This is a source sought announcement only. Note: This notice replaces Sources Sought Notice No, 36C26125Q0481, as the requirement has been changed since the closing of the notice. No Solicitation is currently available. The Government intends to solicit a firm-fixed-price design-build construction. All information contained in this Source Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. 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 Z1DZ Maintenance of Other Hospital Buildings. Project magnitude of this design-build construction project is between $250,000.00 and $500,000.00. This information is provided per FAR 36.204. 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 Veteran Small Business Certification (VetCert) Veteran Small Business Certification (sba.gov). **In addition to or in place of (VetCert), VA may also use the SBA Dynamic Small Business Search (DSBS) as another official source for SDVOSB verifications. Description of Program Objectives The purpose of this source sought is to conduct market research to seek out interested vendors capable of fulfilling the requirement. The VA San Francisco Medical Center is seeking a design build for replacing roof of Building 5 with an effective reliable solution. The SOW calls for a new Ethylene Propylene Diene Monomer (EPDM) replacement of the roofing system with 20-year warranty of weather resistance, low-cost maintenance, cost effectiveness, and energy efficiency in the existing roof. The period of performance is approximately 120 calendar days after NTP. The Design-Build Contractor must furnish: Design: all design Architect Engineer (A.E) services, equipment, materials, supplies, investigations and project supervision, and construction period services associated with this contract. Design must meet Veterans Affairs Design Guides and Design Criteria and Veterans Affairs Master Specifications at the technical information library TIL (www.cfm.va.gov/TIL). Design must follow all current applicable codes, including: International Building Code (I.B.C) National Fire Protection Association (N.F.P.A) Occupational Safety and Health Administration (O.S.H.A) Veterans Affairs Plumbing Design Manual. Veterans Affairs Health Directive 1061 design standard for protection against Health Care Associated (H.C.A) Legionella Disease (L.D) Contractor shall provide all the equipment, labor, materials, tools and supplies required for construction of the project in accordance with the drawings and specifications including Davis Bacon Wage Rate (year was awarded) Please see the attached SOW for details. Information Requested: The Government requests that interested parties review the attached SOW & Support Documentation and to provide the following capability information identified below to the Contracting Officer, Daniel Jhun, at daniel.jhun@va.gov by 2:00 PM PDT on June 20, 2025. Please place Attention: Ethylene Propylene Diene Monomer (EPDM) Rubber Roofing Replacement in Building 5 at San Francisco VA Medical Center in the subject line of your email. NOTE: Interested parties are encouraged to provide complete and accurate response to all items, a through m below. a) Business Size (Large/Small) b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) c) Identify if you are the Prime contractor or Subcontractor d) SAM Unique Entity ID (UEI) e) DUNS number f) Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e., amount not committed). g) Anticipated Teaming Arrangements (if applicable). h) Is the anticipated period of performance realistic for this project? i) Experience in managing Construction projects between $250,000.00 and $500,000.00. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. j) Experience. Past and present corporate experience on public works (Federal, State, County, or City) major repairs/remodel(s) and/or included roofing remodel(s) projects. Qualifying project[s] must also fall within the same magnitude or greater and be of similar scope and complexity. Similar magnitude is defined as project with award value of greater than $250,000.00. Similar scope and complexity are defined as projects that consist of major roofing repairs/remodel of public works building and/or medical facility and involved the supervision of a minimum of 6 trades. k) Average price per square foot for each project identified under paragraph (i) above, using the total modified value of the contract. l) List of Sub-Contractors you intend to use on this project, including but not limited to: Roofing repairs. m) If applicable, how does your company intend to meet the Limitations on Subcontracting as per 13 CFR 125.6? n) Are your Sub-Contractors from the local area or will they be coming from out of the area, if so, from where? The Government requests that interested party submissions in response to this source sought notice be no more than 10 single-sided, type-written pages using Times New Roman 12-point font or larger. Published literature may be any number of pages. NOTES: 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 currently. The Department of Veterans Affairs is neither seeking proposals nor accepting unsolicited proposals, and responses to this notice cannot be accepted as offers. Any information the contractor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this source sought notice. (End of Document)