THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for Architect-Engineer services to complete the below scope of work. The place of performance will be the hospital campus of the Durham VA Medical Center in Durham, North Carolina. Forward all questions to the point of contact identified below. This is not a pre-solicitation notice, but the magnitude of construction for this project is currently between $2,000,000 and $5,000,000 but is subject to revision prior to release of a solicitation. The proposed NAICS 541330 Engineering Services is applicable to this acquisition with a size standard of $25.5 Million. The proposed PSC code is C1DA Architect and Engineering Construction: Hospital Infirmaries. The anticipated Period of Performance is 1,110 from the Notice to Proceed. Scope of Work: Provide Professional Architect/Engineer (A/E) and healthcare planning services necessary to renovate/relocate the existing restrooms or locker rooms throughout building 1 and building 23 to ensure accessibility to meet the ADA standards. This renovation will correct accessibility issues pertaining to the restrooms throughout building 1 and 23 of the facility. Many restrooms and locker rooms throughout building 1 and 23 at Durham VA medical center are out of compliance with the ADA standards for accessibility. This project plans to correct as many of these restrooms/locker rooms as possible within the construction funding limitations as listed below. Please see below for the requirements that must be met with this project: The A/E shall study all restrooms throughout building 1 and 23 and design to meet current VA ADA standards. At minimum, 2 patient and public restrooms/locker rooms must be upgraded to be fully compliant with ADA standards for each floor of each building. Additional grab bars to be added where required. Insulate all exposed sink piping in all restrooms/locker rooms subject for public and patient use. Asbestos sampling and air monitoring must be included as part of the investigation. Finishes, including toilet partitions, in restrooms may need to be updated and shall be included in this design. Provide power assist hardware to as many restrooms that fits within the funding limitations. This requirement will be particular to the 7th floor but is not limited to that floor. Design Phase Completion Duration (Days) Calendar Days Award  0 0 Initial Integrated Project Team (IPT) Meeting  10 10 Schematic Design 15% 20 30 Government /IPT Review Meeting Concept decision provided  15 45 Design Development 35% 20 65 Government /IPT Review Meeting  15 80 Design Development 65% 30 110 Government /IPT Review Meeting  15 125 Construction Documents 95% 25 150 Government /IPT Review Meeting  15 165 Construction Documents 100% 15 180 Government /IPT Review Meeting  10 190 Final Construction Documents IFC 10 200 Contract Period of Performance: A/E shall complete this project design within 200-day time frame after issue of Notice to Proceed (NTP). Construction procurement time frame: 180 days from this project design completion to project submission for construction. Construction Period Services (CPS): 730 days from construction award. Total A/E contract period: 1,110 calendar days. 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 SDVOSB and/or VOSB firms registered in the SBA VetCert database, in accordance with priorities set by regulation. All interested parties should respond, in writing via email to the contracting officer, Michael Proctor, Michael.proctor2@va.gov. No telephone inquiries will be accepted. Your response is requested by Friday, January 23, 2026, at 10:00 AM EST. In your response, please include the following: Company name Address Point of contact with email and phone number SAM Unique Entry ID number and evidence of current SAM registration (see https://www.sam.gov for more information) Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Proposed NAICS code (if different from above) Proposed PSC code (if different from above) Capabilities statement, to include experience with contracts of similar scope and magnitude. Is the anticipated period of performance appropriate for this project? Is there anything that would deter you from responding to this requirement?