Navigate the lattice: hubs for browsing, trends for pricing signals.
SYNOPSIS: INTRODUCTION: 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 Electronic Health Record Modernization (EHRM) Main Computer Room (MCR) Upgrade Project Number 628-26-701 Renovation project at the Minneapolis VA Medical Center (VAMC) (One Veteran s Drive, Minneapolis, MN 55417-2309). PROJECT DESCRIPTION: The goal of the project is to consolidate and renovate all existing Data Center Spaces (2B-105 and BH-111) with no network downtime. This work includes but is not limited to: Lock out/Tag out of all sources of energy; Installation of new Information Technology (IT) equipment enclosures; New cold aisle containment with new rack power distribution units; New power distribution to the MCR and enclosures with new cable management; Structured cabling and management; Installing structure cabling in data center(s) and termination of existing campus fiber backbone; New redundant MDAs for A/B paths; Update data center layout and power distribution; Phased transfer of crucial power; Installation of UPS A/B; Provide additional raised floor shoring/structural supports; Provide temporary utilities; New core drills, installation or relocation of existing duct work and removal of unused legacy ductwork; Connect existing IT chilled water loop; and Renovation of requirements for the MCR within the specifications. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price construction contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued 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 March 2026. The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00. The duration of the project is currently estimated at 365 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, 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, Unique Entity Identifier, 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 12 February 2026 at 13:00 Hours EST. 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: Zachary E. Penhollow Contract Specialist zachary.penhollow@va.gov Secondary Point of Contact: Joelle Mascarenas Contracting Officer Contracting.officer@va.gov
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 236220 (last 12 months), benchmarked to sector 23.