SOURCES SOUGHT
C -- Architectural Engineering Services - Veterans Affairs New Medical Center San Antonio SATOC
- Notice Date
- 11/13/2025 11:24:23 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G26RA040
- Response Due
- 12/1/2025 1:00:00 PM
- Archive Date
- 12/16/2025
- Point of Contact
- Joshua Robinson, Nicholas Johnston
- E-Mail Address
-
joshua.w.robinson@usace.army.mil, nicholas.i.johnston@usace.army.mil
(joshua.w.robinson@usace.army.mil, nicholas.i.johnston@usace.army.mil)
- Description
- SOURCES SOUGHT for ARCHITECTURAL-ENGINEERING SERVICES Veterans Affairs New Medical Center San Antonio Fort Worth District (SWF) SEE ATTACHMENT FOR RESPONSE INFORMATION AND INSTRUCTIONS ON WHERE TO SEND YOUR RESPONSE 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 U.S. Army Corps of Engineers, Fort Worth District has a requirement for Architect-Engineer (A-E) services to provide technical support and quality assurance services support for VA New Medical Center San Antonio. The proposed acquisition is anticipated to be a firm-fixed price Single Award Task Order Contract (SATOC) Indefinite Delivery Contract (IDC). The type of set-aside decision to be issued will depend upon the responses to this sources sought 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 Government is seeking qualified, experienced sources capable of performing AE 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 hospital and central utility plant, design build parking garage, administration facility, and construction phased services. The contract period of performance is for a ten-year base ordering period, for a total of ten years maximum. 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 (highest anticipated $30,000,000.00) with the average size of a task order being $8,000,000.00. 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 C219. Small Businesses are reminded 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 March 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
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cc2e1a4fcd144426bd0d5d0a02a23cb1/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07641964-F 20251115/251113230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |