This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company Name (b) Address (c) Point of Contact (d) Phone, Fax, and Email (e) UEI number (f) Cage Code (g) Tax ID Number (h) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (i) Is your company considered small under the NAICS code identified under this SSN/RFI? (j) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (k) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (l) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (m) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work. (n) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (o) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (p) Please provide general pricing of your products/solution for market research purposes (q) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (r) Please provide general pricing of your products/solution for market research purposes (s) Must provide a capability statement that clearly addresses the organizations qualifications and ability to perform as a contractor for the work described below. Requirement: The VA Heartland Network 15 Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide BRAND NAME PERIMETER FENCING MATERIALS AMERISTAR IMPASSE II for the Robert J Dole VA Medical Center, 5500 E. Kellogg Ave, Wichita, KS 67218. This is a brand name procurement. Please see the Statement of Work for more specific details. The North American Industry Classification System Code (NAICS Code) is 332618 (Other Fabricated Wire Product Manufacturing), size standard 500 employees. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a Small Business, VOSB or SDVOSB. Important Information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open may be used. Responses to this notice shall be submitted via email to Lisa A Buchanan at lisa.buchanan1@va.gov. Telephone responses will not be accepted. Responses must be received no later than Monday, January 12, 2026, at 10:00AM CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to these sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK (SOW) FOR WEST PERIMETER FENCING MATERIALS AT THE ROBERT J DOLE VA MEDICAL CENTER (RJDVAMC) 5500 EAST KELLOGG AVE. WICHITA, KANSAS *ALL ITEMS HEREIN THAT MENTION BRAND NAME PRODUCTS MAY NOT BE SUBSTITUTED FOR A LIKE OR SIMILAR ITEM* 1. INTRODUCTION This statement of work is to provide the RJDVAMC Facilities Management Service with 1,151 linear feet of 10 tall Ameristar 3-rail Impasse II anti-climb gauntlet (curved top) style ornamental iron fencing materials. The vendor shall provide all materials and appurtenances necessary for a fully integrated fencing system. 2. BACKGROUND The RJDVAMC has approximately 1,250 linear feet of Impasse II ornamental fencing installed on the North and East perimeters of the facility. The station has approximately 250 linear feet of Impasse II fence materials left over from the previous fence project. Those materials, along with the ones in this procurement, will be used to construct a new west perimeter fence. The previous west perimeter chain link fence was removed as part of an adjacent City of Wichita project. 3. SCOPE OF WORK The vendor shall provide the following materials: one hundred and twenty (120) 10 tall x 8 wide Ameristar Impasse II anti-climb gauntlet (curved top) panels one hundred seventeen (117) 4 7/16 x 2 ¾ x 12 long 6-hole 12-ga I-beam style posts one (1) 4 opening x 10 tall single swing gate (including hardware to make 2 single gates a double gate eighteen (18) Impasse II privacy slat panels 94 5/8 long As part of its project, the City of Wichita will directly cover the cost of labor and installation of the materials in this procurement. 4. TECHNICAL REQUIREMENTS Brand Name or Equal To: Ameristar Impasse II Description: 10 tall Ameristar 3-rail Impasse II anti-climb gauntlet (curved top) style ornamental iron fencing SALIENT FEATURES BASE MODEL: Impasse II PANEL TYPE: 3-rail anti-climb PANEL STYLE: gauntlet (curved top) FINISH: PermaCoat powder coating CONNECTIONS: Must be able to seamlessly connect to Ameristar Impasse II fencing already installed around the perimeter of the RJDVAMC. 5. CERTIFICATION AND ACCEDITATION (C&A) The C&A requirements do not apply to this acquisition. A Security Accreditation Package is not required. 6. DELIVERY & LOCATION INFORMATION Delivery of Equipment to be shipped to: Robert J. Dole Medical Facility Building 34 Logistics Attention: Facilities Management Service POC: Gregory Gann 5500 East Kellogg Wichita Kansas, 67218