36C25626Q0448 CORRECT FCA DEFICIENCIES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contract Office 16 (NCO 16), is conducting market research via a Sources Sought notice for a future Firm-Fixed Price contract. The objective is to correct Facility Condition Assessment (FCA) deficiencies in Buildings 33 and 34 at the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, AR (Project #564-24-901). This effort primarily targets Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), but other Small Businesses are encouraged to respond if no qualified SDVOSB/VOSB are identified. Responses are due by March 13, 2026.
Purpose
This Request for Information (RFI) is for market research and planning purposes only, not a solicitation. Its goal is to identify qualified and capable firms, particularly SDVOSB and VOSB, to inform the set-aside determination for a future procurement opportunity. The anticipated contract will be a one-time, Firm-Fixed Price single award.
Scope of Work
The contractor will furnish all management, supervision, labor, material, equipment, tools, supplies, consumables, parts, and related services to repair FCA deficiencies in Buildings 33 and 34. This includes, but is not limited to, insulation, roof snow guards, exterior concrete, handrails, interior finishes, lightning protection, ADA accessibility, electrical transfer switch, N+1 redundant HVAC for the pharmacy drug cache, a partition wall separating pharmacy from general storage, and LED lighting. All construction work must adhere to the latest NEC, NFPA, OSHA, and life safety requirements, and be performed without affecting medical center operations. The period of performance is 180 calendar days. Specific requirements detailed in the Statement of Work (SOW) include strict adherence to safety protocols (OSHA, NFPA 70E), infection control (ICRA), security coordination, defined work hours, utility management, noise control, hot work permits, and proper waste disposal. A parking map is provided to assist bidders with site logistics.
Contract Details
- Opportunity Type: Sources Sought (Request for Information)
- Anticipated Contract Type: Firm-Fixed Price (FFP) single award
- Magnitude: Between $250,000.00 and $500,000.00
- Set-Aside: Primarily Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB). Other Small Businesses may respond if no qualified SDVOSB/VOSB are found.
- Place of Performance: Veterans Health Care System of the Ozarks, Fayetteville, AR 72703
- Response Due: March 13, 2026, 4:00 PM ET
- Published Date: February 27, 2026
- NAICS Code: 236220 - Commercial and Institutional Building Construction (Size Standard: $45M)
Requested Information
Interested firms should provide:
- A positive statement of interest.
- Small business category (SDVOSB/VOSB certification status for NAICS 236220).
- A capability statement detailing in-house capabilities and ability to obtain performance/payment bonds up to $500,000.
- Firm's name, address, UEI, CAGE, and primary point of contact.
- Information for three most relevant, recent projects, including contracting agency, contract details, role (prime/sub), services provided, and any performance issues.
Submission Instructions
Responses are limited to three (3) pages and must be submitted via email to Madeline Allison (madeline.allison@va.gov). The email subject line must be: "Sources Sought for Correct FCA Deficiencies, Bldgs. 33 and 34 | Project# 564-24-901; Your Firm’s Name." Proprietary information should be excluded.