Pre-Solicitation Notice: Request for Architectural and Engineer 330 submission
Solicitation: 36C25526R0135, FCA Improve and expand public restrooms JB- STL, Project No. 657-27-202JB.
CONTRACT INFORMATION
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 for negotiation based on demonstrated competence and qualifications for the required work.
This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms.
This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements.
The selection criteria for this acquisition will be in accordance with FAR 36.602-1, evaluation factors are listed below. The completed SF 330 will be evaluated by the St Louis Jefferson Barracks VAMC Evaluation Board in accordance with VAAM M836.602-1 and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. Negotiations will be conducted beginning with the most highly qualified firm. 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.
The most highly rated firm must physically come to the site and review the project before submitting a price proposal and letter of understanding at no cost to the government.
The contract is anticipated to be awarded no later than July 27, 2026.
Award of any resultant contract is contingent upon the availability of funds.
Personal visits to discuss this announcement will not be allowed.
The NAICS Code for this procurement is 541310, Architectural Services and the small business size standard of 12.5 Million. Award of a Firm Fixed Price contract is anticipated and award time for completion of design of this project is approximately 180 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made.
DATABASE REGISTRATION INFORMATION:
Verification of status of apparently successful offeror this acquisition is 100% set-aside for qualified service-disabled veteran owned small business A/E firm s incompliance with VAAR 852.219-73. Only businesses listed as certified in the SBA certification database at https://veterans.certify.sba.gov/, shall be considered.
SYSTEM FOR AWARD MANAGEMENT (SAM.GOV):
Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM.GOV) database at https://sam.gov/content/ 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.GOV prior to submitting their qualifications package.
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 https://sam.gov/content/ 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 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)
Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486). 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 must be in pdf format and emailed. Email subject line shall clearly identify Solicitation number: 36C25526R0135 and project name, FCA Improve and expand public restrooms - STL (MD), Project No. 657-27-202JB. Responses must be received by 3:00 PM Central on May 22, 2026 via e-mail to the Contracting Officer at kevin.mahoney3@va.gov.
The 330 submissions must be a pdf document and must not exceed 10 MB.
The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, St Louis Jefferson Barracks VAMC Engineering Service expects the following primary A/E disciplines to be included: Supervisor, Architectural, Mechanical, Electrical, Plumbing (Including Fire Protection), Structural, VPIH, and a 3rd Party Fire Protection Review.
Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://sam.gov. The Contract Opportunities website is the only official site to obtain these documents. Additional information about this project will be issued on the System for Award Management website https://www.sam.gov/content/opportunities once available.
PROJECT INFORMATION
St. louis Jefferson Barracks VAMC Engineering Service (FES) intends to partner with an A/E Firm on a project to design the improvement, expansion, and upgrades to meet code compliance in buildings 1,3,51, and 52 at Jefferson Barracks (JB) Division, St. Louis, MO 63125. The renovation will address and correct several poor Facility Condition Assessments (FCAs). The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, FES expects the following primary A/E disciplines to be included: Supervisor, Architectural, Mechanical, Electrical, Plumbing (Including Fire Protection), Structural, VPIH, and a 3rd Party Fire Protection Review.
EVALUATION FACTORS:
Selection criteria are in accordance with VAAM 836.602. 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 fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. SF 330 must be submitted as a PDF and cannot exceed 10MB.
Qualifications (SF330) submitted by each firm for Project No. 657-27-202JB, FCA Improve and expand public restrooms - STL (MD) will be reviewed and evaluated based on the following evaluation criteria listed below:
Evaluation Criteria:
Professional Qualifications: the qualifications of the individuals will be examined for experience and education and their record of working together as a team that are necessary for satisfactory performance of required services. The architectural firm capable of preparing all design and construction documentation including, but not limited to advance planning, design, and construction oversite (including final as-built drawings) at the VA Medical Center in St. Louis, Missouri. A-E s on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US States. Provide Professional License numbers and/or proof of licensure. The team shall have demonstrable expertise in their respective fields: Supervisor, Architectural, Mechanical, Electrical, Plumbing (Including Fire Protection), Structural, VPIH, and a 3rd Party Fire Protection Review with experience on projects of similar size and complexity.
Specialized Experience and Technical Competence: specific experience and technical skill in the type of work required for this project, including medical renovations to existing medical facilities, VA safety and physical security design, experience in abatement of hazardous construction materials. Specific bathroom renovation experience to include ADA compliance. Experience and qualification of personnel proposed for assignment and their record of working together as a team. The effectiveness of proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships) will be examined. The qualifications for Engineers shall include a summary of at least five similar projects that demonstrate technical capabilities and how well the proposal addresses technical capabilities in design quality management procedures, Computer-Aided Design and Drafting/Building Information Modeling, equipment resources, and laboratory requirements for the firm.
Capacity to Accomplish the Work: The prime contractor will be evaluated to determine if it has the general workload and staffing capacity within its design office which will be responsible for the design to accomplish the work in the required time. In accordance with VAAR 852.219-75 :  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 on 13 CFR 125.6. The Prime contractor must include its certification of compliance with the limitations on subcontracting specified in 852.219-75 with its 330 submissions.Â
Special Note: When an offeror submits its SF330 in response to this Request, the name and experience of a specific staff and subcontractors is a required evaluation factor, then those staff members/subcontractor who is offered will be the same members/subcontractor who will actually perform the specified work on the project. If, during performance of the contract, it becomes necessary for the contractor to substitute a members/subcontractor for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the contractor shall submit to the Contracting Officer the same information that was required in the initial SF330 regarding the proposed substitute members/subcontractor. The Contracting Officer shall have the right to review the qualifications of the proposed substitute members/subcontractor and to approve or disapprove their qualifications. If the proposed substitute members/subcontractor qualifications are disapproved by the Contracting Officer, the contractor will propose another members/subcontractor who does possess equivalent qualifications.Â
Past Performance: The past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performances that are older than 5 years will receive a lesser rating than those references for projects accomplished within the past 5 years. Projects that are submitted and not constructed will not be considered.
Reputation in A/E Community: Reputation and standing of the firm and its principal officers within the design community with respect to professional performance, general management and cooperativeness, including awards, merits and recommendations.
Claims and Terminations: Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses (IAW VAAM M836.602-1).
Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services (IAW VAAM M836.602-1).
852.219-75Â VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction.
As prescribed in 819.7011(b), insert the following clause:
VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (NOV 2022)
(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that -
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) X  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 VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed 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.
(ii) General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating section 1001 of title 18.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:
Printed Title of Signee:
Signature:
Date:
Company Name and Address: