589A5-22-122 Relocate OIT From 6th Fl to Bldg 21 ME (VA-26-00061111)

Project ID: 36C25526Q0349 FederalOpportunitiesSources Sought
Overview
AgencyVISN 15: Heartland Network
Deadline05/26/26
Posted05/15/26
Estimated Value$750,000 - $2,500,000 (AI estimate)
Set AsideSDVOSBC
NAICS236220 - Commercial and Institutional Building Construction
PSCY1DA - Construction Of Hospitals And Infirmaries
LocationVETERANS HEALTH ADMINISTRATION COLMERY ONEIL VA MEDICAL CENTER Topeka, KS 66622-0001 United States
Description
Primary Latest Change

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; 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. 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.

Summary (Newest Update)

Background This Sources Sought Notice is issued by the VA Saint Louis Health Care System, John Cochran Division, to assess the availability of service-disabled veteran-owned small business (SDVOSB) firms for a potential small business set-aside for a construction services project. The notice serves as a market research tool to determine sources prior to issuing a Best Value type Request for Proposal (RFP). It does not constitute a commitment by the government to issue a solicitation or award a contract. Work Details The project involves relocating the Office of Information Technology (OIT) from the 6th floor to Building 21. The contractor will be responsible for providing all labor, materials, and equipment necessary for the following tasks: 1. Relocate OIT from 6th Floor - This includes general construction, alterations, removal of existing structures, plumbing, HVAC, electrical work, interior finishes, and other items as specified in the construction drawings and specifications. 2. Commissioning - The contractor must test, balance, and commission the OIT space in Building 21. 3. As-built Drawings - The contractor is required to produce and provide PDF as-built drawings. All work must comply with applicable standards and be coordinated with the VA Contracting Officer (CO) and on-site Contracting Officer's Representative (COR). Additionally, the contractor must adhere to fire safety and VA standards as outlined in the Statement of Work. Period of Performance The period of performance for all work is estimated to be 300 days. Place of Performance The construction projects will be performed at the Veterans Health Administration Colmery O'Neil VA Medical Center located at 2200 Gage Blvd, Topeka, Kansas.

Contacts
Contact nameDavid Sterrett
Contact emaildavid.sterrett@va.gov
Contact phone(913) 946-1146
Same Region Opportunities

Drones

Agency: MICC Fort Riley

Location: Kansas

NAICS: 336411