Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2026 SAM #8829
SOLICITATION NOTICE

C -- 657A4-26-101, Replace Electrical Switchboards Building 1, 7 and 20

Notice Date
1/26/2026 6:57:57 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526R0054
 
Response Due
2/17/2026 12:00:00 PM
 
Archive Date
03/19/2026
 
Point of Contact
Lucia Cowsert, Contract Specialist, Phone: (913) 758-9912
 
E-Mail Address
Lucia.Cowsert@va.gov
(Lucia.Cowsert@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
The purpose of this modification is to answer questions and to provide an updated Scope of Work for A/E Services. Question 1: If known, what is the anticipated schedule for Bidding and construction of this project? Answer: The schedule for bidding and construction has not yet been finalized. Typically, our process involves issuing bids promptly upon completion of the design phase and proceeding to construction accordingly. However, this is contingent upon the availability of funding, which is beyond our direct control. At this time, we are unable to specify when or if the necessary funds will be allocated to advance to the bidding and construction stages. Question 2: To ensure our SF330 is responsive, could you please clarify whether this project is intended to be: Primarily an electrical infrastructure upgrade, or A more comprehensive multi-discipline A/E project as described in the Scope of Work sections noted above. Answer: This is primarily an electrical infrastructure upgrade. There will be very minimal interdisciplinary work, please see updated Scope of Work for A/E Services below. SCOPE OF WORK FOR A/E SERVICES Design Development: The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted as a result 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 will be required to design within the construction budget. The design shall be fully compliant per VHA Construction Publications. Architect or architect/engineer (A/E) firm shall be capable of preparing all design documentation. Prime contractor shall have, but not limited to, the following licensed/registered specialty disciplines as members of their firm/team: Architect, Mechanical Engineer, Electrical Engineer, Interior Designers, and Cost Estimators. The team shall have demonstrable experience in programming, planning and design of complex healthcare projects of a similar nature. 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 is 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. The A/E shall provide a phase plan that reduces facility impact during construction. 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. 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 A/E shall utilize SEPS and FOR REFERENCE SEPS Models for Design Development and FFE Planning in full where applicable. 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 or Oracle) 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. The design shall include phasing throughout the project, with each phase containing a construction boundary to protect patients and workers for construction activities. Site investigations will be required to complete a full analysis of the current conditions of the area. All utility services shall be identified and assessed for compliance within the project limits. Deliverables shall include Preliminary Layout Submission Electronic PDF copy Schematic Submission (minimum of three) (Incorporating programing report) 10%: 2 Complete hardcopy sets- 1 full size, 2 half-size; 1 electronic PDF copy Design Development Submission (35%): 1 Complete hardcopy sets- 1 full size, 2 half-size; 1 electronic PDF copy of drawings, specifications and cost estimate) Construction Documents Submission (60%) 3 Complete hardcopy sets- 1 full size, 2 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%) 4 Complete hardcopy sets- 1 full size, 3 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%) 4 Complete hardcopy sets- 1 full size, 3 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 specification. Cost estimate. Electronic copies of drawings and specification 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. The A/E shall hire a third party firm to conduct fire protection and life safety reviews of the 60% and 100% design submissions compliant with VHA Directive 7712. END OF MODIFICATION
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a0012629dea0444fa397efadb53ee398/view)
 
Place of Performance
Address: John J. Pershing VA Medical Center 1500 N. Westwood Blvd, Poplar Bluff 63901
Zip Code: 63901
 
Record
SN07696527-F 20260128/260126230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.