SOURCES SOUGHT
J -- ACC Pharmacy Script Pro | Project #459-26-003
- Notice Date
- 11/14/2025 4:03:51 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26126R0011
- Response Due
- 11/21/2025 5:00:00 PM
- Archive Date
- 02/19/2026
- Point of Contact
- Christopher Aguon, Contract Specialist, Phone: (808) 433-0600
- E-Mail Address
-
christopher.aguon@va.gov
(christopher.aguon@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- DESCRIPTION ***** Begin Word Document - ' OPPORTUNITIES-DESCRIPTION' ***** REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). THIS IS NOT A SOLICITATION ANNOUNCMENT. This is a sources sought synopsis for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified vendors. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. A Request for Proposal (RFP) is anticipated to be released in December or early January 2026. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites or Sam.gov. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 21 Contracts Office, is seeking sources to provide: Background: Veterans Affairs Pacific Islands Healthcare Systems (VAPIHCS) ACC Building 32 Pharmacy s (Figure 1.) existing Opti-fill and associated prescription processing area is near end of life and requires replacement. The Opti-fill equipment associated prescription processing area furnishings and infrastructure require removal so that VA vendor can install modernized prescription processing equipment (ScriptPro) along with any other associated furniture. The scope of this work will prepare the area for the vendor s equipment and furnishings to be installed. The equipment and furnishings to be installed will be installed independent of this contract but will require coordination by the VA to ensure that it can be completed during the duration of this project. This project will include demolition, replacement of flooring and relocation/installation of utilities and infrastructure. See attached draft SOW for additional information. The estimated magnitude of this construction project is between $250,000.00 and $500,000.00 This information is provided per FAR 36.204. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf ). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Veteran Small Business Certification (VetCert) Veteran Small Business Certification (sba.gov) Information Requested: The Government requests that interested parties review the attached SOW and to provide the following capability information identified below to the Contracting Specialist, Christopher Aguon, at christopher.aguon@va.gov by 3:00 PM HST on November 21, 2025. Please place SOURCES SOUGHT : ACC Pharmacy Demolish and Prepare in the subject line of your email. NOTE: Interested parties are encouraged to provide complete and accurate response to all items, a through m below. a) Business Size (Large/Small) b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) c) Identify if you are the Prime contractor or Subcontractor d) SAM Unique Entity ID (UEI) e) DUNS number f) Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e., amount not committed). g) Anticipated Teaming Arrangements (if applicable). h) Is the anticipated period of performance realistic for this project? i) Experience in managing Construction projects between $250,000.00 and $500,000.00. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. j) Experience. Past and present corporate experience on public works (Federal, State, County, or City) major remodel(s) and/or included as stated in the Draft SOW. Qualifying project[s] must also fall within the same magnitude or greater and be of similar scope and complexity. Provide evidence of minimum of three (3) contracts completed or substantially completed eighty percent (80%) within the last five (5) years. A min of one (1) of these projects must be the remodeling of a public works building and/or medical facility. Similar magnitude is defined as project with award value of greater than $250,000.00. Similar scope and complexity are defined as projects that consist of a major remodel such as stated in the DRAFT SOW; building and/or medical facility and involved in the supervision of multiple trades. k) Average price per square foot for each project identified under paragraph (i) above, using the total modified value of the contract. l) List of Sub-Contractors you intend to use on this project, including but not limited to: Mechanical, Plumbing, Electrical, Controls, and Air-Balance. m) If applicable, how does your company intend to meet the Limitations on Subcontracting as per 13 CFR 125.6? n) Are your Sub-Contractors from the local area or will they be coming from out of the area, if so, from where? The Government requests that interested party submissions in response to this source sought notice be no more than 10 single-sided, type-written pages using Times New Roman 12-point font or larger. Published literature may be any number of pages. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time. The Department of Veterans Affairs is neither seeking proposals nor accepting unsolicited proposals, and responses to this notice cannot be accepted as offers. Any information the contractor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4074c226ff9047a9b54903fc23b094c5/view)
- Place of Performance
- Address: Department of Veteran Affairs VA Pacific Islands Healthcare System Spark M. Matsunaga VA Medical Center, Honolulu 96819
- Zip Code: 96819
- Zip Code: 96819
- Record
- SN07642770-F 20251116/251114230039 (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 |