THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER 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. The submission of market 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 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 Facilities Support Services. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: The Robert J. Dole Veterans Administration Medical Center (RJDVAMC) is seeking services for Isolation Panel Annual Inspections and Testing. The contractor will provide all tools, materials, labor, supervision, and test equipment necessary to perform these services at the RJDVAMC located at 5500 E. Kellogg Ave. Wichita, KS 67218. These services are currently provided under service contract 36C25520P0519, which is set to expire on September 9, 2025. Statement of Requirements Scope The contractor shall provide a complete software package and any additional hardware, inter-connection cable, and manpower to test and calibrate a total of 17 Isolation panels in 13 Operating Room suites, 2 Cath lab suites, and 2 PET/CT. The local or remote alarm sites will be monitored by VA personnel and logged for the VA records. These areas are in patient care areas in Building 2 and Building 34. Scheduling will be set up by VA personnel and the vendor that is awarded; work will start no later than 3 weeks after the award of the VA personnel request or an agreed-upon time and date. The price includes all travel, mileage, expenses, and any applicable field service reports that will document and detail the services performed. Test reports will be delivered digitally. Service Provided by Contractor Test and calibrate 17 Isolation panels. See work scopes below. The contractor will provide a Field Service Representative(s) who will be onsite for the duration of the inspection and testing process. It is understood that (17) Isolation Panels need to be tested and certified. Specifically, the Field Service Representative(s) will perform visual, mechanical, and electrical tests on the following equipment, as outlined in the work scope. The contractor will provide the RJDVAMC with a digital copy of the test reports. These test reports will serve as a benchmark for future preventive maintenance and testing activities. Any failures discovered during the inspection and testing process that requires repairs should be immediately brought the attention of the Contracting Officer s Representative (COR). The repairs shall not be performed unless specifically authorized by the Contracting Officer (CO). Work Scope - Visual and Mechanical Inspection Document equipment nameplate data on the test report. Visually inspect the components for damage and errors in polarity or conductor routing. Inspect components and enclosure for signs of moisture and rust. Verify that all phase conductors are properly installed and color-coded. Verify that grounding conductors are of proper size and properly bonded. Verify that the ground conductor is bonded to the ground in accordance with the power system's specifications. Verify tightness of all electrical connections Use a vacuum cleaner to remove loose dirt/dust from inside of the enclosure. Verify correct operation of all functions of the LIM(s) (Line Isolation Monitor) self-test and remote alarm annunciators. Verify that the isolation power transformer has adequate capacity for the system. Electrical Tests - Perform the following tests. Verify that the system is SAFE (Green lights) when below 5.0 mA of system leakage. Verify that the LIM will pass through the self-test routine. Verify that all light(s) (GREEN, RED, and YELLOW) and buzzer(s) operate on the LIM and all remote alarm annunciators during self-test operation. Measure (As Found) L1 to L2 voltage, L1 to ground voltage, and L2 to ground voltage. Document the above test results on the Test Report. Customer Responsibilities Provide free and clear access to the equipment. Provide qualified personnel familiar with the electrical equipment to perform all switching, de-energization, re-energization, grounding, and lockout of the equipment. Coordinate all power outages and absorb any related costs. Provide lighting and 120V power with GFI for the contractor s onsite electrical equipment, if required. Provide a list of job site hazards specific to its operation. These may include, but are not limited to, confined spaces, the presence of chemicals and contaminants, and other operations in the area. Provide emergency response training or documentation to the contractor s employees. Notify its own employees to keep unqualified employees away from the work area for their own protection. All costs, if any, incurred due to rescheduling of services. Labor and expense cost overruns due to 1) delays by others or 2) equipment not being ready to be serviced. Special Work Requirements: Services shall be performed according to the specifications of the government point of contact. The regular work hours for this facility are Monday through Friday, from 8:00 am to 5:00 pm (CST). The inspection and testing services required in this contract shall be performed outside of the regular working hours. The contractor shall be flexible regarding work schedules and be knowledgeable/sensitive regarding special requirements within the government's facility. Property Damage The contractor shall take all necessary precautions to prevent damage to any government property and will notify the Contracting Officer immediately if damages occur. The Contracting Officer will authorize the contractor to remedy the situation in one of the following ways: assess current replacement costs for damaged property, replace damaged property in a timely manner, or correct the damages with like materials at no additional cost/ Identification, Parking, Smoking, Cellular Phone Use, and VA Regulations The contractor's employees shall obtain contractor's badges from the Engineering office in Building 20. The contractor will need to acquire a badge for each worker and ensure that the badge is always worn in a visible location on the worker while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA will not invalidate or make reimbursement for the contractor's parking violations under any conditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including toolkits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States District Court. All completed services will be confirmed and approved by Engineering Service or their designated representative. On completion of service, the Contractor must report to Engineering Office, BLDG. 20, where he /she must return badges. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the brand name. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? 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? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your Unique Entity Identifier (UEI). Responses to this notice shall be submitted via email to Al Cheeks, Albert.CheeksJr@va.gov. With the subject line of email: Isolation Testing Panels, 36C25525Q0390. Telephone responses shall not be accepted. Responses must be received no later than Friday, Jun 13, 2025, at 1200pm 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 source sought. Responses to this source sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.