C1DA--618-26-701 - EHRM Infrastructure - Construction Period Services (VA-26-00039072)
Special Notice from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 11, 2026. Industry: NAICS 541330 • PSC C1DA.
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541330
Description
INTRODUCTION: This announcement is an Intent to Sole Source in accordance with FAR 6.103-5 Authorized or required by statute. It is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Veterans Health Administration (VHA) Program Contracting Activity (PCAC) intends to negotiate on a sole-source basis with Triple C the A-E Group, LLC, a Service- Disabled Veteran-Owned Business (SDVOSB), to provide Construction Period Services (CPS) during the construction of Project #618-26-701 EHRM Infrastructure Upgrades MCR Modernization Minneapolis VA HCS, Minneapolis, MN 55417 PROJECT BACKGROUND & DESCRIPTION: Our intention is to procure CPS in support of Project #618-26-701 EHRM Infrastructure Upgrades MCR Modernization Minneapolis VA HCS, Minneapolis, MN 55417. The current design firm of record is Triple C the A-E Group, LLC, located at 410 E GRAND AVE STE 201C, LARAMIE, WYOMING 82070. They are an SDVOSB and have been in the process of designing this (EHRM) construction project since the award of the design contract 36C77621C0062 on June 8, 2021. The current design contract with Triple C the A-E Group, LLC. no longer has construction period services as part of the scope. The design is now 100% complete and the construction procurement is currently being solicited. However, this project requires CPS in order to support the construction portion of this (EHRM) requirement. Any prospective design firm will need to possess working knowledge of all issues that may arise and will assume the liabilities associated with any and all aspects of the design. Throughout the solicitation period, the A-E shall provide solicitation support services (SSS) to include, but not limited to, attending the pre-bid site-visit meeting and project walk, answering any technical questions/requests for information (RFIs) received from contractors within five calendar days of the date the questions, and providing addenda as necessary if required to revise specs and drawings. The A-E shall provide CPS throughout the construction period to include, but not limited to, providing responses to any requests for information, reviewing submittals, creating a complete set of air emissions permit and land disturbance permit application forms, completing site visit reports, reviewing modification requests, completing a punch list, and delivering record drawings. PROCUREMENT INFORMATION: The proposed project will be a sole source continuation design contract to the original designer of record, Triple C the A-E Group, LLC. The North American Industry Classification System (NAICS) code 541330 (size standard $25.5 million) applies to this procurement. The duration of the project is estimated at a total period of performance of 575 calendar days, 120 calendar days for Construction Procurement and 485 calendar days for CPS. It is the intent of the Government to award this project as a sole source. However, if a firm feels like they can meet the requirements of this project, the Government will review the information provided (as specified in the Capabilities Statement below), in order to make a final determination. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information: Section 1: Provide company name, UEI number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 541330. 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 examples of similar work your company has performed where you have taken over the responsibilities, and liabilities associated with any and all aspects of the design, for Solicitation Support Services and Construction Period Services from a design that was completed by another firm. Provide no more than three examples of this within the past seven years. 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. Any responsible source who believes it is capable of meeting this requirement may submit a capability statement to Dawn.Schydzik@va.gov and William.Henkel@va.gov no later than March 11, 2026, at 1:00 PM (ET). It is requested that interested contractors submit a response (electronic submission) of no more than 4 single side pages 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. A determination not to compete the requirement based upon the responses to this notice is solely within the discretion of the Government. Disclaimer and Important Notes: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not obligate the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Dawn Schydzik Dawn.Schydzik@va.gov
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
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.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.