Introduction Network Contracting Office 20 (NCO20), supporting White City VA Medical Center, is seeking potential sources for an upcoming requirement for a Construction Contractor that shall provide services to correct current storm water system deficiencies at the White City, Oregon VA Medical Center (WCVAMC) as described below. This notice is a market research tool and has not been set-aside for any small business category, however the notice is issued to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio-economic set-aside for the procurement. Failure to respond to this notice will not impact consideration of construction services companies (or joint ventures) which otherwise meet set-aside requirements and submit responses to the follow-up public announcement. Once the appropriate set-aside is determined, a separate public announcement requesting offers/proposals will be publicized on Contract Opportunities in accordance with FAR 36.213-2. General Project Description and NAICS The contractor shall provide all construction services needed to renovate building B211A at Veterans Affairs Southern Oregon Rehabilitation Center & Clinics (VA SORCC). Infrastructure work includes: Architectural, mechanical, electrical, plumbing, life safety and structural renovation for building B211A for specialty care (~2,100 gsf). More specific detailed information and requirements are located in the drawings and specifications. The work will entail general construction, alterations, site improvements such as roads and walks, grading, drainage, the removal of existing structures, and other necessary tasks as detailed in the Project Drawings, Specifications, and Reports. General Scope of Work: The contractor will provide all material, labor, equipment, and supervision necessary to complete the above-named project at the VA SORCC, 8495 Crater Lake Hwy, White City, OR 97503. Contractor must comply with all requirements detailed in the following: 692-22-102---Drawings (Drawings Package) 692-22-102---Specifications (Specifications) Veterans Health Administration (VHA) Master Specifications for Hydronic Piping (Specification 23 21 13, Section 2.3) and Steam and Condensate Heating Piping (Specification 23 22 13, Section 2.3) indicate ASTM A307 bolts for use on steam and hot water pipe flanges. ASTM A307 bolts (all grades) are considered a general-purpose bolt and thus do not possess the necessary material strength at elevated temperatures for use on steam and hot water piping systems. THE CONTRACTOR SHALL USE ASTM A193 BOLTS IN PLACE OF ASTM A307 BOLTS. This guidance supersedes the specifications and drawings. Key Personnel: Superintendent: Shall remain on the project site at all times while work is being performed. Must be a unique qualified individual dedicated solely to this project. See Division I specifications for qualifications. Role may be combined with the Site Safety and Health Officer (SSHO) role if individual is appropriately qualified for both roles (See Division I specifications). Construction Quality Control Manager (CQCM): Shall remain on the project site at all times while work is being performed. Must be a unique qualified individual dedicated solely to this project. See Division I specifications for qualifications requirements. SSHO: Role may be combined with Superintendent role. Shall remain on the project site at all times while work is being performed. Project Manager (PM): Must be a unique qualified individual. See Division I specifications for qualifications. Mandatory progress meetings will be conducted weekly for the period from bond acceptance plus ten days until project closeout. The contractor must provide a meeting agenda and updated three-week look-ahead schedule 24 hours prior to each meeting. Progress meeting topics will include at least the following (subject to modifications from the Contracting Officer s Representative (COR), Contracting Officer (CO), or Contracting Specialist (CS)): Scheduling Submittals Safety RFI s Action Items Meeting minutes shall be prepared by the contractor and provided to the VA before the next scheduled progress meeting. The contractor shall perform most work during normal business hours, 0800 1700 Pacific, unless otherwise coordinated and approved by the COR. Parking will be coordinated and approved by the COR as to minimize the use staff and patient parking. Contractor will maintain a sign in/out log of all personnel coming into or out of the job site. Any removal, cutting, alteration, replacement, patching, and repair of existing work necessary for the installation of new work must be conducted as required. Unless otherwise specified, do not cut, alter, or remove any structural elements, and seek approval from the COR before disturbing ducts, plumbing, steam, gas, or electrical work. Any existing work identified as defective prior to alteration or extension must be reported to the COR before any disturbance occurs. This requirement is being sought under North American Industry Classification System Code 236220. Any interested party who believe they can complete this requirement under these or any other NAICS codes are invited to respond and provide detail as to the NAICS they can compete this project under and a brief description as to the reasoning. Responses will be used to research which code in conjunction with other Government market research resources, will be used by the contracting officer to determine the NAICS code under which this project will be procured. Period of Performance: 240 Days Information Sought The Government requests a letter of interest (or similar document) with responses to the following: 1. State your business name (as it appears in SAM.gov ), office location where these services will be performed from, SAM UEI number, NAICS Code under which you will perform and socio-economic status of the firm (i.e. verified SDVOSB, WOSB, SB, large business). 2. Provide a brief narrative and list sample projects/references completed on your company s experience providing services similar to those described. 3. What would be the expected make-up of the company s team in terms of socio-economic categories and estimated percentage of work to be completed by your company and each subcontractor? If the procurement is set-aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set-aside for service-disabled veteran-owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs no other small business categories would count towards the percentage. If set-aside for small business, 50% of the contract would be required to be performed by small businesses which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set-aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns. 4. A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects. 5. Any additional capabilities statements or other documentation that you feel will assist the Government in performing market research and determining the appropriate set-aside. Submission Instructions Interested parties are requested to submit the requested information not later than October 15, 2025 to Alan Perez via email to Alan.Perez@va.gov and Helen Woods at Helen.Woods@va.gov. Please include PROJECT 692-22-102 - Sources Sought Response in the title of the email. The response burden to this notice is expected to be light; lengthy responses are not expected but no maximum page count is assigned. Please keep responses below 7MB or send multiple emails appending to the email subject 1 of n as appropriate. Please contact Alan Perez at the email above with any questions.