Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 2 Introduction Network Contracting Office 20 (NCO20), supporting Boise VA Medical Center, is seeking potential sources for an upcoming requirement for Architect/Engineer (A/E) as described in the attached Statement of Work. 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. Currently utilizing NAICS code 541330 but may solicit under 541310 dependent on responses. 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 Synopsis of required services (See attachment for full statement of work): To provide design/build service of an The Architect/Engineer (A/E) firm will provide comprehensive design and construction period services to pave the GSA parking lot and access road at the Boise VA Medical Center (BVAMC), The scope of work will encompass investigative services, planning consultations and visits, detailed design work, preparation of contract drawings and specifications, cost estimates, construction period services, site visits, and all necessary reports to ensure the project's successful completion. Specifically, the project intends to pave the existing dirt parking lot and access road while installing essential drainage infrastructure to manage stormwater onsite, accompanied by minor landscaping. The A/E firm will determine the optimal design to minimize impact, potentially using existing site conditions and incorporating innovative techniques to mitigate current and future stormwater issues. Existing parking lot wheel stops will be reused, with additional stops added as required to protect fencing and surrounding areas. All design deliverables, including drawings, will be completed using AutoCAD 2024 or newer versions and provided in both AutoCAD and PDF formats, adhering to standard VA formats and guidelines. The project design will align with the appropriate Department of Veterans Affairs (VA) standards, specifications, and Boise VAMC-specific requirements, using pertinent references available online. The estimated construction budget for this project is approximately $800,000, aiming to transform the existing infrastructure into a fully functional, paved area compliant with VA standards and ensuring sustainability and quality. 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, and socio-economic status of the firm (i.e. verified SDVOSB, WOSB, SB, large business). 2. Provide a brief narrative on your company s experience providing services similar to those described in the attached statement of work. 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 August 22, 2025 to Alan Perez via email to Alan.Perez@va.gov. Please include 36C26025Q0828 - 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. Attachments 1. Scope of Work See attached document: 531-26-102_AE-SOW