Page 4 of 4 THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS (a) The Government does not intend to award a contract solely on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this Sources Sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Syracuse, NY for the purpose of collecting information about Fire Alarm Testing at the: Department of Veterans Affairs Medical Center, Canandaigua located at: 400 Fort Hill Avenue, Canandaigua, NY 14424 The VA is seeking a information about a contractor that can start work immediately upon award of a contract (provided they meet all set-aside requirements, have demonstrated they are capable of meeting the Statement of Work (SOW) requirements, meet all internal responsibility checks, and have been determined to have submitted an on-time and fair and reasonable price quote. All work shall be carried out and completed by the Period of Performance (POP) as outlined in the final SF1449 schedule [see SOW for estimated dates/times]. The NAICS code identified for this requirement is 561621 - Security Systems Services (except Locksmiths). Product and Service Code (PSC): H263- Equipment and Materials Testing-Alarm, Signal, and Security detection systems. (e) Cursory market research has identified several businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Jason Rundle at jason.rundle@va.gov. Please send all inquiries to: jason.rundle@va.gov by the due date on the cover of this notice and with a subject line of: Response to RFI for Fire Alarm Testing not later than: 7/28/2025 @ 14:00EST. Phone calls will not be accepted. (f) Part of the purpose of this Sources Sought is to determine the viability of set aside to a specific socio-economic category. Contractors interested shall identify the following information upon response to this notice (see list below) Contractors Shall Also Identify: NAICS code for the services being offered Their Firms Unique Identification Number as issued to them by Dunns & Bradstreet or (D-U-N-S) number. Their companies declared Size (Large or Small Business) as designated under the above NAICS Code (be sure this NAICS is listed on your SAM registration as well). SBA size standards table is available on their website at: https://www.sba.gov/document/support-table-size-standards . *This information along with other market research may be used to determine the viability of a set aside for this requirement* Any current (Federal, GSA, DLA, etc) contracts or agreements allowable for use by the Department of Veterans Affairs along with the appropriate Identification information (Contract Number, Awarded Date: Expiration Date, etc.) POC s within their firm (be sure to include Name, Phone Number, and E-mail) that can be reached for Billing/Invoicing, SAM Updates, etc. (g) Additional Information for the requirements(s): Detailed Specifications: Building 37 IRM Suite: Vendor shall perform annual fire alarm system testing and inspection of the main fire alarm panel, preventative maintenance as specified by the manufacturer, Simplex, and any software updates. Building 02 Fire pump: Vendor shall perform annual testing and inspection of the building 02 fire pump; model Centrifugal Fire Pump, size 8X6X12F-S, type 8100 and perform any needed preventative maintenance. Additional Vendor Requirements: All testing shall be in accordance with the latest edition of National Fire Protection Association (NFPA) 72, Chapter 7 (Section 7.6), Inspection, testing and maintenance, the OEM (Simplex or Centrifugal) and the VA standards. Vendor technicians shall be properly trained on the equipment and NICET certified and provide COR with all licenses, certifications and all other proof of industry-specific training prior to work being performed. Vendor shall perform all annual testing and return the system to working order, within same visit. Maintenance, Inspection and Testing Records shall be provided to the COR within 3 days after completing the inspection and testing Notification of any major deficiencies shall be reported to the COR at the time of inspection. Notes: The annual testing, inspection, service/maintenance of the building 37 IRM Suite, Simplex fire alarm system and any software upgrades to the control panel. Annual testing, inspection, service/maintenance of the building 02 fire pump. The pump is a A-C Fire Pump & ITT Industries model 8100 split case model. Serial # 22-093576-01-01/QLA048. Vendor shall provide all labor, materials, tools and equipment to perform testing, maintenance, cleaning and calibration of all Fire Alarm components in accordance with the latest edition of National Fire Protection Association (NFPA) 72; Chapter 7 (Section 7.6), Inspection, testing and maintenance , the Original Equipment Manufacturer (OEM); Simplex or Centrifugal and the VA standards.