This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform Siemens Uroskop De-Installation Services at Captain James A. Lovell Federal Health Care Center. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) Milwaukee, WI is soliciting businesses to perform Siemens Uroskop De-Installation Services at Captain James A. Lovell Federal Health Care Center. It is understood that all firms submitting a response to this Sources Sought will have an established business in the industry of removal and relocation of medical equipment, and experience in performing these types of services in accordance with Occupational Safety and Health Administration (OSHA), FHCC Safety guideline, FHCC Infection control standards, per the manufacturer specifications with adherence of the Resource Conservation and Recovery Act. The firm must also be licensed or capable of obtaining the necessary licensing required to perform these services within the State of Illinois. The following NAICS Code has been identified for this requirement: 541990 - All Other Professional, Scientific, and Technical Services. Interested firms shall provide an overview of their firm s capabilities and experience with projects similar in size and scope of this project. Capability statements must include: a. Company Experience in providing services, to include number of years and any examples of current contracts in place with government or commercial entities; b. Customer point of contact information for contracts listed in company experience along with a description of services provided under the contract (types of services provided, volume of trips per year, geographic service area covered, etc.); c. Number of technicians currently employed; d. Description of the ability to provide immediate emergency access and communication between customers and their personnel 24 hours a day, 7 days a week; e. Current hours of operation; f. Examples of Quality Control Programs and Procedures currently utilized by your firm; g. SAM UEI and DUNS number; h. Organization Name and Assumed Name/dba (if applicable); i. Organization Address; j. Point of Contact (including name, title, addresses, telephone number, fax number, and Email address); k. Business size under NAICS code 561621 (small business, other than small business, Woman-Owned, etc...); l. Socio-economic status (If SDVOSB or VOSB provide SDVOSB/VOSB CVE verification or VIP Profile); m. GSA contract number (if a GSA contract holder); n. Current state licensing possessed and a brief overview of that state s licensing requirements. If not currently licensed in Illinois, discuss any lead-times and processes your firm would take to obtain necessary licensing to perform these services in the State of Illinois. (All information shall be submitted in Word or PDF format, not to exceed 25 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 541990. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding business size and socio-economic status. Scope of Work: All services shall be performed in accordance with OEM specifications regarding safely deinstalling this equipment in accordance with Occupational Safety and Health Administration (OSHA), FHCC Safety guideline, FHCC Infection control standards, per the manufacturer specifications with adherence of the Resource Conservation and Recovery Act. The VA shall not provide tools, (test) equipment, service manuals, or service diagnostics software to the Contractor. The Contractor shall obtain, have on file, and make available to their FSEs all operation and technical documentation (such as operational and service manuals, schematics, and parts lists) which are necessary to complete the services required. Documentation shall include detailed descriptions of deinstallation performed. Each Vendor Engineering Service Report (ESR) must, at a minimum, legibly document the following data in complete detail: Name of Contractor and Purchase Order Number. Name of FSE who performed services. Contractor service ESR number/log number Date, Time (starting and ending) and hours on-site for the service call. Description of problem reported by COR/End User (if applicable). Identification of equipment to be serviced: Inv. ID Number (EE Number), manufacturer s name, device name, model number, serial number and any other manufacturer specific information or identification information. Itemized descriptions of service performed including: Labor and Travel, Parts (with part numbers) and Materials Signatures of FSE performing services and a VA employee who witnessed the services described. Upon completion of all work, the contractor must provide a report indicating maintenance performed and pass or fail criteria, to include any corrective action taken for the required to be service. Disclaimer and Important Notes: All information must be received no later than Thursday, 01/30/2026 at 10:00 AM (Central Time). Email information to Justin Lemke, Contracting Specialist, at Justin.Lemke@va.gov. The Government will valuate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR A SPECIFIC SMALL BUSINESS SOCIOECONOMIC CONTRACTING PROGRAM, SMALL BUSINESSES, OR PROCURED THROUGH FULL AND OPEN COMPETITION. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).