SOURCES SOUGHT
C -- VISN6 MASTER PLANNING PART 2
- Notice Date
- 2/6/2026 9:15:34 AM
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24626Q0332
- Response Due
- 2/16/2026 2:30:00 PM
- Archive Date
- 03/18/2026
- Point of Contact
- Daniel Spaulding, Contracting Officer, Phone: 757-722-9961 x87144
- E-Mail Address
-
daniel.spaulding@va.gov
(daniel.spaulding@va.gov)
- Awardee
- null
- Description
- Page 3 of 3 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) SOURCES SOUGHT NOTICE VISN 6 Master Planning Veterans Integrated Service Network (VISN) 6, Virginia and North Carolina In accordance with RFO FAR 15.101(c)(3), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, the Government reserves the right to revise the Performance Work Statement and other contract requirements, before the release of any associated solicitation. This notice is not a Request for Proposals (RFP) or Request for Quotes (RFQ). Information provided in this notice is subject to change prior to release of a solicitation. OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for services to provide master planning support to the Veterans Integrated Service Network (VISN) 6 and its medical facilities located in Virginia and North Carolina. The attached Statement of Work is a draft document and is subject to change prior to release of a solicitation. The below NAICS code and PSC code may also change dependent upon the results of market research. SCOPE OF WORK Contractor shall develop a Facility Master Plan for the Asheville, Durham, Fayetteville, Hampton, Richmond and Salisbury medical centers, including their leased properties, within the VA Mid-Atlantic Health Care Network (VISN 6) as outlined below. Note: The Salem VAMC/NW Market was completed under a previous contract. The Master Plan shall cover a five through ten-year planning time horizon. The Facility Master Plan development is expected to be collaborative in nature, with the Contractor developing an understanding of the Veterans Affairs (VA) wide organizational culture and priorities along with the VISN (Veterans Integrated Services Network) and local facility goals and priorities. Contractor shall perform an overall analysis of the facility s mission and delivery of patient care, ancillary, diagnostic, research, and support services. The Contractor shall identify key service lines, including interaction and adjacency of relevant programs, both internal and external to the facility. The Contractor shall analyze the allotment and configuration of existing space and acreage and recommend changes to meet the facility s strategic planning goals, including facilitation of both patient care and support operations. The Contractor shall identify specific capital initiatives such as construction projects and or leases required to implement these changes (to include the development of a realistic timeline and order of magnitude cost estimates). This analysis shall be performed with the involvement of key VISN and facility staff. The Contractor shall analyze and integrate input and direction provided by facility and network level Strategic/Capital Asset Plans, medical center staff input, data on veteran population, workload demand and projection forecasts located in the VA s Pyramid website, Veterans Support Service Center (VSSC) Space Calculations, Facility Condition Assessment (FCA), and site-specific community and stakeholder issues. SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) firms registered in the Small Business Administration s Dynamic Small Business Search (DSBS) Engine database, in accordance with priorities set by regulation. NAICS CODE: 541310, Architectural Services SBA SIZE STANDARD: $12.5m annual revenue PRODUCT OR SERVICE CODE (PSC): C1DA, ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES INSTRUCTIONS FOR RESPONDING: Interested companies can respond, via email, to daniel.spaulding@va.gov, with the following information: (1.) A summary of relevant experience in providing the same or similar services. Provide documentation of at least three (3) similar projects completed within the last five years. (2.) Company Point of Contact, including name, title, phone number and email address. (3.) Company name, SAM.gov UEI number, small business/socioeconomic status of the company, and address of the applicable office. Additional information may be requested by the Contracting Officer at a later time. POINT OF CONTACT: Daniel Spaulding Contracting Officer Network Contracting Office (NCO) 6 U.S. Department of Veterans Affairs daniel.spaulding@va.gov DUE DATE FOR RESPONSES: This notice will close on Monday, February 16, 2026, at 05:30PM Eastern Time. CONTRACTOR RESPONSIBILITY A potential source, for the purposes of this notice, is considered to be any company meeting the following requirements. Some of the below requirements may be modified prior to release of any solicitation. 1. The potential source is registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation. 2. The potential source is registered in the Small Business Administration s Small Business Search (SBS) Engine database at https://search.certifications.sba.gov/, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs.) 3. The potential source has completed submission of the current cycle, for calendar year 2017, VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (Only applicable where the potential source has held federal contracts in the amount of $150,000.00 or more, performed during the current cycle). 4. The potential source has favorable (satisfactory) past performance information for federal contracts, as documented in Government databases, specifically the Contractor Performance Assessment Reporting System (CPARS), where applicable. 5. The potential source can demonstrate that it is a legitimate business providing the type of services required, with appropriate resources necessary to provide those services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9d96201b0e0c408d93f9e6fcbdeeffbc/view)
- Place of Performance
- Address: Department of Veterans Affairs Veterans Integrated Service Network (VISN) 6 508 Fulton St, Durham, NC 27705, USA
- Zip Code: 27705
- Country: USA
- Zip Code: 27705
- Record
- SN07708731-F 20260208/260206230050 (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 |