Z1DA--36C26126R0012 CFA Fuel Tank Replacement

SOL #: 36C26126R0012Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

Honolulu, HI

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 19, 2025
2
Last Updated
Jan 8, 2026
3
Response Deadline
Nov 25, 2025, 8:00 PM

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.

SOURCES SOUGHT NOTICE ONLY

No# 36C26126R0012

No Solicitation is currently Available

Project No. 459-25-002

CFA Fuel Tank Replacement

Place of Performance:

VA Pacific Islands Health Care System,

Spark M. Matsunaga VA Medical Center

459 Patterson Rd. Honolulu, HI 96819

THE RESULTING SOURCES SOUGHT NOTICE MAY RESULT IN A SOLICITATION FOR REQUEST FOR PROPOSAL. This is a source sought notice. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information solicited. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification.

(1) Although proposal, offeror, contractor, and offeror may be used in this source sought notice, any response will be treated as information only. It must not be used as a proposal.

(2) The purpose of this notice is to conduct market research to support the project identified above. This notice serves to survey the market in an attempt to ascertain whether sources can provide the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The source sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 236220 Commercial building construction

(3) This source sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 236220. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. After reviewing the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice.

(4) Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that an internal contracting vehicle is a viable option for procuring a solution, the request for proposal (RFP) shall be posted internally. The Department of Veterans Affairs is seeking neither quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought.

(5) Background: The Department of Veterans Affairs (VA), VA Pacific Island Health Care System (VAPIHCS) Spark M. Matsunaga VA Medical Center, which located at 459 Patterson Rd. Honolulu, HI 96819 intends to procure design-build services to install tieback roof anchors.

Project Scope:

This project shall provide comprehensive Design Build services to replace the existing generator diesel fuel storage tank and associated system components at Veterans Affairs Pacific Islands Healthcare Systems (VAPIHCS) CFA Building 110. The existing 200kW Emergency Generator provides power to critical circuits in the event of a natural disaster or power outage. During tank annular testing, a leak into the secondary wall of the fuel storage tank was identified. The existing equipment is over 25 years old; replacement of equipment is required.

The Design Build (DB) contractor must furnish: Design: all design Architect Engineer (A.E) services, equipment, materials, supplies, investigations and project supervision, and construction period services associated with this contract. Design must meet Veterans Affairs Design Guides and Design Criteria and Veterans Affairs Master Specifications at the technical information library TIL (www.cfm.va.gov/TIL). Design must follow all current applicable codes, including:

International Building Code (I.B.C)

National Fire Protection Association (N.F.P.A)

Occupational Safety and Health Administration (O.S.H.A)

Veterans Affairs Plumbing Design Manual.

Veterans Affairs Health Directive 1061 design standard for protection against Health Care Associated (H.C.A) Legionella Disease (L.D)

Contractor shall provide all the equipment, labor, materials, tools and supplies required for construction of the project in accordance with the drawings and specifications including Davis Bacon Wage Rate.

The Design Build contractor will be responsible for providing a complete set of construction specifications along with design drawings and engineer calculations for this project.

Schedule for Design Build & Construction Time:

ACTION

CALENDAR DAYS

Kick-Off Meeting and Preliminary Site Review

10

Notice to Proceed

35% Design Submittal & Meeting

28

Kick Off Meeting

35% Veteran Affairs Comments

14

35% Design Submittal & Meeting

65% Design Submittal and Meeting

35

35% VA Comments

*Start Site Preparation for Trailer after 65% turn in

65% Veterans Affairs Comments

21

65% Design Submittal & Meeting

100% Design Submittal & Meeting

35

65% Veteran Affairs Comments

100% Veteran Affairs comments

14

100% Design Submittal & Meeting

100% Final Documents Submittal

14

100% Veterans Affairs comments

Mobilization

7

For the Design phase

178

For the Construction Phase

180

VA Acceptance of 100% Final Documents

De-mobilization

7

Project Construction Completed and Operational

TOTAL CONSECTUTIVE DAYS

365

Please refer to the attached SOW for details.

(6) The applicable North American Industry Classification System (NAICS) Code is 236220 Commercial building construction, and the small business size standard is $45.0M. PSC Code is: Z1DA Maintenance of Hospital and Infirmaries. In accordance with FAR 36.204 Disclosure of the Magnitude of Construction projects is between $250,000.00 and $500,000.00.

(7) Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM.

(8) Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Small Business Administration s (SBA) Dynamic Small Business Search at https://search.certifications.sba.gov/

INSTRUCTIONS:

Because the solicitation strategy is dependent upon responses to this sources sought notice, interested parties are encouraged to provide complete and accurate responses to all items, which should be limited to a brief description, up to one (1) page. If any portions seem unclear, prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed.

a) STATEMENT OF CAPABLILITY - Demonstrate how your company can provide the requested services that are required in the attached Statement of Work (SOW) both in magnitude and scope. Include prior experience (within the past five years) in similar in both magnitude and scope services to the VA, other Government (Federal or State) agency, or for a private facility. Include general information, a brief description of the work, and total magnitude of each project.

b) SOCIO-ECONOMIC STATUS - Specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. Indicate if your firm is a certified Service- Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB).

c) Include the CAGE or SAM Unique Entity Identifier (UEI) number of your firm on your response.

d) QUESTIONS Please provide answers to the following questions:

1. Is the period of performance listed in the draft statement of work reasonable?

2. Has your firm previously performed design-build services for the VA and other Government (Federal or State) agency within a five-year period?

3. Bonding capability statement

4. Specify your firm s Socio-Economic Status.

If interested, responses are due in writing by 12:00 PM Pacific, Tuesday, November 25th, 2025.

Please submit e-mail responses to Jessica Newman, Contracting Specialist, at e-mail address: jessica.newman2@va.gov. Please place Response to Sources Sought Notice Design-Build for CFA Fuel Tank Replacement for VA Honolulu in the subject line of your email.

People

Points of Contact

Jessica NewmanContracting SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 9
Solicitation
Posted: Jan 8, 2026
View
Version 8
Solicitation
Posted: Dec 30, 2025
View
Version 7
Solicitation
Posted: Dec 30, 2025
View
Version 6
Pre-Solicitation
Posted: Dec 11, 2025
View
Version 5
Pre-Solicitation
Posted: Dec 11, 2025
View
Version 4
Pre-Solicitation
Posted: Dec 11, 2025
View
Version 3
Pre-Solicitation
Posted: Dec 4, 2025
View
Version 2
Pre-Solicitation
Posted: Dec 3, 2025
View
Version 1Viewing
Sources Sought
Posted: Nov 19, 2025
Z1DA--CFA Fuel Tank Replacement | GovScope