127EAX26Q0016 Nogales Waterline Connection - Coronado NF
Agency: USFS Region 5: Pacific Southwest Region
Location: Arizona
NAICS: 237110
| Agency | Program Contracting Activity Central |
|---|---|
| Deadline | 02/27/26 |
| Posted | 02/17/26 |
| Estimated Value | $800,000 - $2,000,000 (AI estimate) |
| Set Aside | SDVOSB |
| NAICS | 541330 - Engineering Services |
| PSC | C1DA - Architect And Engineering- Construction: Hospitals And Infirmaries |
| Location | Carl T Hayden VA Medical Center ( VAMC) Phoenix, AZ 85012 United States |
SYNOPSIS: INTRODUCTION: This notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the EHRM Infrastructure Upgrades at the Carl T Hayden VA Medical Center (VAMC) located in Phoenix, Arizona. PROJECT DESCRIPTION: Project includes site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facility infrastructure to support the new Electronic Health Record (EHR). The scope of this project includes but not limited to the following infrastructure improvements: Electrical upgrades, Bonding, UPS, Building Management System interfaces, assessing new and upgrades to existing HVAC, reconfiguration, expansion, and renovation of existing space (demolition, new construction, finishes, cable, fire suppression) to provide adequate communication infrastructure (new data outlets, patch panels, upgrade to Cat 6A cable) in building 1, floors 2-6 to complete upgrades serving remaining areas previously descoped from earlier upgrade project. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing FAR part 36. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising mid to late March 2026. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. In accordance with FAR 52.236-22 Design within Funding Limits, the construction cost limit for the construction contract is approximately $10,561,000. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 541330. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. It is requested that interested contractors submit an electronic response that addresses the above information. Please submit as a PDF, hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, Unique Entity Identifier, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses shall be submitted via email to the primary point of contact listed below by February 27, 2026, at 12:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact: Aline Cruthers Contract Specialist Aline.cruthers@va.gov Secondary Point of Contact: Jessica Hicks Contracting Officer Jessica.hicks1@va.gov
Background The Department of Veterans Affairs (VA), specifically the Veterans Health Administration (VHA) through the Program Contracting Activity Central (PCAC), is conducting a market survey to identify potential sources for the Electronic Health Record Modernization (EHRM) Infrastructure Upgrades at the Carl T Hayden VA Medical Center (VAMC) in Phoenix, Arizona. This notice serves for market research and information purposes only and does not constitute a solicitation or obligation on the part of the VA. Work Details The project encompasses site visits, field investigations, studies, and user interviews aimed at preparing drawings, specifications, and cost estimates necessary for a construction project to enhance facility infrastructure in support of the new Electronic Health Record (EHR). The scope includes: - Electrical upgrades - Bonding - Uninterruptible Power Supply (UPS) - Building Management System interfaces - Assessment of new and upgrades to existing HVAC systems - Reconfiguration, expansion, and renovation of existing spaces including demolition, new construction, finishes, cable installation, and fire suppression systems. - Provision of adequate communication infrastructure by installing new data outlets, patch panels, and upgrading to Cat 6A cable in building 1 across floors 2-6 to complete upgrades for areas previously descoped from earlier projects. Period of Performance The anticipated project is planned for advertising mid to late March 2026. Place of Performance Carl T Hayden VA Medical Center (VAMC), 650 East Indian School Road, Phoenix, AZ 85012.
| Contact name | Aline Cruthers |
|---|---|
| Contact email | aline.cruthers@va.gov |
| Contact phone | (216) 447-8300 |
Agency: USFS Region 5: Pacific Southwest Region
Location: Arizona
NAICS: 237110
Agency: Central Federal Lands Highway Division
Location: Arizona
NAICS: 237310
Agency: VISN 21: Sierra Pacific Network
Location: Arizona
NAICS: 531120
Agency: Indian Health Service
Location: Arizona
NAICS: 513210