Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2026 SAM #8817
SPECIAL NOTICE

C -- 596-334 Construct Replacement CLC - Complex Care Minor Construction Period Services (CPS) - Lexington

Notice Date
1/14/2026 3:26:49 PM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77626R0029
 
Response Due
1/21/2026 10:00:00 AM
 
Archive Date
04/30/2026
 
Point of Contact
Sierra Tate, Contract Specialist, Phone: (216) 447-8321
 
E-Mail Address
Sierra.Tate@va.gov
(Sierra.Tate@va.gov)
 
Awardee
null
 
Description
INTRODUCTION: This announcement is an Intent to Sole Source in accordance with FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. 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 RDC/John Poe Architects, L.L.L.P., a small business, to provide Solicitation Support Services and Construction Period Services during the construction of Project #596-334 Construct Replacement CLC Complex Care Minor, Lexington VA Health Care System Franklin R. Sousley (Leestown) Campus. PROJECT BACKGROUND & DESCRIPTION: Our intention is to procure Construction Period Services in support of #596-33 Construct Replacement CLC Complex Care Minor project at the Lexington VA Health Care System Franklin R. Sousley (Leestown) Campus, Lexington, KY. The current design firm of record is RDC/John Poe Architects, L.L.L.P., located at 524 Fernwood Drive, Altamonte Springs, Florida 32701. They are a small business and have been in the process of designing this (Minor) construction project since the award of the design contract 36C77623C0076 on July 20, 2023. The current design contract with RDC/John Poe Architects, L.L.L.P. 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 Construction Period Services in order to support the construction portion of this (Minor) 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. During the construction phase and contract close out, the prospective design firm will serve the Government in an advisory capacity. They will be required to attend the Pre-construction meeting and attend/facilitate bi-monthly site visits for the duration of the construction phase, which is 150 calendar days after issuance of the construction Notice to Proceed (NTP). PROCUREMENT INFORMATION: The proposed project will be a sole source continuation design contract to the original designer of record, RDC/John Poe Architects, L.L.L.P. The North American Industry Classification System (NAICS) code 541330 (size standard $25.5 million) applies to this procurement. The duration of the project is currently estimated at 150 calendar days for construction period services. 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 sierra.tate@va.gov no later than January 21, 2026, at 1:00 PM (ET). It is requested that interested contractors submit a response (electronic submission) of no more than 4 single sided 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: Sierra Tate Sierra.tate@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ed8e589eb46940deaef21ecdb7ce49ae/view)
 
Record
SN07686594-F 20260116/260114230028 (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!  © 1994-2026, Loren Data Corp.