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 replacement of six (6) isolation valves within the domestic water distribution systems. Located at the Washington DC VAMC. Scope of Work: STATEMENT OF WORK Replacement of Six (6) Isolation Valves Washington DC VA Medical Center 50 Irving St NW, Washington, DC 20422 1.0 INTRODUCTION This Statement of Work (SOW) defines the requirements for the replacement of six (6) isolation valves within the domestic water distribution systems at the Washington DC VA Medical Center. The work shall be performed in accordance with all applicable federal, state, local, and VA regulations and standards. 2.0 SCOPE OF WORK The contractor shall provide all labor, materials, equipment, supervision, and incidentals necessary to: - Remove and properly dispose of six (6) existing Isolation valves. - Furnish and install six (6) new Isolation valves of equivalent or improved capacity and rating. - Ensure all new valves are compatible with existing piping, controls, and system requirements. - Restore all domestic water distribution systems to full operational condition. - Test and verify proper operation of all new isolation valves. - Note: All utility isolations will be the responsibility of VA personnel. 3.0 DETAILED TASKS & INSTRUCTIONS 3.1 Pre- Shut down Preparation 1. Attend a shutdown meeting with VA representatives. 2. Conduct a site survey to verify field conditions and valve locations. 3. Submit product data and cut sheets for proposed replacement valves for VA approval. 4. Develop and submit a project schedule and safety plan. 3.2 Removal of Existing Booster Valves 1. Shut down affected systems and isolate piping as required. 2. Lockout/tagout all relevant equipment to ensure safe working conditions. 3. Drain piping as needed to prevent water damage and facilitate valve removal. 4. Remove six (6) existing booster valves and associated hardware. 5. Properly dispose of all removed materials in accordance with regulations. 3.3 Installation of New Booster Valves 1. Inspect and clean piping connections and valve seats. 2. Install six (6) new booster valves, ensuring proper orientation and secure connections. 3. Reconnect all piping, controls, and accessories as required. 4. Restore system pressure and check for leaks. 5. Ensure all new valves are labeled by VA standards. 3.4 System Testing and Commissioning 1. Restore affected systems to full operation. 2. Test each booster valve for proper function, including opening/closing and pressure regulation. 3. Verify system performance and adjust as needed for optimal operation. 4. Provide a written test report to the VA. 3.5 Project Closeout 1. Clean all work areas and remove debris. 2. Provide as-built documentation, including valve data and locations. 3. Submit warranty information for all new valves. 4. Train VA maintenance staff on operation and maintenance of the new valves. 4.0 DELIVERABLES - Project schedule and safety plan. - Product submittals for new booster valves. - Test and commissioning report. - As-built documentation and warranty certificates. 5.0 CONTRACTOR QUALIFICATIONS - License Plumbing/Mechanical contractor with experience in healthcare facilities. - OSHA 30-hour certified supervisor on site always. 6.0 SAFETY & INFECTION CONTROL - Comply with all VA, OSHA, and local safety requirements. - Implement infection control measures as required to protect patients, staff, and visitors. - Always maintain clean and secure work areas. 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 36C24525Q0745 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) Monday 8-18-2025, Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. Respond: 36C24525Q0745 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