Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    EHRM | BECKLEY VAMC 517-22-700 | CONSTRUCT INFRASTRUCTURE UPGRADE

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C77626Q0020Sources SoughtSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)INDEPENDENCE, OH
    Closed
    STATUS
    Closed
    closed Oct 23, 2025
    POSTED
    Oct 16, 2025
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Z1DA
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is seeking potential sources for infrastructure upgrades at the Beckley VA Medical Center. This Sources Sought Notice is for market research purposes only and not a solicitation. The project includes electrical upgrades, HVAC renovations, and communication infrastructure improvements, with a construction magnitude between $10 million and $20 million.

    Contract details

    Solicitation No.
    36C77626Q0020
    Notice Type
    Sources Sought
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    October 16, 2025
    Response Deadline
    October 23, 2025
    NAICS Code
    236220AI guide
    PSC / Class Code
    Z1DA
    State
    OH
    ZIP Code
    44131
    AI Product/Service
    service

    Description

    SYNOPSIS:

    INTRODUCTION:

    In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA).

    The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the EHRM Infrastructure Upgrades at the Beckley VA Medical Center located in Beckley, WV.

    PROJECT DESCRIPTION:

    The work of this project includes, but is not limited to, the following infrastructure improvements:

    Electrical (i.e., electrical panel upgrade, power normal and emergency), Bonding, UPS, Building Management System interfaces, new and upgraded HVAC, reconfiguration, expansion, and renovation of existing space (demo, new construction, finishes, cable) to develop TRs and achieve full coverage for each floor of each building.

    Upgrades to communication infrastructure (i.e., new data outlets, patch panels, upgrades to Cat 6A cable) in buildings, physical security upgrades, fiber infrastructure backbone campus wide within buildings and between buildings, provide diversified path for WAN, hazardous material abatement.

    Provide infection control measures as required by the construction documents.

    Perform hazardous materials abatement and demolition activities in accordance with the construction documents.

    Buildings on campus impacted by EHRM upgrades are: 1, 2, 3, 4, 5, 6, 7, 8, 14/15, 17, 29, 35, and the parking garage.

    PROCUREMENT INFORMATION:

    The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process.

    This project is planned for advertising in mid to late-December 2025. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00.  The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated at 730 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.

    CAPABILITY STATEMENT:

    Respondents shall provide a general capabilities statement to include the following information:

    Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email.

    Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.).

    Section 3: Provide a Statement of Interest in the project.

    Section 4: Provide the prime contractor’s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above.

    Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response:

    • No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates.
    • Provide specific examples that relate aspects of previous projects to the proposed project. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work.
    • Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided.

    It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company’s name, address, Dun & Bradstreet number, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary and secondary points of contact listed below by October 23, 2025, at 2:00 PM ET. No phone calls will be accepted.

    The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business.

    At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. 

    Contracting Office Address: 

    VHA Program Contracting Activity Central (VHA-PCAC)

    6100 Oak Tree Blvd. Suite 490

    Independence, OH 44131

    Primary Point of Contact:

    Sadaya Brittian

    Contract Specialist

    Sadaya.Brittian@va.gov

    Secondary Point of Contact:

    Samantha Mihaila

    Contracting Officer

    Samantha.Mihaila@va.gov

    Key dates

    1. October 16, 2025Posted Date
    2. October 23, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    EHRM | BECKLEY VAMC 517-22-700 | CONSTRUCT INFRASTRUCTURE UPGRADE is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.