This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The intent of this Sources Sought Announcement is to assist in our decision-making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Larry Facio, Contracting Officer. Responses to this notice shall be sent by email to larry.facio@va.gov by the due date and time of 03/13/2025 by 1:00 p.m. (Pacific Time). Upon receipt of capabilities statement, Contracting Officer may request additional market research aide such as informal pricing. REQUIREMENTS/SCOPE: The Veterans Affairs Southern Nevada Health Care System (VASNHCS) requires the procurement of a service/maintenance contract to support the A/V systems in the Auditorium, 1C143,145,147,149,150 and 151. Services to be performed at: VA Medical Center Bldg. #1, 6900 North Pecos Road, North Las Vegas, Nevada 89086. SPECIFIC TASKS: This contract will be a service and maintenance contract supporting the Auditorium, 1C143,145,147,149,150 and 151: Contractor shall provide a turnkey solution providing all required service, proprietary licenses, and maintenance support visits. Contractor will provide only Crestron (and Crestron supportable) brand name service solution and equivalent. Contractor shall not add or substitute any component(s) without prior approval from the contracting officer. The contractor shall be a Crestron Certified partner to perform the work. The Contractor shall provide remote network access assistance to the system and users needs within 5 business hours after request. Vendor will supply web-based portal as to allow interfacing operations for ticket creations, information, and progress. Vendor will supply laptop (to be hosed in the Technology Office) hosting their proprietary software programming and troubleshooting capabilities. A technician will visit the site bi-annually (for up to one week total each visit) to do a whole AV system checkup, to include software updates, and firmware as needed. The contractor will provide turnkey support for any equipment RMA operations covered under this contract. Additional Requirements: Must be familiar with current Crestron AV Systems in VA Hospital, the Digital Media Transportation System (AV Cisco Network) in Hospital. Service Technicians must be a Crestron Master Programmer with certification credentials. PERIOD OF PERFORMANCE/SCHEDULE: The initial POP for this contract shall be: 05/01/2025 through 04/30/2026. PARTICIPATING FACILITY: All services will be confirmed and approved by the COR or designee and will be performed at the VA Medical Facility located at 6900 N. Pecos Rd. N. Las Vegas, NV 89086 U.S. GOVERNMENT FURNISHED MATERIALS AND SERVICES: The contractor shall be responsible for the receipt and handling of all equipment and materials. The contractor shall coordinate proposed delivery areas with the Engineer. CONTRACTOR FURNISHED ITEMS AND SERVICES: The contractor shall furnish all necessary services, licenses, and installation processes as needed to complete this system installation and operations and any other items and services to perform all delivery and pick-up operations required by this statement of work. The contractor shall provide fully qualified (Creston) on-site personnel who shall be responsible for the performance of the work. The name of the person and all alternates shall be designated in writing to the Contracting Officer. The contractor shall certify in writing that all employees operating equipment are trained and qualified. CONTRACTOR RESPONSIBILITIES: Contractor Employees. The contractor shall not employ personnel for work on this contract if such employee is identified to the contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. The Contractor shall furnish service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment, parts and/or supplies necessary to complete the work as required. The Contractor shall be familiar and follow maintenance guidelines contained in current technical service manuals for all equipment and sub-assemblies listed. Manuals shall include but not be limited to schematics, diagrams, written procedures and parts lists. All work shall be performed, and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of NFPA-99, FDA, OSHA, Joint Commission, and other applicable national standards. The COR may facilitate a copy of VA safety standards to the Contractor upon request. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the name of the company or company ID badge. Contractor field service personnel shall be dressed to present a clean, neat appearance at all times when performing under this contract. Personnel performing service/installation services must be fully qualified, competent, technicians. Fully qualified and competent is defined as factory trained and verified by Polar Leasing. SERVICE RESPONSE TIMES: The following service response times shall be adhered to at all times identified below: Contractor MUST provide a US based consultive and Tech support resource included with the initial and yearly service contract. Contractor will provide all engineering and software updates necessary for continued operation during the life on this contract. Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. When responding, in Subject line insert: Sources Sought VASNHCS AV Services At a minimum, the following information shall be provided: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service-Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 334310 (750 Employees). 5. Provide a summary of the type of services performed and experience as it relates to staffing Audio Visual Equipment and Interface Programming and related services. 6. UEI Number 7. If holding GSA FSS Contract # 8. Sub-Contracting Intentions (provide above items 1 thru 6 of intended vendor along with description of sub-contractor duties). 9. Additional information and/or comments. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award.