Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2026 SAM #8844
SOURCES SOUGHT

C -- 589-26-144, Prepare Site for High Cost Medical Equipment RFIR

Notice Date
2/10/2026 7:46:50 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526Q0186
 
Response Due
2/23/2026 12:00:00 PM
 
Archive Date
03/25/2026
 
Point of Contact
Matthew D Finley, Contract Specialist, Phone: 913-946-1131
 
E-Mail Address
matthew.finley@va.gov
(matthew.finley@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
DESCRIPTION Title: 589-26-144 Prepare Site for High-Cost Medical Equipment RF/IR Contract Opportunity Number: 36C25526Q0186 Contracting Office: Network Contracting Office 15 Contracting Office Location: 3450 S 4th Street Traffic way, Leavenworth, Kansas Type of Notice: Sources Sought- Market Research Posted Date: 2/10/2026 Response Date: 01/23/2026 at 2:00 PM Central Time Set Aside: Service-Disabled Veteran Owned Small Business Classification Code: C1DA -Architect and Engineering- Hospitals and Infirmaries NAICS Code: 541330 Engineering Services Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The Department of Veterans Affairs Network Contracting Office (NCO) 15, is conducting a market survey for qualified: Service-Disabled Veteran Owned Small Businesses (SDVOSB), capable of providing the required services outlined below for the VA Medical Center located in Kansas City, Missouri. The applicable NAICS code is 541330 Engineering Services and the size standard is $25.5 Million. Responses to this notice must be submitted via e-mail and received no later than February 21, 2026, at 2:00 PM Central Time. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the SAM.GOV website https://sam.gov/contracting once available and will be associated with number 36C25526R0073. Period of Performance for all design work is 150 calendar days including time for VA reviews. Design requirements are for a construction project with an estimated value of between $500,000 and $1,000,000. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-75, the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73. The prime architect shall provide written certification of this to the Contracting Officer with the response provided for this market research. GENERAL SCOPE OF DESIGN: The mission of the Kansas City VA Medical Center (KCVAMC) is to provide the highest quality healthcare to our veterans. To accomplish this, KCVAMC s Facilities Management Services (FMS) intends to partner with an A/E firm to design an upgrade for two interventional imaging systems rooms to accommodate new equipment. A/E Part One Services (also known as Design Phase) for this design project encompass site visits as needed, field investigations, and the conduct of studies and user interviews to prepare detailed drawings, specifications, and cost estimates. This effort covers all facets of work and disciplines/trades necessary to facilitate the construction project, specifically preparing the site for two advanced interventional imaging systems (e.g., Azurion 7 C20 FlexArm 4300mm in room M2-470 and Azurion 7 C20 in room M2-469). The exact equipment details would be provided upon award of the contract. The project will produce stamped drawings to construct these rooms, ensuring the equipment and all its components function properly. The A/E firm shall coordinate with Philips and Kansas City VA Medical Center (KCVA) representatives to ensure the design and construction meet their requirements. The A/E will assess whether the existing HVAC system can support the new equipment; if not, a new HVAC system will be designed. The firm will also ensure the new equipment meets Philips' electrical requirements and is structurally supported. The A/E will verify whether the existing door s lead lining meets the code and requirement and incorporate appropriate doors into the design for construction. Additionally, solutions to address the below-average condition steam convectors and their obsolete controls will be integrated. The A/E firm will ensure all required federal, state/provincial, and local permits and licenses for construction, installation, and operation of the equipment are obtained. The project will be designed to comply with Infection Control and Interim Life Safety Measures, with drawing, specification, and cost estimate submissions provided at 35% (Schematic Design), 65% (Design Development), 95% (Construction Documents), and Final Bid Documents to the VA. END OF SCOPE OF WORK Interested firms must be registered in https://sam.gov with NAICS code 541330 and qualified as a Service-Disabled Veteran Owned small business under NAICS code 541330. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in with the Small Business Administration (SBA) registry https://veterans.certify.sba.gov on or before the response date. If interested in this opportunity, please provide Capability Statement via email. The Capability Statement is designed to inform the Department of Veteran Affairs of any prospective Architect and Engineering firms and their interest in this project. The submission is limited to 10 pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and Unique Entity ID. 2) Offeror's interest in submitting their SF330 if this project goes to solicitation. 3) Offeror's capability to perform a contract of this magnitude and complexity. 4) Offeror's CVE certification as a Veteran owned business. 5) Please provide Socio-economic status for NAICS code 541330. 6) Offeror's Joint Venture information if applicable - existing and potential. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by 2:00 PM Central on February 21, 2026, via e-mail to the Contracting Officer at matthew.finley@va.gov. PLEASE REFERENCE ""SOURCES SOUGHT: Project 589-26-144 Prepare Site for High-Cost Medical Equipment RF/IR IN THE SUBJECT LINE and cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://sam.gov/. The Contract Opportunities website is the only official site to obtain these documents. Contracting Office Address: Department of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street, Leavenworth, KS 66048 Point of Contact: Matt Finley, Contracting Officer, e-mail address: matthew.finley@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1d644c3f32974baeb063b83d266c8035/view)
 
Place of Performance
Address: Department of Veterans Affairs Kansas City VA Medical Center 4801 Linwood BLVD, Kansas, City 64128, USA
Zip Code: 64128
Country: USA
 
Record
SN07712057-F 20260212/260210230051 (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!  © 1994-2026, Loren Data Corp.