SOURCES SOUGHT NOTICE Before responding please carefully read and consider the following: Reverse Osmosis / Deionization Water System Maintenance Services for the Minneapolis VA Health Care System. This is a Sources Sought Announcement Only and no solicitation is currently available. Responses will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this Sources Sought Notice, a solicitation announcement may be posted. A response to this Sources Sought Notice is not an adequate reply to a potentially forthcoming solicitation. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. Furthermore, the Government reserves the right to cancel this requirement at its discretion. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 221310, Water Supply and Irrigation Systems, size standard is $41 million. NOTE: Please ensure that the System for Award Management (SAM) indicates this NAICS code if you are interested in the requirement. As this is a service acquisition with an estimated total cost over the Simplified Acquisition Threshold, the Small Business Administration and the Federal Acquisition Regulation have Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/part-52. This acquisition may also be subject to the Service Contract Labor Standards, see FAR 37.107. Additional information is accessible at SAM.gov | Wage Determinations. Description of Services See attached Statement of Work Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations, shall submit capability statements so the Government can determine the firm s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government s review of the industry s ability to perform or provide these requirements. Firms shall include the following information with their responses: Organization name, unique entity identification (UEI) number, address, email address of a point of contact who can verify the demonstrated capabilities, website address, and telephone number. Capability statement demonstrating the ability to meet the specialized requirements stated in the Statement of Work and their expertise in the above-described areas in sufficient detail, including any other specific and relevant information. Small Business respondents indicate the estimate of services to be subcontracted. What percentage of services (estimated) would the company perform as the Prime Contractor? __________________% What percentage of services (estimated) would the company subcontract to other firms? __________________% State whether any of 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.). Only firms seriously interested and truly capable should send their information and/or capability statement and any questions by email to cameron.rick@va.gov no later than 12:00PM Central Time, November 6, 2025.