Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2025 SAM #8767
SOURCES SOUGHT

Y -- PN: 636-26-305 Correct Parking Garage Safety Deficiencies (OM) AP: 36C263-26-AP-1060

Notice Date
11/25/2025 7:12:39 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26326Q0168
 
Response Due
12/9/2025 10:00:00 AM
 
Archive Date
01/08/2026
 
Point of Contact
Derek Fore, Contracting Officer, Phone: 651-293-3032
 
E-Mail Address
derek.fore@va.gov
(derek.fore@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
This is a SOURCES SOUGH NOTICE (36C26326Q0168) in support of the Department of Veterans Affairs Health Care System Central Plains/Omaha in Omaha, NE for market research purposes only to determine the availability of potential businesses with capabilities to provide the requirement described below. This notice shall not be construed as a request for proposal/request for quote or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in any formal solicitation process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. The Department of Veterans Affairs (VA), Network Contracting Office 23, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Any responses from non-SDVOSBs may be considered. However, SDVOSBs will be given priority in review of responses to this Sources Sought Notice. This is to determine whether the Veterans Affairs has a need to conduct a tiered evaluation in the event sufficient responses from SDVOSBs/VOSBs are not obtained. Anticipated North American Industry Classification System (NAICS) code is 236220 Commercial and Institutional Building Construction Contractors. The largest a firm can be and still qualify as a small business for Federal Government programs is a size standard of $45.0M. Construction Magnitude: Between $1,000,000 and $2,000,000 Interested parties are invited to respond via email to derek.fore@va.gov. Responses will be used to determine the appropriate acquisition strategy. All responses due by 12/09/2025 at 12:00 PM CT. Potential contractors shall provide, at a minimum, the following (1-7): Company name, address, and point of contact, phone number, email address, and Unique Entity Identifier (UEI). Is your firm eligible for participation in one of the following small business socio-economic 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) What additional information would the Government need to provide for you to be able to submit an accurate and complete offer with full understanding of the requirements if we posted a formal solicitation? Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The response must address key criterial: Describe your experience in design/build projects. Size, Scope, and Complexity. Include project titles, locations, dollar values, and a brief description of the work performed. Describe your technical capability specific technical skills, certifications, and teaming arrangements available to perform the work. Describe your experience as a prime contractor within the past five years with the Government; and your two largest projects you have successfully completed within the past five years. Bonding Capacity provide information on the firm s bonding capacity. Safety Record provide information on the company s safety record, including EMR (Experience Modification Rate) and any OSHA violations in the past five years. The Government is seeking all interested parties Rough Order Magnitude (ROM) of this project. Please review any and all attachments associated with this sources sought to develop a Rough Order Magnitude (ROM) estimate. The Capabilities Statement for this Source Sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined below. The capabilities will be evaluated solely for the purpose of determining to set-aside for the one of the socio-economic categories listed above or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the even the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. To assist in your response a draft statement of work outlining the preliminary scope and requirements is provided below. We encourage feedback on the draft statement of work to ensure the final version accurately reflects the project s needs and industry capabilities. Please provide any comments or suggestions regarding the draft statement of work as part of your response to this sources sought notice. DESCRIPTION OF THE REQUIREMENT: This project will require a Design-Build Team to develop and install a dry-pipe fire suppression system and jump prevention barriers in the parking garage at the Omaha Veterans Affairs Medical Center. The design shall incorporate best practices and methods and comply with Veterans Health Administration design guidelines. Barriers shall be consistent with the architecture of the parking garage and shall be mounted to and removable from existing barriers for reinstallation following potential future modifications to the garage. Successful offeror will be either an Architect/Engineer and Construction Teaming Arrangement or an experienced contractor with in-house construction and design capacity capable of providing services as detailed in the Scope of Work. At minimum, the Design Team will include experienced Architectural, Civil, Structural, Mechanical/Plumbing, Electrical, Fire Protection, and Environmental design professionals. NOTE: Because this PWS does not require separate A/E and Construction Firms, the terms Design Team and Construction Team are used in lieu of A/E Firm and Construction Contractor throughout the document. The term Design Build Team or DB Team includes both the design and construction teams. VA Design Guides, Specifications, and References (current versions). A complete listing of all VA technical documents available for use can be found on the VA website at https://www.cfm.va.gov/TIL/. The following documents made available from the Technical Information Library (TIL) will be used as a guide for the completion of this design project; however, may require some deviations. Significant deviations from these guides must be approved by the COR and justified in writing. All work shall be completed in compliance with the most current version of all applicable codes including, but not limited to OSHA, NFPA 101, NFPA 1, NFPA 13, NFPA 88A, International Building code, VA Barrier Free Design Guide and VA guidelines for patient safety and infection control. All document packages, including the final design/construction documents from a resultant task order will be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the VA Contracting Officer s Representative (COR) at the first design meeting. All document packages, including the final design/construction documents moving forward for construction will be subjected to technical reviews, including third party technical reviews and/or legal reviews. The Design Team is responsible for revising documents to incorporate comments provided by those reviews. Objectives and Technical Requirements. Design-Build Contractor (Design Team) shall provide stamped/sealed construction documents in accordance with the requirements of Department of Veterans Affairs Program Guide PG-18-15, Volume E prior to the construction phase of this project. Design Services include site visit(s), field investigation, and user interviews to prepare complete construction drawings and specifications to meet the following objectives: Installation of a dry-pipe fire sprinkler system providing 100% coverage of the exiting parking structure. The sprinkler system shall be designed for expansion during an upcoming minor project, 636-508 Construct Additional Floor Parking Garage. The completed parking structure will accommodate approximately 900 vehicles. The fire suppression system will comply with all requirements listed in NFPA 1, 101 and 88A (most recent editions.) Installation of jump-deterring fencing or rollers around the upper perimeter of the existing structure. Base-bid: Provide and install 8 high anti-scale fencing around complete perimeter of the structure. Bid-alternate 1: In lieu of fencing, provide climb deterring rollers around complete perimeter of structure. Jump deterring hardware (either fencing or rollers) shall be designed with reinstallation planned after future vertical expansion. Design Services The Design Team shall produce Construction Documents, including drawings and specifications, in accordance with professional architectural/engineering practices, the Performance of Work Statement (PWS) and, where identified, VA criteria. Where VA standards and criteria are specified, each A/E discipline shall receive a copy of their respective VA design manual, National CAD Standard Details, and Design and Construction Procedures and VHA National CAD Application Guide. The Design Team is responsible for obtaining the NCS. The Design Team shall also provide any additional design criteria necessary for project development (supporting calculations, equipment guide list, Design and Construction Procedures, design manuals, signage design, etc.), so that the DB Team can provide construction drawings and specifications. The Design Team, in consultation with VA Project Team, shall determine design choices based on incorporating commercial and/or VA standards into the Construction Documents. During design and construction of the project, the Design Team will be required to participate in construction inspections and assist in the review of: Construction Document submittals including specifications and design calculations. Shop Drawings, Product Data, and Samples Test Results, Certificates, and Other Submittals Operation and Maintenance Manuals, Training, Project Record Documents, and Warranties. Utilize appropriate and/or edited sections of the following VA documents: VA Master Construction Specifications (PG-18-1); VA Design and Construction Procedures (PG-18-3) VA National CAD Standards Details (PG-18-4); VA Seismic Requirements (H-18-8); VHA National CAD Standard Application Guide Provide design criteria from the following VA Design Manuals where appropriate and as determined during design: Architectural Design Manual; CPM Design Manual; Electrical Design Manual; Plumbing Design Manual; Sanitary Design Manual; Site Development Design Manual; and Structural Design Manual. Design Deliverables: At each submission, the A/E shall date all material and present the designs on VA standard size drawings that are appropriately labeled, ""SCHEMATIC SUBMISSION"", DESIGN DEVELOPMENT SUBMISSION , OR CONSTRUCTION DOCUMENT SUBMISSION , in large block letters above or beside the VA standard drawing title block. In each submission, the A/E shall incorporate the corrections, adjustments, and changes made by VA at the previous review. All submittals shall meet requirements listed in VA PG 18-15 and be submitted in the digital format requested unless otherwise noted. SCHEMATIC DESIGN [SD-1] SUBMITTAL (35% Documents): Draft narratives, analyses, studies, calculations, and data. Provide documents in Microsoft word format. Schematic Design Development (SD) Drawings Submittal. Provide set in hardcopy and Adobe PDF format. Draft Project Specification in Microsoft Word format. Allow 21 calendar days for VA Review DESIGN DEVELOPMENT [DD-1] SUBMITTAL (65% Documents): Mark-Ups: Report of disposition of marked-up comments or drawings showing corrective action from prior submittal responding to comments Draft narratives, analyses, studies, calculations, and data. Provide documents in Microsoft word format. Design Development (DD) Drawings Submittal. Provide full-sized (Arch C) set in hardcopy and Adobe PDF format. Final Project Specification in Microsoft Word format. Allow 21 calendar days for VA Review. Notice to Proceed with construction will occur upon acceptance of the 65% DD-1 Submittal. CONSTRUCTION DOCUMENTS: Construction documents shall be updated and maintained throughout construction to show the current status of planned and installed elements of construction. Updated drawings shall be provided monthly in digital PDF format to the COR. POST CONSTRUCTION SUBMITTAL/ RECORD DRAWINGS Obtain information in the form of marked-up prints, drawings, and other data certified by the construction contractor documenting changes made during the performance of the work. Review of general accuracy of information submitted and certified by the Contractor. Prepare As-Built drawings and provide digital copies to the COR in .DWG and .PDF format. Provide manufacturer s data and warranties for all installed equipment. Construction Construction shall commence with VA issuance of a Notice to Proceed (NTP) upon acceptance of the 65% DD Submittal. Separate NTPs may be issued for sprinkler and jump-deterrence objectives, if the DB contractor and CO agree to do so. Design Team Construction Period Services (CPS) shall be provided during the entire construction period of performance. Services to be performed under CPS include, but are not limited to the following: Pre-Construction Meeting: The Design Build Team (design and construction) shall attend a pre-construction meeting prior to the start of work. The Design Team shall review submittals, shop drawings, plans, or any other related documentation submitted by the Construction Team for compliance with the construction documents. Weekly Progress Meetings: The Design Build Team Project Leader will attend and record minutes for all meetings related to the construction contract and other meetings as determined by the Contracting Officer Representative (COR). Requests for Information (RFI) Submittals: RFIs shall be resolved by the Design Build Team and coordinated with the COR for final approval. The COR will respond to requests for RFI approval according to the following: Critical 2 days (Cost and Schedule delays) Urgent 7 days (Schedule Delays) Normal 14 days The Design Build Team shall provide change order documents, change order cost estimates, contractor proposal evaluations, recommendations and assist the VA in final price determination. The Design Team shall review and recommend approval of the O&M Manual(s). The Design Team shall coordinate any required training with the General Contractor, manufacturers, etc. to ensure that VA personnel are knowledgeable on equipment or systems. The Design Team shall provide at a minimum four (4) Construction observation site visits; minimum visits to include the following: Rough-In Inspection Final Inspection (generation of a final punch list) Punch List Completion Inspection Contractor s As-Built Drawing Verification Post Construction Services (Record Drawings): Obtain information in the form of as-built drawings, marked-up prints, and other data certified by the construction contractor documenting changes made during the performance of the work. All information provided or gathered will be verified by the Design Team for accuracy and completeness. These drawings and information will then be incorporated into the construction drawings to produce project record drawings. Create electronic copies in AutoCAD format of all files associated with the project. Create as-built construction documents accordance with the VA National CAD Standards Application Guide. Provide all supplemental files, including fonts, plotter configurations, etc., that are required to open and plot drawings. Where drawings were created with an AutoCAD add-on program, save the files so that they can be used with AutoCAD only. Drawings shall be saved such that one file will produce one plot without manipulation of layers. Create electronic PDF files using the most recent version of Adobe Acrobat. Deliver record drawings to the VA no later than 45 days following beneficial occupancy/final acceptance of the site. Period of Performance and Schedule. Design Phase: The contract Period of Performance for the design phase shall be 180 calendar days from the Notice of Award. Period of Performance for total design and construction is 315 calendar days from Contract Award. The proposed schedule for Design Build services is as shown below: Project Kickoff Meeting Review VA procedures and requirements. Within 14 days of Notice of Award. SD-1 Provide a digital copy 30 days after Initial Design Meeting (44 days after Notice of Award) SD-1 Review Meeting Meeting Within 21 calendar days after VA receipt of SD-1 Submittals (65 days after Notice of Award) DD-1 Submittal (65% Drawings) Provide digital copy along with two (2) ½ sized drawing sets. 14 calendar days after SD-1 Review Meeting (79 days after Notice of Award) DD-1 Review Meeting Meeting 21 calendar days after VA receipt of DD-1 Submittals. (100 days after Notice of Award) Notice to Proceed (Construction) 15 calendar days after acceptance of DD1 submittal. (115 days after Notice of Award) Construction Completion 120 calendar days after Construction Notice to Proceed. (235 days after Notic of Award) As-Built Documents 45 calendar days after Construction Completion (280 days after Notice of Award) DESIGN FEE SCHEDULE: Proposal Cover Sheet should indicate the breakdown of fees as below: A/E DESIGN SERVICES Schematic Design Design Documentation Construction documentation Total for Base work under this Contract As-Built Record Drawings Site Visits (each) Additional Information/General Requirements. The Design Build Contractor(s) shall notify COR of any deviations from this document, referenced guides, manuals, or any other related document used. Approval for deviations requires a review by the Office of Healthcare Engineering. Coordinate submission requirements for deviation requests with CO/COR Confidentiality and Nondisclosure: It is agreed that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Upon request and if available, any existing campus plans, inspections, directives, etc. will be provided by the VA for use in completing the design. The VA does not guarantee the accuracy and completeness of any of the data provided and Design Team shall investigate and verify the accuracy of documents that impact the design in a manner that has a direct bearing on both the design and the cost of construction. Meetings and Conferences: The Design Team shall be responsible for attending and having appropriate representation for all design review meetings and conferences held with the VA during design services and construction period services. At a minimum, during design services, a kick-off meeting will be held virtually and a review session for each design development stage. Design Team is responsible for providing action-taken comments to design review comments provided by the VA. During CPS, at a minimum, weekly progress meetings will be held for discussion of the ongoing construction project and the Design Team shall be prepared to provide guidance on construction documents, RFI s, submittals, etc. The Design Team shall be responsible for recording and distributing all meeting minutes within two (2) calendar days of the meeting or conference. All documentation shall be in PDF format. The Design-Build Team will be required to comply with any training requirements as necessary. Currently, course number TMS 20939 VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information is required. Employees will be required to sign documentation acknowledging that the training has been completed. Records Management: Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.� In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.� In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.� VA Nebraska-Western Iowa Health Care System and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of VA Nebraska-Western Iowa Health Care System or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to VA Nebraska-Western Iowa Health Care System. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to VA Nebraska-Western Iowa Health Care System control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the contract documents. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and [VA Nebraska-Western Iowa Health Care System] guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with [VA Nebraska-Western Iowa Health Care System] policy.� The Contractor shall not create or maintain any records containing any non-public VA Nebraska-Western Iowa Health Care System information that are not specifically tied to or authorized by the contract.� The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act.� The [VA Nebraska-Western Iowa Health Care System] owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which [VA Nebraska-Western Iowa Health Care System] shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Training. � All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training.� Flowdown of requirements to Subcontractors The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same.� Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. Attachments Parking Garage As-Built Drawings (4) DISCLAIMER: This is a sources sought notice only. The information gathered from this request is for information and planning purposes only and will not be released. This does not constitute a solicitation. No solicitation is currently published, pending, or available. If a solicitation is issued, it will be issued at a later date. Responses to requests for information are not offers and cannot be accepted by the Government to form a binding contract. Vendor participation in this response or any informational session is not a promise of future business with the VA. The Government is not obligated, nor shall it pay for any information received from potential sources as a result of this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0f05b9ad771443658fb9559ae948b010/view)
 
Place of Performance
Address: VA Health Care System Central Plains/Omaha 4101 Woolworth Ave, Omaha 68105, USA
Zip Code: 68105
Country: USA
 
Record
SN07652072-F 20251127/251125230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.