Opportunity

SAM #W912PL26S0026

Industry Input Sought for Phoenix VA Hospital Inpatient Ward Renovation

Buyer

USACE Los Angeles District

Posted

May 12, 2026

Respond By

May 29, 2026

Identifier

W912PL26S0026

NAICS

236220, 238210, 238220, 238290, 238310, 238320, 238350, 238390, 238910, 238990

This opportunity seeks industry input for a planned renovation of the 4C/4D inpatient ward at the Phoenix VA Hospital, managed by the U.S. Army Corps of Engineers, Los Angeles District. - Government Buyer: - U.S. Army Corps of Engineers, Los Angeles District (ENDIST LOS ANGELES) - Contracting office: KO CONTRACTING DIVISION, Los Angeles, CA - Project Scope: - Renovation of the 4C/4D inpatient ward at Carl T. Hayden Medical Center, Phoenix VA Hospital - Work may include: - Demolition and asbestos abatement - Structural steel framing, cast-in-place concrete, carpentry - Doors, frames, automatic door openers, glazing - Floor preparation, metal framing, gypsum board, tiling - Acoustical ceilings, resilient and terrazzo flooring, painting - Signage, wall and door protection, ceiling mounted patient lifts - Countertops, sprinkler systems, gas and vacuum systems - Plumbing, hydronic piping, HVAC systems - Lighting controls, panelboards, wiring devices, switches - Interior and medical lighting, public address and mass notification systems - Nurse call and code blue systems, access control, security detection, video surveillance - Fire detection and alarm, emergency call systems - OEMs and Vendors: - No specific OEMs or vendors are mentioned in the notice - Unique Requirements: - Respondents must demonstrate experience with similar projects, especially at medical facilities or military installations under U.S. Government contracts - Estimated Contract Value: - $10M to $25M - Period of Performance: - Anticipated to be over 250 days - Place of Performance: - Carl T. Hayden Medical Center, Phoenix VA Hospital, Phoenix, AZ

Description

Description:  This is a SOURCES SOUGHT NOTICE for information only. Replies by interested parties will be used by this agency for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. Items below subject to change. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price contract (DBB), to renovate inpatient ward 4C/4D at the Carl T. Hayden Medical Center, Phoenix VA Hospital in AZ

Project Scopes: May include, but is not limited to: (demolition)(asbestos abatement)(cast-in-place concrete)(structural steel framing)(rough carpentry)(doors and frames)(automatic door openers)(glazing)(subsurface preparation for floor finishes)(non-structural metal framing)(gypsum board)(ceramic/porcelain tiling)(acoustical ceilings)(resilient base and accessories)(resilient sheet flooring)(resilient tile flooring)(resinous terrazzo flooring)(painting)(signage)(wall and door protection)(ceiling mounted patient lifts)(countertops)(wet-pipe sprinkler systems)(gas and vacuum systems for lab and healthcare facilities)(plumbing)(Hydronic piping)(HVAC ducts and casings)(HVAC fans)(Air Terminal Units)(Air Outlets and Inlets)(HVAC Air Cleaning Devices)(Air Coils)(lighting controls)(low-voltage transformers)(panelboards)(wiring devices)(enclosed switches and circuit breakers)(interior lighting)(medical and surgical lighting fixtures)(public address and mass notification systems)(nurse call and code blue systems)(physical access control system)(security access detection)(video surveillance)(electronic personal protection system)(fire detection and alarm)(emergency call system)

The type of set-aside, either small business or among the socioeconomic categories, if any, will depend upon the responses to this sources sought notice.  The purpose of this notice is to gain knowledge of the experience and capabilities of both small and large business concerns in the construction industry, in performing similar projects in magnitude and complexity of this requirement.

The estimated construction price range for this project is between $10M and $25M. The total contract performance period is anticipated to be 250+ days

In accordance with (RFO) 52.219-14, Limitations on Subcontracting, small business prime contractors will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded.

Minimum capabilities required, include previous experience of projects similar in magnitude and complexity.

Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above. Responses should include the following information, which shall not exceed a total of four pages

Offerors name, address, point of contact, with telephone numbers, and email addresses. Business size/classification, to include any designations as a Small Business, HUBZone, Service Disabled, Veteran Owned, Women-Owned, Disadvantaged Small Business, 8(a), in addition to others, and NAICS code designations. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). Past experience on individual projects of similar scope and magnitude, as described above in the project scope, and describing no more than three (3) projects that are complete or at least 50% construction complete and within the past six (6) years. Examples should have a construction value greater than $4,500,000. Examples occurring on a military installation (Army, Navy, Air Force, Marine Corp) within the continental United States or Allied Military installation and/or at a VA campus built to US codes and standard and under a US Government Contracting Agency is important.  Projects involving scheduling at a medical facility is important. The projects should be similar in nature to what is described above in the Project Scope. The project title, location, general description to demonstrate relevance to the proposed project, the Offerors’ role, dollar value of contract, type of contract (design-build or design bid build), and name of the company, agency, or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address) should be included for each project. VERY IMPORTANT: (list work scopes self-performed vs subcontracted and percentage of self-performed vs subcontracted). If past performance was as a JV, indicate which scopes was performed by which JV member If submitting as a JV, please include information about the JV (mentor-protégé agreement, JV agreement, etc)

Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.

View original listing