THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 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 15.201(e). SEE ATTACHMENT FOR DETAILS: RENTAL OF PORTABLE SOLAR LIGHT TOWERS. 4000W SIX (6) SOLAR LIGHT TOWER . PORTABLE LIGHT RENTAL . THIS IS A 8-MONTHS RENTAL/LEASE REQUIREMENT. BRAND NAME OR EQUAL TO IAW SOW OEM DISTRIBUTOR/AUTHORIZATION LETTER FROM THE MANUFACTURER IS REQUIRED FOR ALL RESPONSES, IF NO OEM LETTER IS SUPPLIED THE VENDOR WILL BE CONSIDERED NON-RESPONSIVE AND THE VENDOR WILL BE DIS-QUALIFIED AT THE TIME RFI WILL CLOSE . MUST COMPLETE THE BUY AMERICAN CERTIFICATE - FAR 52.225-2. This is a requirement for: U.S. Department of Veterans Affairs VA Medical Center (VAMC). DESCRIPTION: The Washington DC VAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Washington DC VA Medical Center WAREHOUSE/ATTN: 50 irving Street NW Washington, DC 20422. 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. IAW FAR 15.201(e), 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. Note: The contractor shall deliver the required commodities (Please see attachments) no later than 60 days or less from the date of the award, otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm at the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. The information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. ** MUST ANSWER ALL THE FOLLOWING QUESTIONS FROM 1 TO 14 ** **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** 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 or distributor of the items being referenced above? Must provide the Manufacture Name (OEM) & Manufacturer Part (MPN). Must complete the Buy American Certificate. FAR 52.225-2. If you are not a manufacturer. The company shall provide an OEM authorized distributor or reseller letter from original equipment manufacturers (OEM) to qualify for this requirement. If no OEM letter will be provided. The vendor will be considered nonresponsive, and the vendor will be disqualified at the time source sought notice (RFI) will close. Does all the items are on FSS/GSA. If the answer is yes. Please provide the FSS/GSA Contract Number and special item number (SIN) & OEM Letter from the Manufacturer that you are authorized to sell this product. Does all the items are on NAC/SAC or SEWP V. Please provide the contract number. Please provide general pricing for your products/solutions for market research purposes. Legal Business/Company Name (as it is indicated in https://sam.gov ). Unique Entity ID UEI (SAM). Warranty Information (Can be a separate attachment). Point of Contact Name, Telephone number and email address. Must provide the estimated delivery time frame after award. For example: Within 60 days ARO, Within 90 days ARO. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Tuesday, January 20, 2026, by 3:00 PM (EST). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After reviewing the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. B.2 STATEMENT OF WORK STATEMENT OF WORK (SOW) RENTAL OF PORTABLE SOLAR LIGHT TOWERS 1.0 INTRODUCTION AND BACKGROUND The Washington DC VA Medical Center (DC VAMC), located at 50 Irving St NW, Washington, DC 20422, has an urgent need for temporary, high-intensity illumination to ensure the safety and security of patients, visitors, and staff. To mitigate safety and security risks associated with insufficiently lit areas (parking lots, egress routes, and immediate surrounding areas) while the permanent site lighting is under repair, the DC VAMC requires the immediate rental and deployment of six (6) portable solar light towers. 2.0 SCOPE OF WORK The selected Contractor/Vendor shall provide, deliver, maintain, and remove six (6) portable solar-powered light towers on a rental basis for the duration of the contract period at the Washington DC VA Medical Center. The equipment must meet or exceed the minimum specifications detailed below and be capable of operation upon delivery. 3.0 TECHNICAL REQUIREMENTS AND SPECIFICATIONS The Contractor shall provide six (6) portable solar light towers with the following minimum specifications: Feature Minimum Requirement Rationale Quantity Six (6) Towers To illuminate multiple critical areas simultaneously. Primary Power Source 100% Solar-Powered Eliminates refueling costs, avoids environmental risks (spills/leaks), and ensures silent operation (eliminates audible trespassing). Alternate Power Source Capable of utilizing 120 Volt Shore Power input for charging/operation. The connection shall utilize a standard NEMA 5-15 or NEMA 5-20 plug configuration. Provides a reliable backup method to charge the batteries or operate lights during extended cloudy periods using common facility receptacles. Light Source LED Energy efficiency and longevity. Number of Heads Four (4) Directional Heads per tower Maximizing area coverage. Light Intensity (Output) 1,000 Watts (LED Equivalent) per light head (Total 4,000 Watts equivalent per tower) To project a high-intensity, wide-area illumination for safety and security. Operational Run Time Minimum of 12 hours of continuous light per full charge To cover all nighttime hours. Condition Excellent Working Condition Ensuring reliability for the rental period. Mast Height Telescoping mast minimum 20 feet vertical For broad light coverage over required areas. Mobility/Design Durable trailer-mounted design To enable easy towing and repositioning around the facility with a truck. Controls User-friendly touchscreen controls with a power-saving mode and low battery indicator. Enhancing ease of use and battery life management. Controller Settings Controller shall be able to be set hourly, daily, or manually switched to ON and OFF. Allowing flexible scheduling based on need. Recharge Recharges automatically in sunlight. Ensuring continuous power supply. Transport Dimensions Transport dimensions shall meet all applicable DOT guidelines. 4.0 PERIOD OF PERFORMANCE (RENTAL DURATION) The initial rental period will commence upon delivery and acceptance of the equipment and will last for eight (8) months, with the possibility of extensions based on the duration of the permanent lighting repairs. 5.0 DELIVERABLES AND SCHEDULE 5.1 DELIVERY LOCATION The light towers shall be delivered to the Washington DC VA Medical Center, 50 Irving St NW, Washington, DC 20422. The Contractor shall contact the Contracting Officer s Representative (COR) or Point of Contact (POC) upon award to obtain the precise receiving location and instructions prior to delivery. COR or POC Scott Lockamy Electrical/Electro-mechanical Supervisor/COR-2 [O] 202-745-8497 [preferred] [C] 202-227-0674 Washington DC VA Medical Center 50 Irving St, NW. Washington, DC 20422 jeffery.lockamy2@va.gov 5.2 DELIVERY SCHEDULING Delivery shall be scheduled a minimum of forty-eight (48) hours in advance with the COR/POC. Delivery must occur during normal business hours (e.g., 8:00 AM 4:00 PM EST, Monday Friday, excluding Federal holidays), unless otherwise approved by the COR. 5.3 ACCEPTANCE AND DEMONSTRATION All six (6) light towers must be delivered to the designated receiving location. The Contractor/Vendor shall demonstrate the basic operation and safety features of each tower to the COR/POC or designated facility staff. The Contractor must ensure that each unit is in full working order and fully charged with the ability to provide the 12-hour minimum run time requirement prior to formal acceptance by the Government. NOTE: The DC VAMC Facilities Management Service (FMS) staff will be responsible for the final set-up, positioning, and deployment of the towers once delivered and accepted. 6.0 MAINTENANCE AND SERVICE LEVEL REQUIREMENTS The Contractor is responsible for the continuous operational readiness of all six (6) rental units throughout the Period of Performance. Service Metric Requirement Response Time (Reported Failure) Contractor/Vendor shall provide service on-site within one (1) hour of reported operational failure. Replacement Time (Unit Failure) If a unit cannot be immediately repaired and fails to operate, a replacement tower of equal specification and charge shall be provided and deployed to the receiving location within eight (8) hours of the initial reported failure. Maintenance Contractor shall perform all necessary routine and preventative maintenance to ensure continuous operation, including re-charging, as necessary. 7.0 GOVERNMENT RESPONSIBILITIES The Government (specifically FMS staff) will: Designate a Contracting Officer s Representative (COR) or Point of Contact (POC). Provide access to the designated areas for delivery and maintenance of the light towers. Be responsible for the final set-up, deployment, and positioning of the towers on-site. 8.0 CONTRACTOR/VENDOR RESPONSIBILITIES 8.1 DELIVERY AND REMOVAL The Contractor shall be responsible for the timely delivery to the specified receiving location and, at the end of the rental period, the timely removal of all six (6) light towers from the DC VAMC premises. 8.2 PROPERTY PROTECTION The Contractor/Vendor shall exercise all necessary precautions to avoid damaging any Government property, infrastructure, or surrounding grounds during delivery, maintenance, and removal. 8.3 DAMAGE LIABILITY Any damage to Government property determined to be a result of Contractor negligence will be the sole responsibility of the Contractor, who shall incur and execute the full cost of repair or replacement. 9. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor 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. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court. 10. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal OSHA Bloodborne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with bloodborne pathogens. B. Have policies and procedures which reduce the risk of employee exposure to bloodborne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. LINE - ITEM DESCRIPTION BRAND NAME OR EQUAL TO IAW SOW RENTAL OF PORTABLE SOLAR LIGHT TOWERS. 4000 W SOLAR LIGHT TOWER PORTABLE LIGHT RENTAL RENTAL MODLEL # 0120400. REQUESTED RENTAL QUANTITY: 6 POP: FOR 8 MONTHS. B.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 8.00 MO __________________ __________________ 4000 W SOLAR LIGHT TOWER. PORTABLE LIGHT RENTAL. REQUESTED RENTAL QUANTITY: 6 (SIX). POP:8 MONTHS. RENTAL MODEL # 0120400. CONTRACTOR MUST PROVIDE RENTAL PORTABLE LIGHTS. LOCATION: 50 IRVING ST. NW, WASHINGTON DC 20422. INCLUDING ALL SERVICES AND MAINTENANCES REQUIRED IAW SOW. "BRAND NAME OR EQUAL TO IAW SOW" CONTRACT TYPE: FIRM-FIXED PRICE. PRINCIPAL NAICS CODE: 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing PRODUCT/SERVICE CODE: W062 - Lease or Rental of Equipment - Lighting Fixtures and Lamps MANUFACTURER PART NUMBER (MPN): 0120400 LOCAL STOCK NUMBER: 0120400 0002 1.00 EA __________________ __________________ PICK-UP AND INSTALLATION CHARGES (6 RENTAL ITEMS). 6 RENTAL ITEMS (MODEL # 0120400) FOR 8 MONTHS. "BRAND NAME OR EQUAL TO IAW SOW" CONTRACT TYPE: FIRM-FIXED PRICE. PRINCIPAL NAICS CODE: 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing PRODUCT/SERVICE CODE: W062 - Lease or Rental of Equipment - Lighting Fixtures and Lamps MANUFACTURER PART NUMBER (MPN): N/A LOCAL STOCK NUMBER: N/A GRAND TOTAL __________________