SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. For a contractor to provide DENTAL VACUUM PUMP REPAIR services. For the Washington DC VA Medical Center. SCOPE OF WORK: The Mechanical Equipment Room 6 (MER 6) at the Washington DC VA Medical Center houses critical building systems, including the Spencer Vacuum #2 system, which supports essential facility operations. The existing vacuum system is no longer reliable and requires replacement to maintain operational integrity and compliance with facility standards. The equipment is in building 6 machine room at the VA Medical Center, 50 Irving Street, N.W., Washington, D.C. STATEMENT OF WORK (SOW): Project Number: 688-25-3-459-0286 Project Location: Veterans Affairs Medical Center, Washington, D.C., Main Hospital-50 Irving St N.W., Washington, D.C., 20422. Scope of Service Repair Spencer Vacuum Pumps in building MER 6 The contractor shall provide all labor, materials, equipment, and supervision necessary to remove the existing Spencer Vacuum #2 and install a new Spencer turbine vacuum system in MER 6. Scope of Work to be performed a. Site Assessment: - Conduct a thorough inspection of MER 6 to verify site conditions, access, and requirements for removal and installation. - Review existing electrical and mechanical connections to ensure compatibility with the new system. b. Procurement: - Provide and deliver a new Spencer turbine vacuum system that meets or exceeds the performance specifications of the current system. - Ensure all equipment and components are new, factory-sealed, and compliant with VA and manufacturer standards. c. Removal of Existing Equipment: - Safely disconnect and remove the existing Spencer Vacuum #2 unit, including all associated piping, wiring, and mounting hardware as necessary. - Properly dispose of the old unit and any related debris in accordance with VA and local regulations. d. Installation of New System: - Install the new Spencer turbine vacuum system in the designated location within MER 6. - Connect all necessary electrical, control, and mechanical systems to ensure full functionality. - Install all required accessories, piping, valves, and fittings to integrate the new system with existing infrastructure. e. Testing and Commissioning: - Perform start-up and operational testing of the new vacuum system to verify performance, safety, and compliance with manufacturer specifications. - Address any deficiencies identified during testing and ensure system is fully operational. f. Training and Documentation: - Provide on-site training for VA facility staff on system operation, basic troubleshooting, and maintenance requirements. - Deliver all manufacturer documentation, warranties, and a detailed report of installation and testing results. g. Cleanup: - Remove all installation-related debris and restore the work area to original condition. h. Documentation: - Provide a completion report detailing the work performed, including before and after photos, serial/model numbers of the new motor, and results of operational testing. 3. Special Considerations: - All work must comply with VA infection control, safety, and security protocols. - Coordinate work schedule with VA Engineering Service to minimize disruption to facility operations. - Contractor personnel must check in with Engineering Service upon arrival and adhere to all VA Medical Center policies. 4. Period of Performance: Work shall be completed within 10 business days of Notice to Proceed, subject to parts availability. 5. Point of Contact: LONNELL ROBERTS, CHIEF M&O DANIEL POLLARD, ACQUISITION UTILITY SPECIALISTS Interested & Capable Responses: Must respond with the following information. MUST ALSO ANSWER THE SUBCONTRACTING QUESTIONS HIGHLIGHTED BELOW. NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Washington DC VA Medical Center. Please respond to this RFI/Sources Sought 36C24525Q0732 with your: Business name (including Unique Entity ID (SAM.gov)  Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and  Person of contact (including telephone number & email address).   Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities.  Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) Brief Summary of categories of services that your company can/cannot provide. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response:   Do you intend to self-perform this effort? If you are located outside the immediate area, how will you self-perform? Or do you intend to subcontract work under this contract? If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting?  Response Instructions: Responses must be submitted by 10:00 AM (EST) on 8-12-2025, Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice. Bill Pratt Contract Specialist VHA, NCO 5