THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER 1. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 2. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION: a. The contractor shall provide all labor, personnel, supervision, equipment, tools, and all materials necessary to perform inspection and testing of Fire/Smoke Dampers at Kansas City VA Medical Center and Honor Annex. There are approximately 284 dampers at KCVAMC and 10 dampers at Honor Annex. b. The contractor must contact the COR at least two weeks prior to their arrival with a list of the dampers to be Inspected / tested for arrangements with the affected services. c. Contractor will report to the COR upon arrival at the facility and inform COR of the dampers to be tested and for that day. d. The contractor at minimum shall perform the following: i. Use adequate steps to locate and, once located, operate (i.e., actuate) all Dampers in the facility or otherwise identify inoperable Dampers. ii. Remove and reset fusible links on Fire Dampers, to verify such Fire Damper fully closes and if necessary, replace any fusible link that is compromised (per National Fire Protection Association Code) iii. As necessary, lubricate all moving parts on each Damper. iv. Clear each Damper of any debris that would impede normal operation. v. Coordinate with Engineering and safety representatives to place Customer s fire alarm system in test mode if necessary to conduct inspection of the smoke and/or combination Dampers. vi. Manually activate actuators on electric and pneumatic smoke and/or combination Dampers to verify proper operation of such Damper. vii. Identify on building floor drawings the location of each Damper. viii. Identify placement by Fire and Smoke Damper Inspection Contractor of identification stickers on ceilings or other location to assist in locating such Dampers following inspection. ix. Apply new Damper identification sticker in all locations. x. Sufficient efforts to be made to provide accessibility to Dampers. 1. If a duct penetrating a fire/smoke wall is accessible, but has no access panel, cut, and install an access panel and carry out damper inspection as far as possible. a. Prior to work an KCVA Infection Control Risk Assessment and a Pre-Construction Risk Assessment will be completed and posted on the job site. xi. If the only access point is longer than an arm s reach away from the Damper, perform a visual inspection to the limit allowable. 1. Look at the frame for signs of kinking or twisting. 2. Look for rust or build-up of any kind that may keep the Damper from closing. 3. Look for the obvious conditions requiring repair, such as wire or conduit running through the damper. xii. If a Damper is inaccessible, the Damper will still be located, mapped on drawing, labeled at its physical location, and included in the Report. xiii. Contractor to remove as much dust and debris on damper and within ductwork utilizing HEPA filtered vacuums before demolition begins. Diffusers within the space will need to be covered during removal and installation of new dampers. xiv. Repairs shall be completed on any failed damper during the inspection. The service shall be provided during the regular business hours of 8:00AM - 5:00PM, Monday through Friday, excluding holidays. 3. This is NOT a solicitation announcement. This is an RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561210. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. 4. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement to provide fully furnished hotel/motel rooms that will include standard amenities including shuttle service and no-cost breakfast, to eligible beneficiaries of the Dept. of Veterans Affairs per this Statement of Work, and other contract terms and conditions for: Place of Performance: Kansas City VA Medical Center Main Campus 4801 Linwood Boulevard Kansas City, MO 64128 Honor Annex 4251 Northern Ave Kansas City, MO 64133 5. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the requirement. If you are interested and are capable of providing the sought-out services, please provide the requested information as well as the information indicated below. Failure to respond to all questions in this sources sought will determine the interested party as non-responsive which may affect a set-aside decision for a resulting solicitation. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: a. Please provide your UEI number. b. 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.)? c. Is your company considered small under the NAICS code identified under this RFI? d. If you are identified as a SDVOSB/VOSB or SB, identify how you intend to meet the requirements found in the limitations on subcontracting FAR or VAAR clauses. (providing 51% of the work outlined in section 4 above): Fill out attached Self Performance Worksheet. e. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described above. 6. Responses to this notice shall be submitted via email to Laura Ferguson at Laura.Ferguson@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, July 7, 2025, at 1630 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 this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.