The Department of Veterans Affairs Network Contracting Office (NCO) 2 is issuing this Sources Sought Notice (SSN) to survey the market and identify interested and capable contractors with the resources to compete in a two-phase design-build procurement in accordance with Federal Acquisition Regulations (FAR) 36.3 for a requirement inclusive of the design, demolition, and replacement of a 30-year-old roof on a residential patient building on the VA New Jersey Healthcare System Lyons Campus.***The work also calls for the replacement of the gutters with copper and soldered connections, as well as the replacement of the leaders (as needed), lighting protection, snow guards (as needed), and decking allowance as necessary up to of 100%. Demolition includes but not limited to the removal of existing roofing, the removal of damaged or deteriorated decking, removal of exiting lightning protection and the removal of existing gutters and downspouts.***The result of this market research will contribute to determining the procurement strategy. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238160, Roofing Contractors. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. RATHER, IT IS A REQUEST FOR CAPABILITY STATEMENTS THAT THE GOVERNMENT MAY USE TO DETERMINE INTEREST, CAPABILITY, AS WELL AS AVAILABILITY TO COMPETE AND PERFORM THE REQUIRED WORK. THE GOVERNMENT ASSUMES NO FINANCIAL RESPONSIBILITY FOR ANY COSTS INCURRED IN THE PREPARATION OF A RESPONSE TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. Interested parties should include the following information in their response package: Organization names (engineering design and construction partners), address, point of contact, email address, web site address, and telephone number as well as the System for Award Management (SAM) Unique Entity ID (UEI) number. Business size: serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), small, large business, etc. Business type under NAICS 238160, which contains a size standard of $19 Million. Capability statements with recent and relevant projects that they have completed or currently working on similar or same requirements particular to this effort, with appropriate documentation supporting claims of organizational and staff capability. Responses to this sources sought notice shall not exceed five (5) pages and should include all the foremost mentioned information. In addition, all submissions should be provided electronically in an Adobe Portable Document Format (PDF). The government will evaluate market information to determine potential market capacity to: Support one of the veteran-owned-small-business set aside pursuant to the VA Rule of Two prescribed in 38 U.S.C. 8127(d) is feasible or an alternative procurement strategy is appropriate. Prospective contractors are capable of the implementation of a successful design build plan that includes contractor compliance with program standards, quality control, and performance. Provide services under a firm-fixed-price contract. Interested SDVOSB and VOSB companies shall be registered and certified as such through the Small Business Administration (SBA) Small Business Search (SBS) website at https://search.certifications.sba.gov/ as well as in the System for Award Management (SAM) as prescribed in Federal Acquisition Regulation Clause 52.232-33 Based on the responses to this market survey, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, or procured through full and open competition. Submission Instructions: Interested parties who consider themselves capable of meeting or exceeding the services are invited to submit a response to this notice by 4:00 PM EST, January 7, 2026. All responses shall be emailed to Mitchelle.Labady@va.gov . Telephone inquiries will not be accepted or acknowledged, and no debriefs or evaluations will be provided to companies regarding their submissions. Important Notes. Any organization responding to this notice should not submit a boilerplate marketing brochure instead complete a tailored their response sufficiently detailed with the organization s qualifications to perform the required work to facilitate the government s evaluation and determination of their capability. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Following the review of all eligible responses and determination of the best supported procurement strategy, the Contracting Officer will post an official solicitation. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Please reference the link to the draft of the Statement of Work.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 238160 (last 12 months), benchmarked to sector 23.