Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2025 SAM #8734
SOURCES SOUGHT

56 -- Project Number: 695-24-101 Construct Chiller Plant - Design -Build at the Clement J Zablocki VA Medical Center in Milwaukee, Wisconsin

Notice Date
10/23/2025 12:04:17 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PCAC (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77626Q0024
 
Response Due
11/10/2025 9:00:00 AM
 
Archive Date
12/21/2025
 
Point of Contact
Shardae Webb, Contract Specialist, Phone: (216) 791-3800 ext 49668, William D Henkel
 
E-Mail Address
Shardae.Webb@va.gov, william.henkel@va.gov
(Shardae.Webb@va.gov, william.henkel@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
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 new Chiller Plant (Building 153) at the Clement J. Zablocki VA Medical Center (VAMC) located in Milwaukee, Wisconsin. PROJECT DESCRIPTION: The Clement J. Zablocki VA Medical Center (Milwaukee VAMC) has a requirement to design and construct a new Chiller Plant (Building 153) to enhance and expand cooling capacity serving the Main Hospital, Building 111. The new Chiller Plant will replace the existing system located in Building 109, which will be vacated prior to construction. This Design-Build project includes all necessary architectural, engineering, and construction services to provide a fully functional, commissioned Chiller Plant that meets all VA design standards, guides, and applicable codes. Work includes demolition of Building 109, site preparation, utilities installation (including water, sewer, electrical, data, and storm systems), structural and mechanical construction, and commissioning by a qualified third-party agent. Site development will include new sidewalks and ADA-compliant access, secure perimeter fencing, traffic management, and temporary signage to maintain safe and continuous operations throughout the project duration. The contractor shall provide phasing and coordination to ensure uninterrupted operation of the existing Chiller Plant and campus systems during construction and switchover activities. The completed Chiller Plant shall meet VA physical security design requirements and be fully integrated into the Zablocki campus utility infrastructure. 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 December 2025 to January 2026. The North American Industry Classification System (NAICS) code 236220 applies to this procurement. The VAAR Magnitude of Construction for this project is between $50,000.000.00 and $100,000,000.00 (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 ($50M). 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: Project Labor Agreement (PLA) - A PLA is defined as a pre-hire Collective Bargaining Agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). The PLA questionnaire must be filled out and returned with the Sources Sought response. The questionnaire can be found at the end of this document. 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� November 10, 2025 at 12:00 PM ET.� No phone calls will be accepted. 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/7a975e8acd4e4784a67d2db60d5a6690/view)
 
Place of Performance
Address: Clement J Zablocki VA Medical Center 5000 W National Avenue, Milwaukee, WI 53095, USA
Zip Code: 53095
Country: USA
 
Record
SN07627246-F 20251025/251023230040 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.