C1AZ--657A4-26-105, Repair Boiler Plant Drainline
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: John J. Pershing VA Medical Center 1500 N. Westwood Blvd • Poplar Bluff, Missouri • 63901. Response deadline: Feb 25, 2026. Industry: NAICS 541330 • PSC C1AZ.
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
Synopsis: PROJECT TITLE: Pre-Solicitation Notice for Project 657A4-26-105 - Repair Boiler Plant Drainline, John J. Pershing VA Medical Center VAMC, Poplar Bluff, Missouri. CONTRACT INFORMATION a. This A/E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. b. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR Subpart 836.6 as implemented in FAR Subpart 36.6. c. This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified contractors that meet the professional requirements. d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the John J. Pershing VA Medical Center VAMC Evaluation Board in accordance with FAR 36.602-3 and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. e. Award of any resultant contract is contingent upon the availability of funds. f. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to Matthew.Finley@va.gov and Lucia.Cowsert@va.gov. Personal visits to discuss this announcement will not be allowed. g. The NAICS Code for this procurement is 541330 Engineering Services and small business size standard of $25.5M. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of design is approximately 180 calendar days including time for VA reviews. The estimated magnitude of the resulting construction price range is estimated to be between $1,000,000 and $2,000,000. h. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-73. ONLY BUSINESSES VERIFIED AND LISTED IN THE SMALL BUSINESS ADMINISTRATION (SBA) REGISTRY https://search.certifications.sba.gov/, SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. NOTICE: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. j. 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 and1128A 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. k. 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 to employers to use E-Verify. (FAR 52.222-54) l. A/E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: https://www.gsa.gov/system/files/SF330-21_Part_1.pdf and SF330-21_Part_2.pdf (gsa.gov)). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions shall be made electronically. m. Completed package shall be delivered electronically on or before 2/25/2026 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Matt Finley, Contracting Officer @ Matthew.Finley@va.gov and Lucia Cowsert, Contract Specialist @ Lucia.Cowsert@va.gov. SCOPE OF WORK: The mission of the John J. Pershing VA Medical Center (JJPVAMC) is to provide the highest quality healthcare to our veterans. To accomplish this, JJPVAMC s Facilities Management Services (FMS) intends to partner with an A/E firm on a project to replace or repair a collapsed drain line that is approximately 10 feet below the basement level concrete floor of the boiler plant (Building 7). SCOPE OF WORK FOR A/E SERVICES Design Development: The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the impact of the staff because of this project. The A/E shall make investigations necessary to thoroughly evaluate the area and systems. All designs shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C. The A/E shall provide a complete package containing drawings and specifications complying with the requirements. The design drawings shall follow all applicable codes and standards. Architect or Architect/Engineer (A/E) firm shall be capable of preparing all design documentation including, but not limited to, advanced planning and design of the corrected fire and life safety systems at the John J. Pershing Veterans Administration Hospital in Poplar Bluff, MO. Prime contractor shall have, but is not limited to, the following licensed/registered specialty disciplines as members of their firm/team: Architect, Mechanical Engineer, Plumbing Engineer, Electrical Engineer, Life Safety Engineer, Communications Designer, Interior Designers, and Cost Estimators. The team shall have demonstrable experience in programing, planning, and design of complex healthcare projects of a similar nature. The A/E will be required to design within the construction budget. The design shall be fully compliant per VHA Construction Publications. The A/E must design using all current VA standards, design guides, and meet all current codes for mechanical, plumbing, electrical, fire protection, seismic, and life safety. All spaces will be designed to meet the Interagency Security Committee and other relevant physical security guidelines. It important to emphasize that the A/E shall perform design development, detailed design work, prepare detailed construction documents, keeping in mind that the end results is a completely functional, certified, and fully operational product. After award, A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon "as built" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm shall be responsible for site review of the existing facility in order to field verify the owner's existing documents and as-built drawings. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm. A geotechnical investigation will be required to assess the soil conditions and resulting soil bearing capacity. The final design documents from a resultant task order will be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting. As part of the final submission the A/E shall provide a written synopsis describing the overall scope of the construction project as well as any pertinent information about the project that would assist potential bidders in preparing a comprehensive bid package. This synopsis is intended to be a general description of the project not to exceed four written pages in length. The C&A requirements do not apply, and that a Security Accreditation Package is not required. During both design and construction, the A/E shall provide to the VA (and eventual construction firm) access to a secure file sharing website (JJP VA prefers Procore) for the purpose of posting electronic correspondence too large for email traffic. This file sharing website should have multiple security levels that can be used during construction to manage the exchange of submittals. The A/E shall include both the design and construction cost for Procore as a separate line item. Deliverables shall include Preliminary Layout Submission Electronic PDF copy Design Development Submission (35%): 2 Complete hardcopy sets- 1 full size, 1 half-size; 1 electronic PDF copy of drawings, specifications and cost estimate) Construction Documents Submission (60%) 2 Complete hardcopy sets- 1 full size, 1 half-size; 1 electronic PDF copy of drawings, specifications and cost estimate. 1 hard copy of specs. Specs should also be provided in an electronic format in both a combined PDF format and in Word. Electronic copy of cost estimate Construction Documents Submission (90%) 2 Complete hardcopy sets- 1 full size, 1 half-size; 1 electronic PDF copy of drawings, 2 hard copies of specs. Specs should be provided in an electronic format in both a combined PDF format and in Word. Electronic copy of cost estimate (1 half size drawing, set of specs (clean) and cost estimate are to be provided to the contracting officer) Construction Documents Submission (100%) 2 Complete hardcopy sets- 1 full size, 1 half-size; 1 electronic PDF copy, 2 hard copies of specs. Specs should be provided in an electronic format in both a combined PDF format and in Word. Electronic copy of cost estimate. Bid Document Submission (Final): 3 complete hard copy sets- 1 full size, 2 half size. 4 sets of bound specifications. Cost estimate. Electronic copies of drawings and specifications both PDF and Auto-CAD 2025, as well as Revit model(s). Conformed Drawings: In the event bid alternatives are taken as a result of the bidding process, AE shall develop and provide an electronic conformed set of drawings based on the bid item(s) taken. As-Built Drawings: 1 complete hard copy full size set and Electronic copies both PDF and Auto-CAD with bound x-refs. Provide Mylar Set. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-3. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed sixty-five (65) pages. Each page cannot exceed 81/2 x 11 in size. Qualifications (SF330) submitted by each firm for PROJECT NUMBER: 657A4-26-105, Repair Boiler Plant Drainline- John J. Pershing VA Medical Center VAMC, Poplar Bluff, Missouri, will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: 1. PROFESSIONAL QUALIFICATIONS: a. Provide brief resumes of proposed team who will specifically serve as the Project Manager(s), Designers of Record, and Quality Control Manager(s). In addition, provide resumes of other relevant team members or frequent subcontractors who will perform technical tasks under this contract including, but not limited to: Architects, Engineers (Civil, Structural, Mechanical, Electrical, Plumbing, Fire Protection/Life Safety, Commissioning), Cost Estimators, Environmental Safety & Health, Industrial Hygiene, BIM/CAD Tech. Include their record of working together. b. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline in the state of Missouri or in a state which Missouri has recognized their license. c. Each resume shall include a minimum of three (3) and a maximum of five (5) specific completed projects in the past five (5) years that best illustrate the individual team members experience relevant to this contract scope. Resume shall state the role the specific individual played in the project. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: a. This factor evaluates the amount of experience the AE firm has in designing similar types of work/facilities and evaluating their technical competence. The factor includes an emphasis, where appropriate, on the firm's experience in and technical competence in health care and an active medical center. b. Provide a detailed narrative of a minimum of three (3) and up to five (5) maximum relevant projects that have completed design AND completed construction within the last 10 years which best illustrate overall team experience relevant to this contract scope of replacing electrical switchboards at the John J. Pershing VA Medical campus. List projects that demonstrate the team s experience with projects of similar size and scope to those to be performed under this contract. 3. CAPACITY TO ACCOMPLISH WORK. The general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time. This factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the design project in the required time. It also requires that all firms submitting a 330 must certify that they can and will comply with VAAR 852.219-75 VA Notice of Limitations on Subcontracting (attached). Provide completed and signed VAAR 852.219-75 VA Notice of Limitations on Subcontracting document. This can be submitted as a separate attachment, and it does not count towards the 65 pages maximum. (i) What are your current staff levels, including consultants, available to accommodate this project while still maintaining ongoing projects/ workload? (ii) Indicate the firm s present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. 4. PAST PERFORMANCE: Submitters will be evaluated on past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of construction cost estimating, cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Project past performances that are older than 10 years will receive a lesser rating than those references for projects accomplished within the past 10 years. Provide 5 completed relevant project Final CPARS, past performance questioners or similar as past performance documentation. 5. ESTIMATING EFFECTIVENESS: a. Provide information on the five (5) most recently awarded construction projects that were designed by this A/E team. Provide the project title, brief scope of work, A/E team s construction estimate total and actual construction award price. b. If the difference is greater than 10% explain why the A/E believes the difference was greater than 10%. If the team does not have any recent projects, provide the same information on projects that the prime A/E for this team was the prime A/E for the past projects. Provide the names, titles and experience of the persons that will perform the design for each discipline; and then has oversight of the entire estimate. 6. CLAIMS, TERMINATIONS AND LITIGATION: Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Provide information on any litigation involvement of the past five (5) years and the outcome.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
This presolicitation notice outlines the project for the repair of the boiler plant drainline at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, under the solicitation number 36C25526R0061. The project requires the expertise of Service-Disabled Veteran Owned Small Business (SDVOSB) firms and involves an estimated construction cost between $1,000,000 and $2,000,000. Interested firms must submit a completed SF 330 qualifications package by February 25, 2026, for evaluation based on demonstrated competence and qualifications.
The Department of Veterans Affairs is seeking qualified A/E services to investigate, design, and prepare construction documents for the repair or replacement of a collapsed drain line located beneath the boiler plant at the VA Medical Center.
- Investigate and evaluate the collapsed drain line site at the boiler plant.
- Prepare design documentation including drawings and specifications.
- Adhere to VA standards and construction guidelines for healthcare facilities.
- Conduct site visits for data gathering and documentation of existing conditions.
- Prepare a complete package complying with all relevant codes and standards.
- Completed Standard Form 330, Parts I and II.
- Organizational chart in Section H.
- Design quality management plan.
- Documentation of experience in relevant projects.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific details about the exact scope of work post-investigation are not provided.
- No additional site conditions affecting design have been disclosed.
- Lack of available solicitation documents or further project scope information.
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.