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 VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors to provide all labor, materials, tools, equipment, transportation, supervision, coordination, and services necessary to complete the below scope of work. The proposed NAICS 236220 is applicable to this acquisition; with a size standard of $45.0 million. The anticipated Magnitude of Construction is between $1,000,000 and $2,000,000. The anticipated Period of Performance is 300 Days from the Notice to Proceed. Scope of Work: The VAMC in Durham, NC is located on over 17 acres and has multiple buildings. The intent of this project is to fix the deficiencies below: The Building 8 (modular building) cannot be occupied because it is not resting on its columns correctly, it is resting on the non-structural brick facade, which is failing. The columns and brick facade will have to be removed and rebuilt while Building 8 is supported by shoring. Restore fireproofing inside Building 1 per the drawings where it has been removed from the steel members. Concrete flatwork repair and alterations to prevent flooding by Building 15 and Building 5. Correcting drainage issues by Building 1 s main entrance; swale removal and replacement on the north side of the campus, and drainage work around high-voltage manhole on the north side of the campus. Roofing issue for Building 1 s main entrance. Demolition of unused interior water storage tanks in the penthouse. Raise electrical transformer adjacent to Building 26. Instructions: The CO will consider responses received for this Sources Sought Notice, along with any other market research that is conducted, when determining the appropriate acquisition strategy. Pursuant to 38 U.S.C. 8127(d), CO s must set aside all acquisitions for SDVOSBs or VOSBs whenever there is a reasonable expectation of receiving two or more offers/quotes from eligible, capable and verified firms, and that an award can be made at a fair and reasonable price that offers best value to the Government. However, if responses from qualified firms prove inadequate, an alternate set-aside or full and open competition may be considered. In order to be considered eligible for an SDVOSB or VOSB Set-Aside, interested firms must confirm in their response to this Sources Sought Notice that they will be able to comply with all the following criteria: VA Acquisition Regulation (VAAR) 819.7003 - Eligibility VAAR Clause 852.219-73 SDVOSB Set-Aside or 852.219-74 VOSB Set-Aside VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. All interested parties should respond, in writing via email to Michael.Proctor2@va.gov. No telephone inquiries will be accepted. Your response is required by 12:00 PM EDT on Tuesday, February 10, 2026. 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) Proposed NAICS code (if different from above) Capabilities statement, to include experience with contracts of similar scope and magnitude Information describing your interest Information demonstrating your company has the capacity to complete this project, to include available bonding capacity Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) A brief statement on how you will comply with the Limitations on Subcontracting, if applicable In addition to this information, please include responses to all of the following in your submission: What additional information would you require in order to provide an offer for this project? Is the anticipated Period of Performance sufficient to complete the project? Is the anticipated Magnitude of Construction appropriate for this project?