Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2026 SAM #8845
SPECIAL NOTICE

Y -- 558-26-711 | WAN Comm Duck Bank | Durham, NC

Notice Date
2/11/2026 8:23:35 AM
 
Notice Type
Special Notice
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
PCAC (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77626Q0097
 
Response Due
2/20/2026 12:00:00 PM
 
Archive Date
03/22/2026
 
Point of Contact
Andrew Mathews, Contract Specialist, Phone: 216-707-7715
 
E-Mail Address
andrew.mathews2@va.gov
(andrew.mathews2@va.gov)
 
Awardee
null
 
Description
INTRODUCTION: This announcement is an Intent to Sole Source in accordance with FAR 6.103-5 Authorized or required by statute. It is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Veterans Health Administration (VHA) Program Contracting Activity (PCAC) intends to negotiate on a sole-source basis with National Project Management LLC, a Service-Disabled Veteran-Owned Business (SDVOSB), to install a new concrete-encased duct bank for project #558-26-711 Construct WAN Comm Duct Bank at the Durham North Carolina VA Health Care System. PROJECT BACKGROUND & DESCRIPTION: Our intention is to procure construction of a new concrete-encased duct bank for project #558-26-711 Construct WAN Comm Duct Bank at the Durham North Carolina VA Health Care System, Durham, NC. The new duct bank will run from edge of property to Building 1, room FG126. Concrete encasement will be 4,000 psi concrete. Duct bank must have 36 of cover to bottom of pavement. Concrete will have to be cured prior to backfilling, expect trench plating to be required to cover the trench during construction and when contractor is not present (i.e. overnight/weekends). Trenching will occur on asphalt drive, sidewalk and curb. Project will also include installation of electric pull box, bringing conduits into the building, and testing and utility locating services. PROCUREMENT INFORMATION: The proposed project will be a sole source construction contract to National Project Management LLC. The North American Industry Classification System (NAICS) code 237130 (size standard $45 million) applies to this procurement. The estimated magnitude of construction for this project is between $25,000 and $100,000. The duration of the project is estimated at a total period of performance of 133 calendar days from notice to proceed. It is the intent of the Government to award this project as a sole source. However, if a firm feels like they can meet the requirements of this project, the Government will review the information provided (as specified in the Capabilities Statement below), in order to make a final determination. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information: Section 1: Provide company name, UEI number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 237130. 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 examples of similar work your company has performed in the past in support of the same or similar requirement. Provide no more than three examples of this within the past seven years. 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. Any responsible source who believes it is capable of meeting this requirement may submit a capability statement to andrew.mathews2@va.gov no later than February 26, 2026, at 3:00 PM (ET). It is requested that interested contractors submit a response (electronic submission) of no more than 4 single sided pages 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. A determination not to compete the requirement based upon the responses to this notice is solely within the discretion of the Government. Disclaimer and Important Notes: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not obligate the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Andrew Mathews andrew.mathews2@va.gov Secondary Point of Contact: Scott Elias Scott.Elias@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/11a9d10bbfbd4b6d912cc4b4bbd75a89/view)
 
Record
SN07712664-F 20260213/260211230036 (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.