This is a SOURCES SOUGHT NOTICE (36C26326Q0289) in support of the Department of Veterans Affairs Sioux Falls VA Health Care System in Sioux Falls, SD for market research purposes only to determine the availability of potential businesses with capabilities to provide the requirement described below. This notice shall not be construed as a request for proposal/request for quote or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in any formal solicitation process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence out acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this Sources Sought Notice. The Department of Veterans Affairs (VA), Network Contracting Office 23, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Any responses from non-SDVOSBs may be considered. However, SDVOSBs will be given priority in review of responses to this Sources Sought Notice. This is to determine whether the Veterans Affairs has a need to conduct a tiered evaluation in the event sufficient responses for SDVOSBs/VOSBs are not obtained. Anticipated North American Industry Classification System (NAICS) code is 236220 Commercial and Institutional Building Construction Contractors. The largest a firm can be and still qualify as a small business for Federal Government programs is a size standard of $45.0M. Estimated Magnitude of Construction: between $10,000,000 and $20,000,000. Interested parties are invited to respond via email to derek.fore@va.gov. Responses will be used to determine the appropriate acquisition strategy. All responses due by 02/05/2026 at 12:00 PM CT. Potential contractors shall provide, at a minimum, the following (1-7): Company name, address, and point of contact, phone number, email address, and Unique Entity Identifier (UEI). Is your firm eligible for participation in one of the following small business socio-economic programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) What additional information would the Government need to provide for you to be able to submit an accurate and complete offer with full understanding of the requirements if we posted a formal solicitation? Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The response must address key criterial: Describe your experience in design/bid/build projects. Size, Scope, and Complexity. Include project titles, locations, dollar values, and a brief description of the work performed. Describe your technical capability specific technical skills, certifications, and teaming arrangements available to perform the work. Describe your experience as a prime contractor within the past five years with the Government; and your two largest projects you have successfully completed within the past five years. Bonding Capacity provide information on the firm s bonding capacity. Safety Record provide information on the company s safety record, including EMR (Experience Modification Rate) and any OSHA violations in the past five years. The Government is seeking all interested parties Rough Order Magnitude (ROM) of this project. Please review any and all attachments associated with this sources sought to develop a Rough Order Magnitude (ROM) estimate. The Capabilities Statement for this Source Sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined below. The capabilities will be evaluated solely for the purpose of determining to set-aside for the one of the socio-economic categories listed above or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the even the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. To assist in your response a draft statement of work outlining the preliminary scope and requirements is provided below. We encourage feedback on the draft statement of work to ensure the final version accurately reflects the project s needs and industry capabilities. Please provide any comments or suggestions regarding the draft statement of work as part of your response to this sources sought notice. DESCRIPTION OF THE REQUIREMENT: Base Bid: The Contractor must provide all supervision, tools, labor, materials, equipment, services, and testing necessary to accomplish the Renovate First Floor for New Kitchen project per the construction drawings and specifications. The project must be accomplished by the contract drawings and specifications for the project 438-21-403. Follow OSHA and all VA regulations as outlined in specifications 01 00 00. This work includes but is limited to: Demolition as described on the design plans and specifications. The contractor is responsible for locating all the existing utilities within the project site before any excavation or site work begins. Contractor shall remove from the VA site and dispose of all equipment and materials not scheduled to be reused. Construction consists of, but is limited to: Site work includes fencing, excavation, grading, paving, and protection of existing utilities. Demolition of walls, floors, ceilings, equipment, heating/cooling ventilation, and electrical. Construction consists of architectural, structural, mechanical and electrical improvements. The existing kitchen is located on the 2nd floor of building 5. The project consists of renovating first floor of building 5. There are phases to ensure the kitchen and VA staff provide meals for the impatient staff during the construction. Phasing is required to keep the existing kitchen operational. Additional construction projects will be occurring at the same time and near the kitchen renovation space. Contractors are expected to coordinate with the other contractors to minimize the disruption to the hospital. VA will be badging all construction employees. Badging requires background checks and personal information on each contract employee that will be on site. Forms to be filled out by the contractors and submitted for the badging process. Submittal exchange shall be procured and managed by the contractor for all submittals, Phasing is required to ensure the hospital is functional throughout the request for information (RFI), architectural supplemental information (ASI), VA purchased contractor installed equipment shop drawings and other project tracking needs for the duration of the project. Night and weekend work will be expected to keep the campus fully functional during the construction activities that cannot be accomplished during business hours. After-hours is typically 5:00pm and before 6:00am. A dedicated site superintendent managing the construction effort and a site safety health officer shall be present during all construction activities. Other construction will be occurring during the project. Coordination with other contractors is expected to ensure no disruption to the hospital s daily functions. Accuracy of the Planned Information: Bidders are highly encouraged to conduct a thorough site visit to investigate all as-built conditions of the project area in this SOW. Discrepancies in Planning Information: The prime contractor must promptly report to the Contracting Officer in writing any discrepancies between plans and specifications and as-built conditions. The Prime Contractor shall make no adjustments to their work due to discrepancies prior to review by the Contracting Officer. Ownership of Drawings: All designs, drawings, specifications, notes, and other work developed in the performance of this contract shall be the sole property of the US Government. The Prime Contractor shall provide a list of all items specified for which no substitutions will be accepted. This list shall identify each item with the specification section in which the item is defined. Performance Period:Â Â The contractor shall complete the work required under this SOW, Monday through Friday in 550 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Construction at the Government site shall not take place on Federal holidays or weekends unless approved by the project engineer. Tentative Schedule:Â Â Contract Award A Pre-construction Conference A+7 Notice to Proceed D (A+12) Construction Start D+22 Construction Completion D+550