C1DA--Renovate Restrooms
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 13, 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
Presolicitation Notice Presolicitation Notice Page 3 of 3 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 3 SUBJECT* Renovate Restrooms GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 23249 SOLICITATION NUMBER* 36C24626R0020 RESPONSE DATE/TIME/ZONE 03-13-2026 10:00AM EASTERN TIME, NEW YORK, USA ARCHIVE 99 DAYS AFTER THE RESPONSE DATE SET-ASIDE SDVOSBC PRODUCT SERVICE CODE* C1DA NAICS CODE* 541330 PLACE OF PERFORMANCE Durham Veterans Affairs Medical Center 508 Fulton Street Durham NC POSTAL CODE 27705 COUNTRY USA CONTACT INFORMATION CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 6 1201 Broad Rock Blvd Richmond VA 23249 POINT OF CONTACT* Contract Specialist Michael Proctor michael.proctor2@va.gov Email Only ADDITIONAL INFORMATION AGENCY S URL https://www.va.gov/ URL DESCRIPTION Department of Veterans Affairs AGENCY CONTACT S EMAIL ADDRESS michael.proctor2@va.gov EMAIL DESCRIPTION Michael Proctor, Contract Specialist INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services to Renovate Restrooms. PROJECT INFORMATION: Project No. 558-26-150 Project Title: Renovate Restrooms Durham VA Medical Center 508 Fulton Street THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via Contracting Opportunities. A request for proposal will be issued directly to the most qualified firm for which negotiations will commence in accordance with Federal Acquisition Regulation (FAR) Revolutionary FAR Overhaul (RFO) Subpart 36.202. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), FAR RFO Subpart 36.202, and VA Acquisition Regulation Subpart 836.6. DESCRIPTION: The Department of Veterans Affairs, Durham Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect-Engineering (A-E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 558-26-150, Renovate Restrooms located at 508 Fulton Street, Durham, NC 27705. Period of Performance: 1,110 Calendar Days after Contractor s receipt of Notice to Proceed. Estimated Magnitude of Construction: Between $2,000,000 and $5,000,000. Contract Type: Firm-Fixed-Price. NAICS Code: 541330, Engineering Services. Business Size Standard: $25.5 million annual revenue. The projected award date for the anticipated A-E contract is on or before July 10, 2026. The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK: Provide Professional Architect/Engineer (A/E) and healthcare planning services necessary to renovate/relocate the existing restrooms or locker rooms throughout building 1 and building 23 to ensure accessibility to meet the ADA standards. This renovation will correct accessibility issues pertaining to the restrooms throughout building 1 and 23 of the facility. Many restrooms and locker rooms throughout building 1 and 23 at Durham VA medical center are out of compliance with the ADA standards for accessibility. This project plans to correct as many of these restrooms/locker rooms as possible within the construction funding limitations as listed below. Please see below for the requirements that must be met with this project: The A/E shall study all restrooms throughout building 1 and 23 and design to meet current VA ADA standards. At minimum, 2 patient and public restrooms/locker rooms must be upgraded to be fully compliant with ADA standards for each floor of each building. Additional grab bars to be added where required. Insulate all exposed sink piping in all restrooms/locker rooms subject for public and patient use. Asbestos sampling and air monitoring must be included as part of the investigation. Finishes, including toilet partitions, in restrooms may need to be updated and shall be included in this design. Provide power assist hardware to as many restrooms that fits within the funding limitations. This requirement will be particular to the 7th floor but is not limited to that floor. See Attached Renovate Restrooms SOW for more details. SBA Certification & SAM: At the time of offers/quotes (SF330 submission), and at the time of award of any contract, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) Certified SDVOSB/VOSB listed in the SBA certification database - https://search.certifications.sba.gov/ If registration is required, visit https://www.sba.gov/ to register. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge for employers to use E-Verify. (FAR 52.222-54). EVALUATION FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Firms responding to this notice shall do so using Standard Form (SF-330) and will be evaluated and ranked using the selection criteria listed below. The evaluation factors are to be addressed in Part H of the SF-330 unless otherwise listed below. The evaluation will consider how each factor is addressed to coincide with the selection criteria. A-E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in RFO FAR 36.202. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms, in accordance with RFO FAR 36.202-1(b)(2). The processes at RFO FAR 36.202-3 and 36.202-4(a) will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Selection Criteria Professional qualifications necessary for satisfactory performance of required services, highlighting recent experience of the project team with comparable healthcare facility projects and upgrading the facilities, in particular bathroom/locker room spaces, completed within the last five years. Specialized experience and technical competence in the type of work required, in particular renovations of small spaces to meet ADA standards. Capacity to accomplish the work within the required timeframe. Past performance on contracts with Government agencies and private industry, focusing on cost control, quality of work, and adherence to performance schedules in a hospital setting. Construction Period Services experience Location Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Professional qualifications necessary for satisfactory performance of required services, highlighting recent experience of the project team with comparable healthcare facility projects and upgrading the facilities, in particular bathroom/locker room spaces, completed within the last five years. The architects and engineers on the firm's staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architectural, Mechanical, Electrical, Plumbing, Fire Protection, Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. Specialized experience and technical competence in the type of work required, in particular renovations of small spaces to meet ADA standards. Does the architect/engineer demonstrate an understanding of the project and any unique architectural/engineering aspects, along with a plan to address them? Does the architect/engineer team have experience in the design to renovate bathroom spaces to meet ADA standards? Construction for at least one relevant example project is required to be completed. Include an estimated cost of construction upon design completion, and an actual cost of construction when completed. Offeror shall provide a minimum of 3 (three) but no more than 5 (five) recent and relevant projects to demonstrate its specialized experience and technical competence. "Relevant" is defined as those task requirements identified in the Scope of Work. "Recent" is defined as services provided within the past 5 (five) years. Each project shall include the following: Project title, location, and detailed narrative describing the scope of services provided, including the type of work performed by the offeror and its role in the project, whether PRIME CONTRACTOR or SUBCONTRACTOR. Include Project Owner, owner's point of contact, including telephone number and email address. Services & Deliverables provided under the contract/task order. Period of Performance, including start and completion dates. Total dollar value of the project. Capacity to accomplish the work within the required timeframe. Does the proposed design team have the capacity to handle this project? Has the firm shown a history of meeting design schedules and a track record of effective teamwork? The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. Provide a draft schedule IAW the 200-calendar day period of performance required to complete the design for this project. Past performance on contracts with Government agencies and private industry, focusing on cost control, quality of work, and adherence to performance schedules in a hospital setting. Does the proposed architect/engineer have a history of satisfactory or above ratings on healthcare facility projects? Does the architect/engineer have a solid reputation and good standing regarding professional performance, management, and cooperativeness? On contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Criteria 2 (Specialized Experience). CPARS data and PPQs should match Criteria 2 example projects submitted in the SF330. Government Past Performance Information Systems may be accessed. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance-related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Experience in construction period services, including professional field inspections, reviewing construction submittals, responding to RFIs, and supporting construction contract changes such as drafting statements of work and cost estimates. Do the qualifications show the architect/engineer s commitment to proactive and consistent representation during construction, particularly in responding to RFIs, reviewing submittals, managing change orders, and conducting site visits? Does the firm demonstrate past challenges in construction period services and how they were overcome? Location. If evaluations of SF330s result in the same rating, proximity to the facility will be used as a tiebreaker. The distance will be calculated using Google Maps. For firms with multiple/regional offices, the location of the primary project team will be used to calculate the distance, which should be provided in the SF330. PLEASE NOTE: The A-E Evaluation Board must be provided with complete and accurate information for ALL six (6) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the A-E firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The A-E firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITS ON SUBCONTRACTING: In accordance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction (Deviation) under 852.219-75(a)(1)(i), it states: Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to Michael.proctor2@va.gov no later than 10:00 a.m. Eastern Standard Time on March 13, 2026. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended that interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, #36C24626R0020 Renovate Restrooms, Project #558-26-150 (1 of n, 2 of n, etc.). All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT: 1) Cage Code 2) Dun & Bradstreet Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact The firm and/or A-E on staff representing the project must follow State of North Carolina guidelines under State law for all licensing requirements to sign and seal drawings. Each respondent must be able to demonstrate the ability to comply with the Limitations on Subcontracting, in accordance with RFO FAR Clause 52.219-14 and VAAR Clauses 852.219-73 and 852.219-75. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per RFO FAR 15.107 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: www.SAM.gov for any revisions to this announcement prior to submission of SF330s. VENDOR QUESTIONS: All questions shall be submitted to michael.proctor2@va.gov no later than 3:00 p.m. Eastern Daylight Time on February 7, 2026. ATTACHMENTS: See attached document: Renovate Restrooms SOW. See attached document: SF 330.
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.