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 Replace 1 PET CT Pump and Rebuild NUMBER 3 HYDRO-TANK PUMP for the Washington DC VA Medical Center. Description of Work: Project Number 1 Location: Department of Veterans Affairs Washington DC VA Medical Center 50 Irving St NW Washington DC, 20422 Project Number 688-25-3-459-0273 Project: Replacement PET CT Pumps in MER1 (m/n Flowserve SMP 2000) 1. Power Disconnection and Lockout/Tagout (LOTO) Procedures The contractor shall identify and isolate the electrical power source supplying the existing pump assembly. Power shall be shut off, locked out, and tagged at the electrical panel in full compliance with standard Lockout/Tagout (LOTO) procedures prior to starting any work. The contractor shall coordinate the scheduling work with the Contracting Officer s Representative (COR). The contractor shall isolate the water supply to the pumps by closing the supply valve to the pump. 2. Removal of Existing defective pump Remove coupling halves from the existing pump. Remove shaft and impeller from the pump housing, replace pump (m/n Flowserve SMP 2000). Reinstall the new insert and bolts on the existing coupling halves Alin motor to the pump and reinstall cover for coupling. 3. System Testing and Demonstration A complete demonstration of the installed pumps, valves, and control system shall be conducted by the contractor. The system s operational control and sequence of operation shall be reviewed and verified in the presence of the Government representative. The contractor shall not modify or alter the existing pump sequence of operation. A report shall be provided to the COR outlining any issues identified with the controls and/or sequence of operation. 6. Site Restoration and Clean-Up After installation and testing are complete, the contractor shall clean the work area and remove all debris, construction waste, and materials. The site shall be restored to its original condition. STATEMENT OF WORK Project Number 2 Location: Department of Veterans Affairs Washington DC VA Medical Center 50 Irving St NW Washington DC, 20422 Project Number 688-25-3-459-0274 Project: REBUILD NUMBER 3 HYDRO-TANK PUMP 1. Power Disconnection and Lockout/Tagout (LOTO) Procedures The contractor shall identify and isolate the electrical power source supplying the existing pump assembly. Power shall be shut off, locked out, and tagged at the electrical panel in full compliance with standard Lockout/Tagout (LOTO) procedures prior to starting any work. The contractor shall coordinate the scheduling work with the Contracting Officer s Representative (COR). The contractor shall isolate the water supply to the pumps by closing the supply valve to the pump. 2. Removal of Existing defective parts Remove coupling halves from the existing pump. Remove shaft and impeller from the pump housing, rebuild the part. Reinstall the new insert and bolts on the existing coupling halves Alin motor to the pump and reinstall cover for coupling. 3. System Testing and Demonstration A complete demonstration of the installed pumps, valves, and control system shall be conducted by the contractor. The system s operational control and sequence of operation shall be reviewed and verified in the presence of the Government representative. The contractor shall not modify or alter the existing pump sequence of operation. A report shall be provided to the COR outlining any issues identified with the controls and/or sequence of operation. 4. Site Restoration and Clean-Up After installation and testing are complete, the contractor shall clean the work area and remove all debris, construction waste, and materials. The site shall be restored to its original condition. Interested & Capable Responses: Must respond with the following information. 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 LOCH RAVEN VA Medical Center. Please respond to this RFI/Sources Sought 36C24525Q0574 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 (ET) June 20, 2025. Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. Respond as such: 36C24525Q0574 Sources Sought Notice | COMPANY NAME 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