THIS IS A SOURCES SOUGHT NOTICE Subject: Sources Sought Notice, Project No. 593-22-350, Improve Central Utility Plant-VA Southern Nevada Healthcare System (VASNHS). The Government does not intend to award a contract based on the information gathered from market research and this Sources Sought Notice or to otherwise pay for the information solicited. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification. Although proposal, offeror, contractor, and offeror may be used in this Sources Sought Notice, any response will be treated as information only. It should not be used as a proposal. The purpose of this sources sought is to conduct market research to support the project identified above. This notice serves to survey the market to ascertain whether or not sources are interested and capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 236220 Commercial and Institutional Building Construction. This Sources Sought Notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 236220. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. After reviewing the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that an internal contracting vehicle is a viable option for procuring a solution, the request for proposal (RFP) shall be posted internally. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. Background: The Las Vegas VA Medical Center (VAMC) requires the services of a qualified General Contractor to construct Project 593-22-350, Improve Central Utility Plant. The purpose of this project is to perform the following: Equipment Replacement, Modification, and Integration: The GC shall make themselves intimately familiar with full scope as defined in this scope of work, construction drawings, and specifications. This work includes but is not limited to: Replacement of the heat recovery system in the boiler room. Replace the existing water softener copper piping with new stainless steel piping and add polisher for a redundant system. Reconfigure the non-return valve at the top of boiler #3 into a horizontal configuration. Replace the existing corroded condensate return/surge tank with a new stainless steel tank. Extend/connect catwalk above boiler room for access to air handlers. Replace windows with operable louvers in Boiler room above overhead door (interlock to close with fire alarm activation). Automate back-up pumps located in Building 5 basement Controls in Building 2 boiler room and connect to existing BMS/JCI system for controlling and status display. Automate fuel oil system located in Building 3 and locate controls in Building 2 boiler room. Integrate fuel tank system to Hayz Cleveland controls in Building 2 boiler room (9 tanks total only 4 tanks are currently showing on the system). Separate 2 of the 5 condenser pumps onto their own dedicated power source bank (MCC). Replace 5 existing condenser pumps with high efficiency double impeller or raise the cooling towers and extend screen wall around cooling tower yard. The A/E shall determine the best solution. Install secondary water supply to cooling towers from 10 waterline at east side of CUP. Upgrade facility-wide Lutron lighting controls as needed for single point monitoring in CUP control room. Add ladders/stairs and extend catwalks in chiller room for improved access to serviceable equipment. Replace (5) failing existing cooling tower Variable Frequency Drives (VFD) with new like-for-like. Replace (5) failing existing chilled water pump VFDs with new like-for-like Replace (5) existing chilled water pumps with new high efficiency domestically sourced pumps with readily available domestic parts to match the new condenser pumps. Replace (3) failing existing industrial Water pump VFDs with new like-for-like Replace (3) existing industrial water pumps with new like-for-like. The applicable North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction., and the small business size standard is $45M. PSC Code is Z1DA, Maintenance of Hospitals and Infirmaries. In accordance with VA Acquisition Regulation (VAAR) 836.204(g) Disclosure of the magnitude of construction projects is anticipated between $5,000,000.00 and $10,000,000.00. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf ). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the U.S. Small Business Administration Veteran Small Business Certification Search website https://search.certifications.sba.gov/ INSTRUCTIONS: Because the solicitation strategy (to include determination of small business set-aside, if any) is dependent upon responses to this sources sought notice, interested parties are encouraged to provide complete and accurate responses to all items, a through which should be limited to a brief description, two-three (2-3) pages (including cover letter). If any portions seem unclear, prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. STATEMENT OF CAPABLILITY - Demonstrate how your company can provide the requested services that are required in the attached Statement of Work (SOW) both in magnitude and scope. Include past experience (within the past five years) similar in magnitude and scope services to the VA, other Government (Federal or State) agency, or for a private facility. Include general information, a brief description of the work, and total magnitude of each project. BUSINESS SIZE - Indicate whether your business is large or small. If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business. SOCIO-ECONOMIC STATUS - Specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). Include the CAGE or Unique Entity Identifier (UEI) number of your firm in your response. Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e. amount not committed). QUESTIONS Please provide answers to the following questions: Does the magnitude of construction seem feasible? Is the period of performance listed in the statement of work reasonable? Has your firm performed on a similar project in scale to this Improve Central Utility Plant Project? If so, how recent? Has your firm completed a Central Utility Plant improvement project for a 24hr building? What would your proposed general method be? Has your firm had previous experience with working with the government or the VA specifically? This work will require experienced trade personnel. Are such employees on staff or will the service need to be subcontracted? If a subcontractor is needed, how long or how many previous jobs of similar scale and scope have your firms worked together? Does your firm anticipate any supply chain delays? Do you consider the current period of performance of 360 calendar days reasonable for project completion? The sources sought response is due no later than (NLT) 11/04/2025 by 14:00 PST. Please submit your e-mail responses to Christopher Whipple, Contract Specialist, at email address: christopher.whipple@va.gov. Please place Improve Central Utility Plant, VASNHS Las Vegas in the subject line of your email. This notice is to assist the VA in determining sources only. See Attachments: Attachment SOW 10-22-25 Attachment Specifications Vol. 1 Attachment Specifications Vol. 2 Attachment Drawings ----- End of Sources Sought -----