The Minneapolis VA Health Care System is conducting market research in accordance with FAR 17.207 Exercise of Options for Steri-Trac Sensor Exchange 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 811210, Electronic and Precision Equipment Repair and Maintenance, with an SBA Small Business Size Standard of $34.0 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, June 17, 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 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. Provide estimated lead time to deliver a fully functioning solution as described in the Statement of Work below. *If applicable, FAR Provision 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses.* *If applicable, 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 SDVOSBs/VOSBs.* 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, June 17, 2025. PRELIMINARY STATEMENT OF WORK Minneapolis Veteran Affairs Health Care System Steri-Trac Sensor Exchange Service Introduction: Provide a sensor exchange service program with a vendor that can provide calibrated hazardous gas sensors for the MVAHCS Sterile Processing Services Center Steri-Trac monitoring system. Objectives: Provide calibrated sensors on a rotational basis Statement of Work: Vendor will provide calibration services for all sensors for Steri-Trac Et0 monitors, every 4 months, as part of a calibration/ exchange program. New sensors shall be replaced for all Steri-Trac H20 monitoring devices, every 4 months. The sensors shall be automatically shipped out every 4 months, as part of the calibration/ exchange program for all VA-owned Steri-Trac equipment. The replacement sensors will be calibrated prior to being shipped to the VA Health Care System (VAHCS), located in Minneapolis Minnesota. A prepaid shipping box will be provided by the contractor to ship used sensors back to the contractor. The Contractor shall use testing equipment that is calibrated and adheres to the standards and criteria set forth by the National Institute of Standards and Technology (NIST), as recommended by the ISO-9001 requirements. As proof of current calibration, the Contractor shall provide a Traceable Calibration Certificate to the VAMC, presented upon initial contract issuance and each time certificates are updated. Each Service Technician must be trained and qualified to repair the equipment they are dispatched to diagnose, repair and/or perform maintenances services upon. In order to provide proof that their qualifications meet industry and manufacturers standards, Vendor must provide a certificate of training for each Technician that may be dispatched to the MVAHCS. Vendor shall provide a service report to the Chief of the SPS Department, and to the maintenance section of the Engineering Department, each time replacement parts are issued and/or service is performed. A scheduled timeline of preventive service and/or supplies being delivered shall be provided at the start of each contract year Project Deducts: None. Expected Asbestos or Lead: Not applicable Working hours: Anticipated hours of work will be Monday through Friday from 7:am 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 Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Submittals: none References: None Safety: Contractor is responsible for maintaining a safe working environment for their employees as well as the MVAHACS 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. Security: Contract 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 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 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. MVHACS POC s: ATS Supervisor 612-467-4910 Carpenter Shop Supervisor 612-467-2628 Electrical Shop Supervisor 612-467-2630 Energy Center Supervisor 612-467-1969 Grounds Supervisor 612-467-2349 HVAC Shop Supervisor 612-467-2632 Pipe Shop Supervisor 612-467-2631 Maintenance Shop Supervisor - 612-467-6537 Contract Officer Representative (COR) - 618-629-7888. Engineering Support - 612-467-2017 PLEASE PROVIDE ESTIMATED PRICING/QUOTES BELOW FOR MARKET RESEARCH PURPOSES WITH YOUR RESPONSE TO THIS SOURCES SOUGHT. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 6.00 JB ___________ _________ STERI-TRAC SENSOR EXCHANGE PROGRAM ST2-HSXP Contract Period: Base POP Begin: 10-15-2025 POP End: 10-14-2026 PRINCIPAL NAICS CODE: 811210 - Electronic and Precision Equipment Repair and Maintenance PRODUCT/SERVICE CODE: J065 - Maintenance, Repair, and Rebuilding of Equipment - Medical, Dental, and Veterinary Equipment and Supplies 0002 9.00 JB ___________ _________ STERI-TRAC SENSOR EXCHANGE PROGRAM ST2-PSXP Contract Period: Base POP Begin: 10-15-2025 POP End: 10-14-2026 PRINCIPAL NAICS CODE: 811210 - Electronic and Precision Equipment Repair and Maintenance PRODUCT/SERVICE CODE: J065 - Maintenance, Repair, and Rebuilding of Equipment - Medical, Dental, and Veterinary Equipment and Supplies