This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the service described in the Statement of Work (SOW) / Performance Work Statement (PWS). Potential offerors are invited to provide information via e-mail to natalie.acevedo@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition according to Performance Work Statement (PWS). Potential contractors shall provide, at a minimum, the following information to natalie.acevedo@va.gov: 1) Name, address, point of contact name, phone number, and e-mail address. 2) Brief capability statement with enough information to determine if the company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quote (RFQ) nor does it restrict the Government to an ultimate acquisition approach but rather provide a short statement regarding the company's ability to provide the services as detailed in the Statement of Work. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. 3) Statement attesting, they are properly certified in accordance with the SOW/PWS. The capabilities will be evaluated solely for the purpose of determining the appropriate acquisition strategy for this requirement. The Government must ensure there is an adequate competition among the potential pool of available contractors using SBA website. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. This synopsis is not a solicitation announcement for Request for Quote (RFQ). No formal solicitation document exists at this time, and no contract will be awarded from this announcement. Respondents will not be notified of the results of the evaluation. Interested contractors should respond via email by 10:00 AM (EST) on December 22, 2025. PERFORMANCE WORK STATEMENT SUMMARY: General: The Stratton VA Medical Center in Albany New York is seeking services for Central Chiller Plant and OR Chillers operation, maintenance and repair services. The intent is to cover preventive maintenance and repairs on all Main chiller plant equipment and OR chillers in the inventory listed below, as stipulated in this performance work statement. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Chiller Maintenance and repairs Service as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall meet the standards in this contract. Equipment: Main chiller Building # 54 Maintenance, Operation, Inspection, Repair. 1) 1 Trane Centrifugal Chiller 750-ton 1000# R-123 2) 2 Trane Centrifugal Chiller 750-ton 1000# R-123 3) 3 Trane Centrifugal Chiller 1000-ton 1700# R-123 4) Main Chiller Building Roof Cooling tower #1 BAC Model 3604A-2 5) Main Chiller Building Roof Cooling tower #2 BAC Model 3604A-2 6) Main Chiller Building Roof Cooling tower #3 BAC Model 3456C-2 7) Variable Frequency Drives 8) Equipment from Attachment A, B,C, D chiller plant inventory Main Hospital Sub basement OR Chiller Maintenance, Operation, Inspection, Repair. OR Chiller 1 Manufacturer: Trane Model: RTUD110F Serial: U22J03995 OR Chiller 2 Manufacturer: Trane Model: RTUD110F Serial: U22J03994 Variable Frequency Drives Equipment from Attachment B OR /ARF plant inventory Objectives: This contract will produce a tangible, implementable solution that assures safe efficient operation and maintenance of the Main Hospital chiller plant and OR Chillers Listed in the inventory at the Stratton VA Medical Center. Scope: Services to be provided are: Preventive Maintenance schedule sees attachment C Covered items main chiller plant Valves, actuators, pumps, motors, vfd, see attachment A Covered items OR chiller plant Valves, actuators, pumps, motors, vfd, see attachment B Covered items ARF Chiller stated in attachment A All services currently covered under the existing contract 47QSWA20D002A/ MOD 47QAWA20D002A Chiller Operation / Automation Repairs Normal PM s and 24-hour emergency response to alarms and equipment failures called in by FMS personnel Operation integrity Eddy Current testing on a 3-year basis option year 2 2029 See attachment D Year-Round cooling season (2) Tower cleanings per year for Towers 1-2 One Tower Cleaning per year for Tower 3 Annual cleaning of plate and frame heat exchanger 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 RFI 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 RFI.