The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this Sources Sought Notice to identify potential qualified vendors that are interested in and capable of performing this requirement. This requirement is for providing and installing two Advantage 6000 Series Apollo Bathing Systems with Rapid Fill Water Reservoir, Remedy UV Water Purification System, and Level Glide Transfer Chair at the Loch Raven Medical VA Community Living & Rehabilitation Center. Statement of Work Loch Raven Medical Center Specialized Bathing Systems CLC Baltimore VAMC and Loch Raven VAMC General: VISN 5 The VA Maryland Health Care System is dedicated to improving the lives of Veterans and their families every day. Our health care teams are deeply experienced and guided by the needs of Veterans, their families, and caregivers. Request for new bathing tubs in rooms 1D-10 and 2D-10 building 1 Loch Raven Medical Center. Veterans Administration Loch Raven Medical Center requires the installation of 2 Advantage 6000 Series Apollo Bathing Systems with Rapid Fill water reservoir, Remedy UV Water Purification System, and Level Glide Transfer Chair. The contractor will perform all functional test to ensure that the equipment performs in compliance with manufacturers operating instructions. A written service report will provide a detailed description of work performed and cost, which includes an itemized breakdown for labor, hours, parts, material, and warranty information About the sites: The Loch Raven VA Community Living & Rehabilitation Center Provides rehabilitation and recreation therapy for our recovering veterans. The main building also provides hospice, nursing home care and care for patients with Alzheimer s. The surrounding campus provides services including mental health care, audiology, care for Veterans who are blind or have low vision, and more. Period of Performance: The estimated period of performance for this contract to begin on September 1, 2025 and terminate on August 31 2026 provided services and materials. A.) Scope of Work Advantage 6000 Series Bathing System B Gallon Introductory Case Rapid Fill water reservoir Remedy UV water purification system Level Glide Transfer Chair General Mechanical Installation The contractor will be responsible for all components and parts to install Advantage 6000 Series Bathing System B in room 1D-10 and 2D-10 building 1 Loch Raven Medical Center. Technicians shall provide all tools and labor necessary to install piping for plumbing associated with tub assembly. Technicians shall provide all tools and labor necessary for lift assembly where required. Technicians shall provide all tools and labor necessary for remedy Ultraviolet water purification system and all piping associated. Technicians shall provide all tools and labor necessary for level guide chair transfer. Shall ensure proper operation and safe working condition for device. Shut offs shall be installed on all water inlets. Disconnect electric and coordinate with VA electrician for proper lock out tag out. Veterans Administrative Medical Center (VAMC) staff will assist with the oversite of and removal of any older utilities. Remove all debris and clean work area. Electrical install Disconnect power prior to removing wiring and controls for unit. Shall meet current NEC codes and all electrical code installation Reporting for Duty: When onsite visits are mandated contractor staff shall report for duty to 10 north Green Street Baltimore Maryland, 6th floor engineering suite or Loch Raven Facilities and Engineering Department building located at 3900 Loch raven boulevard, building #4, Room 133 prior to performing any work unless otherwise directed by the Program Office Point of Contact. The contractors shall review the required tasks and scheduling with the Facilities and Engineering supervisors prior to the start of each workday. The workday hours shall be coordinated with the Program Office Point of Contact but will generally be 8-hour days depending on the nature of the work required. Reporting Requirements: Upon completion of work the Contractor shall document services electronically or written in a legible format and provide to the Program Office Point of Contact. Documentation requirements are to follow Building Automation System Annual Service Contract scope. Invoicing: Contractor to submit invoicing upon completion of the scope of work. Invoicing will be reviewed by the Program Office Point of Contact for authenticity. Items not to be billed to this contract will be equipment damage, storage fees, fuel fees, rental costs, unverified hours, travel cost, additional fees, taxes, etc. Invoices will be rejected and be required to be resubmitted if errors are detected. Ordering Activities and Officers: The Contractor and/or its staff shall not accept any instructions issued by any other person(s) other than the Contracting Officer, the Program Office Point of Contact, or his/her delegated representative acting within the limits of his/her authority. Purchase of materials will be documented and coordinated through the Program Office Point of Contact. Safety and Security Precautions: The Contractor shall comply with all applicable Federal, State and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. Contractor shall provide his/her employees with the necessary safety equipment required for performance of the contract. The contractor shall take precautions regarding fire and safety policies/procedures within VAMC and their associated Clinics. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. No flammable liquids shall be stored in non-designated areas or used in the medical center without communication and written approval from the Program Office Point of Contact. The Contractor and/or its staff shall immediately notify the Program Office Point of Contact of any existing or potentially unsafe conditions, i.e., frayed electrical cord, dripping, or seeping of fluids. The Contractor shall receive from the Program Office Point of Contact a permit for all cutting, welding, soldering, or Hot Work of any kind. All permits shall be prominently displayed during all activities. All necessary precautions shall be taken by the contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. HAZARDOUS MATERIAL REPORTING: The Contractor shall maintain hazardous material inventories and material safety data sheets (MSDS) for all hazardous materials (as defined in CFR 1910.120, 40 CFR s 355, 370, & 372) to be stored and used on this Medical Center. Hazardous materials must be inventoried when received and at the project s completion. The amounts used shall be maintained for the project duration. Hazardous Materials Inventories, Material Safety Data Sheets and material quantities used shall be submitted to the Contracting Officer for approval and copies furnished to the Contracting Officers Technical Representative. In the event of a spill, Contractor shall immediately notify the Contracting Officer s Technical Representative as well as the Contracting Officer. The Contractor shall be solely responsible for the expense of any cleanup and / or damage resulting of such spill, and the cleanup shall be in accordance with the applicable provisions of 40 CFR Part 761. Smoking Policy: Smoking is not permitted within the VAMC facilities. Smoking is prohibited on the campus ground or military base. Contractors found smoking in/on campus, in their vehicles will be removed from campus and contractors supervision notified. Changes. Only those services specified herein are authorized. Services that are not included in the contract shall NOT be provided unless authorized via a modification issued by the Contracting Officer. Badges and Parking: Contractor personnel are required to wear identification (I. D.) badges issued by the VA Security Office during the entire time they are on the grounds of the VAMC or one of its clinics. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the VAMC Security Office. The Government shall not validate or reimburse for parking violations under any circumstance. At the Baltimore 10 North Greene Street locations parking will be as needed. Parking passes are restricted during business hours to patients only in the parking garage. Contractors will find the nearest location to the building. Contractors may not park in non-designated areas. Contractors may temporarily park vehicles closer to buildings for drop off purposes that do not exceed 30 minutes per day. At the Loch Raven Campus, contractors will park along the designated contractors parking area The Alameda. Contractors may temporarily park vehicles closer to buildings for drop off purposes that do not exceed 30 minutes per day unless otherwise discussed with the Program Office Point of Contact. National Holidays: Listed below are the eleven national holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Also included would be any day specifically declared by the President of the United States of America as a National holiday. Interested & Capable Responses: 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 Loch Raven VAMC. Please respond to this RFI/Sources Sought 36C24525Q0761 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 (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? Please note that if incomplete responses are received. Lack of documentation proving your business can conduct the services being offered or all questions not being answered within this notice, your response will not be taken into consideration. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Patricia.Thai@va.gov (Contract Specialist) and William.Galletta@va.gov (Contracting Officer) no later than 08-21-2025, 3:00 PM EST. 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