sources sought.
The anticipated solicitation issuance date is on or about April 2026, firms will be given 30 calendar days to respond. This announcement and all information will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment and Offerors must be active in SAM to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance – per FAR 52.204-26. The Supplier Performance Risk System (SPRS) is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79. Review NIST SP 800-171 for further information.
SEE ATTACHMENT FOR RESPONSE INFORMATION AND INSTRUCTIONS ON WHERE TO SEND YOUR RESPONSE
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.