SOURCES SOUGHT
Y -- CON-NRM-463-21-101 Repair Bldg 100 FY26 Tier 2
- Notice Date
- 8/14/2025 10:02:44 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26025Q0823
- Response Due
- 8/25/2025 8:00:00 AM
- Archive Date
- 11/23/2025
- Point of Contact
- susan .howe2@va.gov, Susan Howe, Phone: 208-422-1000x 2027
- E-Mail Address
-
Susan.Howe2@va.gov
(Susan.Howe2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Sources Sought - Solicitation Number: 36C26025Q0823, Project 463-21-101 Repair Building 100 Moisture Barrier This is a Sources Sought announcement only. This is not a request for proposals, quotations, or bids; nor a synopsis of a proposed contract action under FAR Subpart 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice or any follow up information requests. No solicitation is currently available. Draft documents (SOW, Drawings, Specifications, etc.) are subject to change. This notice is for market research purposes to gain knowledge of interest, capabilities, and qualifications of interested Small Business firms. Responses to this Sources Sought may shape the acquisition strategy in developing a competitive requirement. Not responding to this notice does not preclude participation in any future or potential solicitation. It is the intent of the VA to use the information gathered for market research purposes only. Veterans Health Administration, Regional Procurement Office West, Network Contracting Office 20, is conducting market research for a construction contract to correct the Building 100 envelope moisture barrier, at various locations, to prevent moisture intrusion into wall cavities, and to repair moisture surface damage. Work is located at Anchorage VA Medical Center Anchorage, AK 99504. For the principal components of work see the attached draft statement of work, specifications, and drawings, if included. Documents are currently in draft state and industry comment / suggestions are greatly encouraged and welcomed. Sources are being sought for firms with a North American Industry Classification System (NAICS) code of 236220 Commercial and Institutional Building Construction, a Product Service Code (PSC) of Y1DB. and a Small Business Size Standard of $45 million. Aforementioned sources are highly encouraged to respond to this notice. After review of the responses to this notice, and if the Government still plans to proceed with this project, a separate pre-solicitation announcement will be published on www.SAM.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. Responses are requested with the following information and shall not exceed a total of 5 (five) pages. Email subject line needs to contain the solicitation number 36C26025Q0823. Please provide the following information: Contact information: Name, address, SAM.gov UEI number, and points of contact with telephone numbers and e-mail addresses. Business Size/Classification (based on NAICS 236220): Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) Capabilities Statement: Description of capabilities to perform construction services as described above and project experience demonstrating relevant experience similar to those described. Include bonding capability information that is consistent with estimated magnitude between $5,000,000 and $10,000,000. Govt. does not have a waiver to Buy American. SDVOSB or VOSB businesses please include statement on maintaining compliance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. All other socio-economic businesses please include statement on maintaining compliance with FAR 52.219-14 Limitations on Subcontracting. Time: Based on the information provided, please estimate the total project time in days. Past Performance/experience: Provide information on contracts of similar scopes of work or construction contracts, briefly describe no more than three (3) contracts (or specific task orders) completed within the past five years of the issue date of this Sources Sought notice. The past performance information should include: Project Title/Contract Number Location: City, State General description of the construction to demonstrate relevance to the proposed project Offerors role Dollar value of contract Name of the company, agency, or government entity for which the work was performed What types of information is required to submit accurate offers? If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor s name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. NO RESPONSES WILL BE ACCEPTED BY FAX. Responses will not be returned. Telephonic responses will not be honored. Please respond by email only. Send responses to the Contract Specialist, Susan Howe at susan.howe2@va.gov Responses will be accepted until August 26th 2025 at 8:00am PDT. STATEMENT OF WORK (SOW) 12/6/2023 FORCE Number: Anchorage VAMC Project Number: 463-21-101 1. Contracting Officer s Representative (COR): TBD 2. Contract Title - Repair Building 100 Envelope Moisture Barrier 3. Background This project will correct the Building 100 envelope moisture barrier, at various locations, to prevent moisture intrusion into wall cavities, and to repair moisture surface damage. 4. Scope: Contractor shall provide all materials, equipment, labor, and supervision necessary to complete the following (found on Sheet G1.00 of the construction drawings): Continued on next page The Work shall be in strict accordance with the contract Drawings and Specifications provided. 5. Specific Tasks The Anchorage Veterans Affairs Medical Center is a Medical Center First! Any and all construction activities shall be secondary to the mission of the Medical Center. This means: some activities shall only be performed outside of normal business hours; some activities may be curtailed if they interfere with normal activities, and may be delayed for other times or conditions. Other potential issues include, but are not limited to: noise pollution; noxious fumes; and vibrations. Restrictions on activities may be imposed even if they are below OSHA allowable limits. The CO or designated representative shall have the final authority over the needs of the Medical Center. Additionally, construction safety, infection control and site security shall be prime requirements of the work, and as such any infraction may be considered a material breach of the work and cause for the Government to take remedial action. Unless otherwise specifically identified, the Contractor shall provide all tools, materials, equipment, labor and supervision of every kind necessary to provide complete and operational systems for the Medical Center meeting the intent of this Statement of Work, the Specifications, and Drawings. Any and all work not specifically identified but necessary for a complete system shall be included as if specifically identified in the Contract Documents. INFECTION CONTROL/CONSTRUCTION BARRIERS The VA has performed internal infection control risk assessments (ICRAs) for all areas that require invasive work inside the occupied portions of the building. As part of this bid package, these ICRAs have been provided, which include prescribed contract requirements. The prescribed barriers, pressure controls, and other control methods detailed in each ICRA, are non-negotiable and must be followed, with regular condition assessments performed. Condition assessments (and necessary corrections) are to be performed daily, by the contractor s personnel to ensure all temporary control methods are in good working order. The COR and infection control lead at the VAMC will perform condition assessments ad-hoc, and if control methods are found to be operating outside of prescribed ICRA guidelines, additional inspection intervals may be required at the discretion of the COR. TESTING The Contractor shall be responsible for all testing and laboratory services in connection with this project as stated in the contract Drawings and Specifications. DISPOSAL OF EQUIPMENT AND MATERIALS The Contractor is responsible for the correct disposal of all materials associated with this project. COORDINATION OF WORK If any questions or concerns arise, the Contractor is to coordinate with the COR for direction. Any and all disruptions to the normal functions of the VAMC shall be brought to the attention of the COR at the earliest possible date. 6. Performance Monitoring The Government is required to monitor contractor performance and certify the work was done in accordance with the contract. This monitoring is done by the COR, via periodic inspections of the work as further detailed in the drawings and specifications. 7. Security Requirements The Contractor shall only access Medical Center areas directly associated with the work. The Contractor shall not enter or attempt to enter any patient care area. Additionally, the Contractor shall provide construction site security as further identified in the Specifications or on the Drawings. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) There is no GFE for this contract. GFI includes this SOW, contract drawings, and contract specifications. 9. Other Pertinent Information or Special Considerations There are no special considerations necessary to accomplish the Work. IDENTIFICATION OF POSSIBLE FOLLOW-ON WORK This is the first and only phase of construction for this project. No follow-on work is scheduled. IDENTIFICATION OF POTENTIAL CONFLICTS OF INTEREST (COI) There are no known Potential Conflicts of Interest. IDENTIFICATION OF NON-DISCLOSURE REQUIREMENTS The Contractor shall not have access to sensitive and/or proprietary information. PACKAGING, PACKING AND SHIPPING INSTRUCTIONS All deliveries shall be specifically addressed to the Contractor and not the Medical Center. The Medical Center shall make best efforts to refuse delivery of Contractor goods or materials. Any materials inadvertently received by the Medical Center will be identified to the Contractor for immediate pick-up. The Medical Center takes no responsibility in the receipt of any goods or materials that are the Contractor s. Additionally, the Contractor shall be responsible for receipt, offloading at the site and storage of all Government-Furnished Equipment. INSPECTION AND ACCEPTANCE CRITERIA The COR is responsible for certifying that the work done under the contract is performed to time and standard. The COR is also responsible to assure the inspection and acceptance of in place products provided incidental to services. A demo period or trial is not inspection of a product. 10. Risk Control The Contractor shall refer to division 01 specifications for guidelines on safety and risk. 11. Quality Control The Contractor is responsible for their own quality control. Refer to specification 01 45 00 for expectations and reporting requirements related to quality control. 12. Place of Performance Work shall be performed at the Anchorage VA Medical Center, Anchorage, AK, physical address 1201 N. Muldoon Rd., Anchorage, AK 99504. 13. Period of Performance The contract length shall be 240 calendar days from receipt of the Phase I Notice to Proceed. Contractor to provide, update and maintain a project schedule. - End of Section -
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c8d20765e7cd4c02ae066b84380dfd87/view)
- Place of Performance
- Address: Alaska VA Medical Center 1201 N. Muldoon Rd, Anchorage 99504
- Zip Code: 99504
- Zip Code: 99504
- Record
- SN07552231-F 20250816/250814230058 (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 |