SOURCES SOUGHT
Y -- Renovate Building 9A for EHRM Administration- EHRM Project 557-21-703 Carl Vinson VA Medical Center Dublin, GA 31021
- Notice Date
- 12/3/2025 12:12:48 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PCAC (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77626Q0046
- Response Due
- 12/12/2025 9:00:00 AM
- Archive Date
- 01/11/2026
- Point of Contact
- Doniver G. Hamilton, Contract Specialist, Phone: (216) 791-3800 ext. 11379
- E-Mail Address
-
Doniver.Hamilton@va.gov
(Doniver.Hamilton@va.gov)
- Awardee
- null
- Description
- SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought 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 Renovate Building 9A for EHRM Administration- EHRM Project 557-21-703 at the Carl Vinson VA Medical Center located in Dublin, GA. PROJECT DESCRIPTION: This project will renovate Building 9A (approximately 7,514 SF), for various EHRM administrative spaces, in accordance with Electronic Health Record Modernization Training and Support Space HEFP SEP Space Planning Job Aid. This renovation will provide two integration validation testing rooms (1,800 SF each), a support space for integration validation testing (approximately 1,200 SF), two waiting spaces for testers (approximately 600 SF each), and a change management user room for posting test surveys (approximately 300 SF). When integration validation testing is complete, the space will be repurposed for super user and end user training space. When super user and end user training is complete, space will be repurposed for use as a command center for EHRM deployment. Moreover, this renovation will include restrooms and a breakroom. At completion of EHRM deployment, space will be used for various administrative functions at the medical center, allowing for consolidation of administrative functions which are spread throughout the campus as of this writing. It is important to note that some work will be completed after hours and on weekends based on the function of each building/floor. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. The results and analysis of the market research will finalize the determination of the procurement method. 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 in early 2nd quarter of FY26. In accordance with VAAR 836.204, the magnitude of construction is between $2,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated at 365 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. 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 236220. 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 prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above. Section 5: 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 owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Provide specific examples that relate aspects of previous projects to the proposed project. 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 a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that 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 (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary and secondary points of contact listed below by December 12, 2025 at 12:00 PM ET. 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. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Doniver G. Hamilton Contract Specialist Doniver.Hamilton@va.gov Secondary Point of Contact: Joelle M. Mascarenas Contracting Officer Joelle.Mascarenas@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/51a166321c974f6b9689134d36b88280/view)
- Place of Performance
- Address: Carl Vinson VA Medical Center 1826 Veterans Blvd., Dublin, GA 31021, USA
- Zip Code: 31021
- Country: USA
- Zip Code: 31021
- Record
- SN07656841-F 20251205/251203230038 (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 |