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 electrical contracting services and repairs. For the Washington DC VA Medical Center per Scope of Work. 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 Perry Point VA Medical Center. Please respond to this RFI/Sources Sought 36C24526Q0075 with your: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) 8. 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: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. 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 11-03-2025, Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. Respond: 36C24526Q0075 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. Scope of Work: MAINTENANCE AND REPAIR  ELECTRICAL BPA SCOPE OF WORK  STATEMENT OF WORK, PERIOD OF PERFORMANCE, AND CONTINUED PERFORMANCE GENERAL DESCRIPTION OF WORK:  One Firm Fixed Price, Blanket Purchase Agreement will be awarded for the VA Health Care System in Washington DC.  The contractor shall furnish all necessary qualified personnel, supervision, material, equipment, and services to perform the tasks in the Statement of Work prepared specifically for each Task Order. The scope of work is for the maintenance, repair, replacement and/ or demolition of Electrical Systems, and Control Systems that may include ancillary construction and can include but is not limited to the following: Repair and Testing of Electrical Distribution Systems Dry and Oil Filled Transformers Transmission lines Conduits and feeders above and below grade Substations Switchboards Panels, breakers, fuses, circuits LIM Panels Motor Control Centers, loose Starters and Controls Switches, relays, and outlets Interior/ Exterior lamps, bulbs, standard and LED Exterior Lighting Systems including Structures and Foundations General electrical gear and supporting components.  The prime contractor shall hold a current Electrical Contractor license and a current Business License in Washington DC.  The prime contractor will warrant all materials, equipment, software, and labor required provided by the prime contractor or any sub-contractor working under the prime contractor for one year from the moment the materials, equipment or software is brought online and made operational. The prime contractor shall keep a record of all materials, equipment, and software installed under this SOW to ensure the warranty dates are accurate and discernable based on each task order. The prime contractor will ensure all warranty work is to be carried out in an expeditious manner without delay to completion once a defect is identified in material, equipment, software, or workmanship. The sub-contractors who work under the prime contractor shall carry the appropriate contractor s licensure and certification for the trade/craft work they perform in Washington DC under the prime contractor. Sub-contractors such as an; Electrical contractor, above ground and underground Utility contractor, Direct Digital Control Contractor, shall have the required factory certification, dealer license, Industry certification, and Contractor licensure to perform work in their specialty trade/craft sufficient to meet all state and specialty codes and requirements. All trade/craft journeyman and apprentice workers who are required to be licensed in Washington DC to do their trade/craft work must hold a valid certification issued by Washington DC in their specialty trade/craft if they are to be dispatched to the VA Health Care System to perform trade/craft work. Similarly, trade/craft journeyman and apprentice workers must hold valid certification issued by Washington DC in their specialty trade/craft if they are to be dispatched to any of the VA community-based clinics located in the District, Maryland, and Virginia. During the contract period, the facility staff will identify projects for Task Orders that will be issued by the Contracting Officer. The Contracting Officer has the right to withdraw proposed Task Orders before and after the receipt of the Contractor s proposal for the requested Task Orders. All parts, materials, equipment, or software installed at the VA Health Care System must be approved by the VA prior to installation. Any parts, materials, equipment, or software installed without prior approval will be subject to removal and replacement with approved parts, materials, equipment, or software by the prime contractor without additional cost to the VA. All parts, materials, equipment, and software that are installed at the VA must be manufactured of the most recent and relevant edition. No obsolete or legacy parts, materials, equipment, or software will be accepted or installed at the VA Health Care System. The Prime Contractor will provide the VA with all required contractors, journeyman, and apprentice trade licenses and certifications for the prime contractor and the prime contractor employees. The prime contractor will provide the VA with all required sub-contractor licensure and certifications as well as the licenses and certifications of the sub-contractor s employees who will be dispatched to the VA Health Care System for trade/craft work. The prime contractor will also ensure that anyone who installs, repairs, or replaces, Direct Digital Controls or does any programing of the Direct Digital Controls at the VA Health Care System is a certified Automated Logic Web Control technician who is employed by an authorized Automated Logic Web Control dealer. The prime contractor will ensure that all third-party software and devices installed at the VA Health Care System shall be provided to and become the property of the VA Health Care System. No proprietary software shall be allowed. All software shall be provided to the VA as a fully functional and operational copy; accessible and usable by VA employees, at no extra charge or expense. The prime contractor will understand that any consultation, survey, or project bid work done by the prime contractor, or a sub-contractor of the prime contractor will become the exclusive intellectual property of the VA and does not obligate the VA in any way to hire the prime contractor or the prime contractor s subcontractor to perform work based on any consultation, survey, or project bid.  The apprentice to journeyman ratio will be one journeyman to one apprentice. The prime contractor may choose to use all journeyman workers. The sub-contractor may choose to use all journeyman workers. The apprentice will be continuously supervised by a journeyman who is onsite working without exception. The apprentice to be supervised by a journeyman must be a fourth- or fifth-year apprentice at minimum. No helper or laborer will be permitted to take the place of an apprentice or be added to the journeyman to apprentice ratio at any time. A fourth-year apprentice is one who has completed the third year of apprenticeship classes with a passing grade and has completed 6000 hours of on-the-job training under the direction of a journeyman worker in the District of Columbia. C. MAINTAINING CONTINUED PERFORMANCE In order to be to be considered eligible for continued contract ordering, the Contractor must maintain current licensure and continued satisfactory performance as assessed by VA technical personal and/or current Contracting Officer s Representative (COR) reports. The contractor shall obtain approval for any proposed subcontractor and provide current licensure for any subcontractor prior to commencement of work at the task order level. Failure to maintain satisfactory performance will result in a termination of all future option year and Task Order awards. NON-PREPRICED ITEMS Non-prepicked items that are within the scope of work may be negotiated by the Contracting Officer, or his designated representative, on an individual Task Order basis. Examples of non-repriced items include parts or materials needed due to extraneous circumstances. Added items of work shall be incorporated into and made a part of the Task Order and shall be performed at the negotiated unit price.  NORMAL WORKING HOURS Work may take place during regular business hours, after regular business hours, on weekends, and on federal holidays based on the needs of the VA or at the request of the CO, COR, or FMS management. The Contractor shall have two hours to begin work of approved emergency task orders and two working days to begin work of non-emergency task orders. Work is to be carried out in an expeditious manner without delay to completion once the contract officer sends an award and or notice to proceed to the contractor. Federal holidays are: New Year s Day, Martin Luther King Jr. Birthday, Washington s Birthday (Presidents Day), Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. INSTRUCTIONS, CONDITIONS, AND OTHER STATEMENTS TO OFFERORS   SCHEDULING OF WORK AND COMMUNICATIONS Before commencement of work under an individual Task Order, the contractor shall obtain approval for any subcontractor that will be performing services under the task order. The contractor shall confer with the COR, and agree on items including, but not limited to: 1) sequence of procedures; 2) means of access to premises and building; 3) delivery of materials; and 4) storage of materials and equipment. When necessary to reduce disruption to patient care and hospital operations, the work shall, so far as practicable, be done in definite sections or divisions, and confined to pre-approved areas.  The contractor shall provide the Contracting Officer and the COR with the name, telephone number, pager number, and/or cell phone number of the person who should be contacted in case of emergencies. This individual shall have the authority to enter into binding agreements with the Government.  All temporary outages of any utility services required for the performance of work shall be scheduled with the COR in advance of such outages. If outage is longer than 8-hours, notice in writing, must be 15 working days in advance of proposed interruption. All requests for power outages shall be submitted in writing. PERFORMANCE WORK STATEMENT A Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP) will be determined upon the issuance of each Task Order if applicable. Each PWS/QASP will be tailored to each individual Task Order when deemed appropriate. The Government will decide at the time of Task Order issuance if a PWS or Statement of Work is in the best interest of accomplishing the requirement. JOB SITE If necessary, for reasons of patient care, the VA may require the Contractor to limit the locations, time schedules and/or types of work that can be performed. This may occur with little advance notice.  Delivery of materials and equipment shall be made with minimum interference to medical center operations and personnel. VA personnel shall not assist with contractor shipments or deliveries that are made to the job site. The contractor shall be responsible for providing all work site protective barriers and site control devices. This includes, but is not limited to protective fences, protective tapes and protective signage. The contractor shall be responsible for providing all necessary traffic control (i.e., street blockages, traffic cones, and flagman) at no additional cost to the Government. Proposed traffic control methods shall be submitted to the COR for final approval. No street or access way shall be completely closed to traffic without prior approval from the COR. The contractor shall take all precautions to ensure that no damage to private or public property will result from their operations. If such damages occur, the contractor shall make all necessary repairs and/or replacements at no cost to the Government. The Contractor's personnel will be permitted to use toilet facilities on the premises, subject to approval and control of the COR. In the event none are available, the Contractor shall, at his own expense, provide portable facilities, as required.   WAGE DETERMINATIONS FOR TASK ORDERS A Wage Determination shall accompany every Task Order appropriate to the scope of work. The Contractor shall pay wages in accordance with the Wage Determination for each Task Order.   Â