Sources Sought Notice
Sources Sought Notice
Page 7 of 7
Sources Sought Notice
*= Required Field
Sources Sought Notice
Page 1 of 7
Project 589A5-22-122 Relocate OIT from 6th Floor to Bldg. 21
VA Saint Louis Health Care System John Cochran Division
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.
PROJECT DESCRIPTION AND SCOPE
CONSTRUCTION STATEMENT of WORK (SOW)
1. SCOPE:
This specification herein describes a construction project SOW. This work includes the following items:
Relocate OIT from 6th Floor
Commissioning
As-built drawings
The contractor will be responsible for meeting all contract specifications for the VAMC. The contractor shall provide all labor, material, and equipment to perform the work. All project work shall be installed in accordance with all applicable standards available at time of installation to include published commercial specifications as well as standards and preferences expressed in this document. All installation details shall be fully coordinated with VA CO and on-site Contracting Officer s Representative (COR). Period of Performance for all work 300 days.
2. STATEMENT OF WORK:
2.1 RELOCATE OIT FROM 6TH FLOOR
As provided in the contract documents this project will engage a Contractor to furnish all labor, tools, material, equipment, and supervision to renovate building 21 space for relocating OIT form Building 1. Work includes general construction, alterations, necessary removal of existing structures and construction, plumbing, HVAC, electrical, interior finishes, and certain other items as identified in the construction drawings and specifications.
2.2 COMMISSIONING
The contractor shall provide all labor, material, and equipment to test, balance, and commission the Building 21 OIT space.
2.3 AS-BUILT Drawings
The contractor shall provide all labor, material, and equipment to produce and provide pdf as-built drawings.
Exceptions:
Contractor shall be responsible for meeting all fire, safety, and VA standards (VA handbook) as specified in Statement of Work, Drawings, and Specifications. The Authorization requirements do not apply, and that a Security Accreditation Package is not required.
NSTRUCTION STATEMENT of WORK (SOW)
1. SCOPE:
This specification herein describes a construction project SOW. This work includes the following items:
Relocate OIT from 6th Floor
Commissioning
As-built drawings
The contractor will be responsible for meeting all contract specifications for the VAMC. The contractor shall provide all labor, material, and equipment to perform the work. All project work shall be installed in accordance with all applicable standards available at time of installation to include published commercial specifications as well as standards and preferences expressed in this document. All installation details shall be fully coordinated with VA CO and on-site Contracting Officer s Representative (COR). Period of Performance for all work 300 days.
2. STATEMENT OF WORK:
2.1 RELOCATE OIT FROM 6TH FLOOR
As provided in the contract documents this project will engage a Contractor to furnish all labor, tools, material, equipment, and supervision to renovate building 21 space for relocating OIT form Building 1. Work includes general construction, alterations, necessary removal of existing structures and construction, plumbing, HVAC, electrical, interior finishes, and certain other items as identified in the construction drawings and specifications.
2.2 COMMISSIONING
The contractor shall provide all labor, material, and equipment to test, balance, and commission the Building 21 OIT space.
2.3 AS-BUILT Drawings
The contractor shall provide all labor, material, and equipment to produce and provide pdf as-built drawings.
Exceptions:
Contractor shall be responsible for meeting all fire, safety, and VA standards (VA handbook) as specified in Statement of Work, Drawings, and Specifications. The Authorization requirements do not apply, and that a Security Accreditation Package is not required.
In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $500,000.00 and $1,000,000.00. The North American Industrial Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, small business size standard of $45 Million. Interested firms must be registered in https:www.SAM.gov with this NAICS code and qualified as a service disabled veteran owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in the Veteran Small Business Certification (VetCert) registry Veteran Small Business Certification (sba.gov) on or before the response date.
The intent of this notice is to identify potential Small Business firms capable of performing these services. The Government will use the information obtained from this source sought announcement to make a set-aside determination including further restriction under a socio-economic status, firms 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 million. If interested in this opportunity, please provide via email a Capability Statement: 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 single side pages which shall include the following information:
1) Offeror's name, address, point of contact, phone number, e-mail address, Unique Entity ID
and/or DUNS 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 3 examples;
4) Offeror's Veteran Small Business Certification (VetCert) certification as a Veteran owned business;
5) Please provide Socio-economic status for NAICS code 236220, Commercial and Institutional Building 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;Â
7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate.Â
The Response Due Date for this Sources Sought Notice is May 26, 2026, 2:00 pm Central Time. Respondents will not be notified of the results of analysis. Submit your responses to david.sterrett@va.gov. PLEASE REFERENCE "SOURCES SOUGHT: Project 589A5-22-122 Relocate OIT from 6th Floor to Bldg 21" IN THE SUBJECT LINE and first page of the response. The point of contact for submission of Capabilities Statement and questions is:
David Sterrett, Contract Specialist
Email: david.sterrett@va.gov
Department of Veterans Affairs
Network Contracting Office 15 (NCO 15)
Leavenworth, Kansas 66048
No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. 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 SAM.gov | Home. The Contract Opportunities website is the only official site to obtain these documents.