The Minneapolis VA Health Care System is conducting market research in accordance with FAR 17.207 Exercise of Options for Annual Elevator Inspection Services as described in the Statement of Work below. This is a SOURCES SOUGHT NOTICE only looking for businesses to provide the services listed in the Statement of Work below for market research purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS OR PRICING AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Responses to this notice will be treated only as information for the Government to consider as part of their market research efforts. The information provided will be used by the Government in developing its acquisition strategy regarding possible set aside for Service-Disabled Veteran-Owned, Veteran-Owned, and other socio-economic categories of small business. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this notice and parties responding will not be entitled to payment for direct or indirect costs incurred in responding to this notice. The North American Industry Classification System (NAICS) code for this requirement is 541350, Building Inspection Services, with an SBA Small Business Size Standard of $11.5 Million. If you are a vendor capable of providing the requested information and required services described below with competitive pricing, send your information with a description of proof of capability and answers to all questions to: Alisha.Milander@va.gov on or before Tuesday, December 23, 2025 at 12:00 PM Central Time. Please provide answers as appropriate to the following questions in the table below with your response to this Sources Sought. Failure to respond accurately to the following questions may affect the acquisition strategy. Failure to respond to the questions at all, or not respond to select individual questions, will result in your response being determined as non-responsive. 1. Please provide all socio-economic categories of your firm (e.g., SDVOSB, VOSB, WOSB, Large Business, 8a, etc.) as well as your firm s SAM Unique Entity ID number (replaces DUNS number) and Government Contract POC. 2. State whether the requested services may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.). 3. State if subcontracting is contemplated for this requirement and what percentage of the work will be subcontracted and for what tasks. 4. Provide estimated lead time to deliver a fully functioning solution as described in the Statement of Work below. 5. Complete the ITEM INFORMATION directly below this section for market research pricing for the services described in the Statement of Work. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB $___________ $___________ WITNESS ANNUAL AND SEMI-ANNUAL INSPECTIONS FOR THE 40 ELEVATORS THROUGHOUT THE MVAHCS CAMPUS. Contract Period: Base POP Begin: 01-15-2026 POP End: 01-14-2027 PRINCIPAL NAICS CODE: 541350 - Building Inspection Services PRODUCT/SERVICE CODE: H399 - Inspection - Miscellaneous *If applicable, VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses or Service Disabled Veteran Owned Small-Businesses.* *If applicable, FAR 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses.* DISCLAIMER This Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. In accordance with 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 Sources Sought. The deadline for this information is 12:00 PM Central Time on Tuesday, December 23, 2025. PRELIMINARY STATEMENT OF WORK Introduction: There are 40 elevators located within multiple buildings throughout the Minneapolis Veteran Affairs Health Care System (MVAHCS). Depending on the type of elevator, these elevators are required to have Semi-Annual inspections, Annual inspections, and a five-year full load test. These inspections need to be witnessed by a third party to ensure they are being conducted properly. Objectives: Witness Category 1 - Semi-Annual inspections, Annual inspections, and Category 5 - 5-year Full Load test of Elevators at MVAHCS in Minneapolis, Minnesota. Verify maintenance and testing is being conducted in accordance with current codes and regulations Statement of Work: Contractor will supply labor, recommended tools for inspectors American National Standards Institute/ American Society of Mechanical Engineers (ANSI/ASME) (A17.2.7(a)), and documentation required to verify and record the specific measurements and results of the elevator equipment. Contractor must only witness inspections and tests to determine the equipment conforms to the applicable code edition and determine that periodic tests performed by the owner, or his agent are conducted in accordance with code requirements and that the results of these tests demonstrate code compliance. Contractor does not have to supply labor, equipment, tools, and test weights applicable to physically performing required inspections. The MVAHCS will supply all labor, equipment, tools, and test weights to physically perform semi-annual, annual (Category 1), and 5-year test (Category 5) tests and inspections. It is not the function or duty of inspector to make any repairs or adjustments to the equipment. Inspections will be performed in May and November. The Contractor shall witness the inspections for 40 elevators located throughout the MVAHCS Facilities. These inspections will occur on semi and annual basis. The contractor shall provide labor, recommended tools for inspectors (A17.2.7(a)), and documentation in accordance with ANSI/ASME A17.1, A17.1A, A17.2.2, as well as all current editions necessary to perform the inspections. See table below for types and locations of elevators: Inspectors must meet the following criteria: Pursuant to the American National Standards Institute/ American Society of Mechanical Engineers (ANSI/ASME) A17.1 section 1000, ASME A17.2 and ASME 17. 3, inspection contractor shall provide proof of Qualification of Elevator Inspectors (QE-1) certification, a copy of inspectors QEI credentials shall be current and have no lapsed periods for a minimum of five years. All inspectors or inspector s assistants shall be an ASME/NAESA qualified elevator inspector with at least five years experience as a certified inspector. Inspector shall be made available within a two-day period from notification for additional onsite consultation and to clarify questions that may arise as a result of inspections at the discretion of the Minneapolis VA Facilities Engineering Contracting Officer s Representative (COR), Assistant Director, or Director at no additional charge. Inspector shall be available for phone, fax, online video conferencing or e-mail consultation during normal business hours. A copy of the original report shall be submitted to the COR and/or Engineering Facilities Director located in BR138 Building 70 at the Minneapolis VA Medical Center. Each report shall include a separate document for each device inspected. The report shall state the location of inspection, the identifying device number, and the type of device, all ASME deficiencies, the reference section and the number or letter designation of deficiencies, a heading and space to indicate scheduled date of repair, actual date of repair and date of inspection. All recommended upgrades shall be listed and identified as recommended upgrades on the same document. ASME Checklist for Inspection of Traction Elevators (Attachment A) and ASME Checklist for Inspection of Hydraulic Elevators (Attachment B) shall be completed for each device inspected, dependent on type of device inspected. A certificate of inspection for each device listing the building, device number, type of duty, city, capacity, speed, date of inspection, elevator mechanic and/or elevator maintenance company, elevator inspector signature and inspectors qualified elevator inspector number, shall be included on the certificate. This certificate shall be included in the report package. Report package shall be completed and delivered as stated above within thirty days of completion of the inspection. Working hours: Anticipated hours of work will be Monday through Friday from 6:00am 5:00 pm. Additional hours must be coordinated through the COR. Work will not be performed on weekends or federal holidays. Observed Federal Holidays: Columbus Day Veteran s Day Thanksgiving Day Christmas Day New Year s Day Martin Luther King Birthday Washington s Birthday Memorial Day Independence Day Labor Day Juneteenth Submittals: Elevator inspection Credentials/Certifications (QE1). References: ASME A17.2 and ASME 17. 3 Safety: Contractor is responsible for maintaining a safe working environment for their employees as well as the MVAHCS Staff. Work areas will be kept cleaned throughout the day and all trash and demolished materials properly disposed of daily. Appropriate Personnel Protective Equipment will be worn while performing work on the VA Campus. Contractor shall follow all VA policies concerning lock out and tag out of electrical and mechanical devices Security: Contractor personnel need to obtain a vendor s badge form VA Security located at the outpatient entrance security desk. A valid government issued form of identification will be required to receive a badge. A charge of $25 will be assessed for any badges that are not returned at the completion of the project. Contractor s Technicians are required to check in with the COR or Grounds Supervisor upon arrival at facility to obtain access and any additional instructions, task explanations and project location information. Daily performance log sheets are required to be submitted to the Contracting Officer (CO) and COR daily. Parking/Storage: Parking is available in parking lots 11, 43A and 43B for vehicles (automobiles and Pickup trucks). Larger vehicles, equipment, job site trailers or storage containers must utilize parking lot 43A only. Contractor s contact information (name and phone number) is required to be displayed on all vehicles, equipment, trailers or containers that are stored overnight at the MVAHCS. Dropping off tools and materials at the loading dock is permitted but no parking is allowed in the loading dock area. Unattended vehicles in unauthorized parking areas will be ticketed by MVAHCS Police.