This is a Sources Sought Notice to determine the availability of service disabled veteran owned small business (SDVOSB) firms for a possible small business category type set-aside for Construction Services project: This is a Sources Sought Notice that is issued for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on information received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Best Value type RFP.
Title: 589A7-25-503 Prepare Site for Cath Lab Equipment
Contract Opportunity Number: 36C25526Q0366
Contracting Office: Network Contracting Office 15
Contracting Office Location: 3450 S 4th Street Traffic way, Leavenworth, Kansas
Type of Notice: Sources Sought- Market Research
Posted Date: 4/29/2026
Response Date: 05/08/2026 at 2:00 PM Central Time
Set Aside: Service-Disabled Veteran Owned Small Business
Classification Code: Z1DA-Repair or Alteration of Other Hospital Buildings
NAICS Code: 541310 Commercial and Institutional Building Construction
Point of Contact: Tonesha King tonesha.king@va.gov
Request for information (RFI) 36C25526Q0366, Title of Project: Prepare Site for Cath Lab Equipment, Project #589A7-25-503.
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is for information and planning purposes only and shall not be construed as a solicitation announcement nor a request for proposals or quotes and does not obligate the Department of Veterans Affairs (VA) to award a contract. Responses will not be considered as proposals nor will any award be made to any parties responding to the sources sought announcement.
The purpose of this Sources Sought Announcement is to conduct market research to locate interested, experienced and potential qualified constructions firms capable of completing this project. Firm must identify their socio-economic status for NAICS Code 236220, Commercial and Institutional Building Construction. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 236220 with the applicable business size of $45.0 million.
GENERAL SCOPE OF WORK:
Contractor shall perform construction and renovation of existing in Building 2 including, but not limited, rooms to: 216-2, 216A-2,217-2, 217A-2, 218-2, & other supporting spaces at the Robert J. Dole VAMC campus. This project will prepare approximately 1,500 SF of existing clinical space for the installation and operation of new cardiac catheterization equipment, with the associated control and equipment room.
All construction work shall be performed in full compliance with the completed set of bidding documents, including all contract drawings, specifications, and design narratives associated with this solicitation. The general contractor shall furnish all labor, supervision, materials, tools, and equipment necessary to execute the required scope of work.
Construction will consist of, but is not limited to, the following:
Selective demolition and removal of existing systems, finishes, and equipment as identified.
Replacement or relocation of Architectural, MEP equipment, including medical gas modification, /electrical boom arm relocation, ceiling sterile air curtains upgrades, build-in control room desk/casework, additional wall outlets; including mechanical, plumbing, lighting, fire protection, and electrical systems as required.
Reconfigured partitions and doorways, including new architectural walls, doors, frames, and hardware.
Instillation of new interior finishes including ceiling, flooring, wall protection, and paint.
Site preparation for installation of government-furnished catheterization lab equipment, including structural supports, utilities, shielding modification, conduits, and interfaces.
Hazardous materials abatement, including asbestos, lead, and mold as identified or discovered during construction, following all applicable VA, EPA, OSHA, and state/local regulations.
All other items as described in the contract documents
This construction work is located in an occupied, operational clinical facility and must be performed in a manner that allows medical care services to continue uninterrupted throughout construction, This requires carefully phased construction, strict adherence to ICRA, infection control, noise/vibration limits, and daily coordination with the VA COR and end users.
Construction may also include the abatement of any asbestos as identified on the provided drawings. The construction of this project will take place in a very busy occupied building and is to be completed to allow medical care functions to be maintained uninterrupted throughout construction necessitating carefully phased construction and coordination with VA COR/users, including strict adherence to ICRA requirements.
documents, fully tested and commissioned for VA acceptance.
END OF SCOPE OF WORK.
The Government is not obligated, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the VA to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.Â
If interested in this opportunity, please provide Capability Statement via email. The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information:
1) Offeror's name, address, point of contact, phone number, e-mail address, and UEI number;
2) Offeror's interest in bidding on the solicitation when it is issued;
3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 1 no more than 3 examples;
4) Offeror's CVE certification if a Veteran owned business;
5) Please provide Socio-economic status for NAICS code 236220, General Construction and provide percentage of self-performed labor your company can perform for this type of project;
6) Offeror's Joint Venture information if applicable - existing and potential;
7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate.
Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Association located at https://search.certifications.sba.gov/
Submittal Information:
Responses shall indicate the RFI # 36C25526Q0366, Project # 589A7-25-503, Title: Prepare Site for Cath Lab Equipment. Please be advised that all submissions become Government property and will not be returned.
All interested Offerors should submit information by e-mail to: Tonesha.king@va.gov. All information submissions should be received no later than 2:00 pm CDT on Friday, May 8, 2026.
END OF RFI.