SOURCES SOUGHT
Y -- Project Number: 612-165 Construct Parking Structure Design Build Replacing Expiring Lease Martinez, CA
- Notice Date
- 12/30/2025 11:53:56 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PCAC (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77626Q0066
- Response Due
- 1/15/2026 9:00:00 AM
- Archive Date
- 04/24/2026
- Point of Contact
- Shardae Webb, Contract Specialist, Phone: (216) 791-3800 ext 49668
- E-Mail Address
-
Shardae.Webb@va.gov
(Shardae.Webb@va.gov)
- Awardee
- null
- Description
- SYNOPSIS: INTRODUCTION: This notice is issued solely for market research and information-gathering purposes and does not constitute a solicitation or a commitment by the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting market research to identify qualified sources capable of performing a Design-Build (DB) project. Services to include Architect and Engineering (DB A/E) design services, site preparation and DB Construction (DB C) services for the construction of a parking structure for a expiring lease at the Martinez VA Medical Center (VAMC) located in Martinez, CA. PROJECT DESCRIPTION: The Martinez VA Medical Center has a requirement to design and construct a new approximately 350-space Parking Structure to support the Veteran s Affairs Northern California Health Care System (VANCHCS) Martinez Campus. The project will be constructed on an existing surface parking lot and will require the demolition of vacant temporary buildings AB-5, AB-6, and AB-7, as well as the removal of an existing solar array and associated equipment located within the construction footprint. This Design-Build project includes all necessary architectural, engineering, and construction services to deliver a fully functional, code-compliant parking structure in accordance with VA Design Guides, VA Master Specifications, and applicable federal, state, and local codes. Work includes site preparation, demolition, utility relocation and installation (water, sewer, electrical, data, and storm systems), structural construction, installation of elevators, signage, security features, and third-party commissioning of the completed facility. Site development will include new sidewalks, ADA-compliant access, roadway and traffic flow modifications, and temporary signage to maintain safe and continuous campus operations throughout construction. The Design-Build Contractor shall provide phasing and coordination to minimize parking and traffic impacts, maintain two-directional traffic along the site perimeter, and ensure uninterrupted access to adjacent buildings and campus services during all phases of construction. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36, Two-Phase Design-Build Selection Procedures. 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 February 2026 to March 2026. The North American Industry Classification System (NAICS) code 236220 applies to this procurement. The VAAR Magnitude of Construction for this project is between $20,000.000.00 and $50,000,000.00 (lower end of this range). CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number and 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 the prime contractors 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 meets the minimum VAAR Magnitude of Construction listed above ($20M). Section 4: 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: Provide a maximum of three (3) projects completed within the last ten years (10) years in which the Offeror s design-build team has worked together on previous design-build contracts similar in size, magnitude, complexity, and scope to this project. Projects must demonstrate a respondent s design-build experience as a prime construction contractor directly responsible to the owner and managing multiple subcontractors. NOTE: If a prime contractor does not have Design-Build experience, they are permitted to provide up to three (3) relevant non-Design-Build projects that are completed in clinical, hospital or other medical related use space similar in size, magnitude, complexity, and scope to this project. The designer for the team may also provide up to three (3) relevant projects that fall under the requested criteria for the project. A maximum total of six (6) projects may be submitted. *All submission requirements for these projects remain the same and are listed above. 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. Section 5: Based on the scope, complexity, phasing requirements, and operational constraints described in this requirement, the Offeror shall provide a brief narrative statement addressing their professional assessment of the project s overall cost feasibility. The response shall include: A statement confirming whether the Offeror believes the project can be designed and constructed within a reasonable and achievable budget consistent with similar projects of comparable size, complexity, and risk. An explanation supporting that assessment, including reference to relevant past projects, cost controls, delivery approach, or design-build strategies used to manage cost. Identification of any major cost drivers or risks that could materially impact cost performance and how the Offeror would typically mitigate those risks. The Government is not requesting pricing, estimates, or ranges as part of this response. This information is being requested solely to support market research and acquisition planning. It is requested that interested contractors submit an electronic response that addresses the above information. Please submit as a PDF, hard copies will not be accepted.� Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, Unique Entity Identifier, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses� shall be submitted via email to the primary point of contact listed below by� January 15, 2026 at 12:00 PM ET.� 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. Please respond to both points of contact. PRIMARY POINT OF CONTACT: Shardae Webb Contract Specialist Shardae.Webb@va.gov SECONDARY POINT OF CONTACT: William Henkel Contracting Officer William.Henkel@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b81712247b8346189e1bb33d0b55c0cc/view)
- Place of Performance
- Address: Martinez VA Campus 150 Muir Road, Martinez 94553, USA
- Zip Code: 94553
- Country: USA
- Zip Code: 94553
- Record
- SN07675982-F 20260101/251230230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |