Sources Sought Notice (SSN) Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 16 (NCO16) This SSN is for market research and planning purposes only and shall not be considered an Invitation for Bid (IFB), Request for Task Execution Plan, Request for Quotation (RFQ), or a Request for Proposal (RFP). Additionally, there is no obligation on the part of the Government to acquire any products or services described in this SSN. Your response to this SSN will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this SSN. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. 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 SSN. The North American Industry Classification System (NAICS) for this requirement is 333912 with a size standard of $25.0 Million and Product Service Code (PSC) of 4310. Please note that this is a draft Statement of Work. DRAFT STATEMENT OF WORK (SOW) Procurement of QSI-50 and QGV-50 Air Compressors and Associated Equipment BACKGROUND The procurement of one (1) Quincy Model QSI-50 or equal brand name fixed-speed rotary screw air compressor, one (1) Quincy Model QGV-50 or equal brand name variable-speed rotary screw air compressor, two (2) regenerative desiccant compressed air dryers, and associated accessories at Central Arkansas Veterans Healthcare System (CAVHS) in North Little Rock, AR. The compressors shall operate in a lead-lag configuration and shall be capable of networked communication and remote monitoring using Q-Control and Q-Connect or equal systems. WORK HOURS AND SCHEDULING ARRANGEMENTS Nathan to provide hours for delivery and commissioning. Prior to work being performed proper coordination shall be initiated between the contractor and the government to ensure that delivery/services can be executed when scheduled. Work will not be scheduled or be performed on federal holidays. The Federal Holidays which are observed by the federal government are annotated below. New Year s Day Martin Luther King s Birthday President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Any other day specifically declared to be a national holiday (per Federal Statute, Executive Order, or by the President s Proclamation). An alternative schedule (different from the one described above) may be used if there is a mutual agreement between the government and the contractor regarding this alternative schedule. SCOPE The vendor shall provide all labor, materials, hardware, maintenance, and support necessary to ensure the Quincy Model GSI-50 or equal brand name and the Quincy QGV-50 or equal brand name functions at full capacity while in use at the facilities (to include operating as intended by the manufacturer). The proposed contract shall include startup and commissioning services with the Original Equipment Manufacturer (OEM) specifications and guidelines. Equipment Requirements are as follows: Quincy Model QSI-50 or brand name equivalent (1) Type: Helical screw, single-state, oil-flooded, air-cooled Motor: 50 HP, 460V, 60 Hz, TEFC enclosure Air Capacity: 240 CFM at 125 PSI Sound Level: 77 dB(A) Standard Features: High dust capacity inlet filter Phase monitor Hinged boltless access doors Quick access to consumables Large diameter rotors Compact footprint Spin-on oil filter ASME-coded air/oil reservoir Water-cooled oil cooler with temperature regulation Air/oil separation with <3 PPM oil carryover TEFC drive and fan motors Q-Control or equal electronic panel with: 5.7" color display Ethernet connectivity Real-time trending Remote I/O Day/week scheduling Dual pressure band Graphic service plan indicator Hour meter and reservoir pressure gauge Safety features: High temperature pre-warning Discharge pressure relief valve High temperature shutdown with dual probes Wye-Delta reduced voltage starter (480V, NEMA 1 enclosure) Structural steel base Initial fill of QuinSyn Plus or equal synthetic lubricant Q-Connect or equal cellular connectivity hardware for remote monitoring and service alerts Quincy Model QGV-50 or brand name equivalent (1) Type: Helical screw, single-stage, oil-flooded, air-cooled Motor: 50 HP, 460V, 60 Hz, TEFC enclosure Air Capacity: 60 259 CFM Operating Pressure Range: 75 150 PSI Sound Level: 77 dB(A) Standard Features: Same features as QSI-50 or equal, with the addition of: Variable Speed Drive (VSD) Total oil capacity: 4.5 gallons Outdoor Protection (2) For both QSI-50 or equal brand name and QGV-50 or equal brand name models Designed for outdoor operation between 35 and 115 Includes canopy modifications to protect against rain, wind, debris, and sunlight Ducting/shielding over inlet and discharge Controller protection NEMA 4 electrical enclosure Freeze Protection Package (2) For both QSI-50 or equal brand name and QGV-50 or equal brand name models Allows startup at ambient temperatures down to -4 Continuous operation at 14 Requires external 120V power supply Compressed Air Dryers Heatless Regenerative Desiccant Air Dryer (2) Flow Capacity: 250 SCFM Dew Point: -40 Working Pressure: 100-150 PSIG Max Pressure: 200 PSIG Inlet Temperature Range: 34 - 100 Max Ambient Temperature: 125 Electrical: 115V, 1-phase, 60 Hz, NEMA 12 Inlet/Outlet: 1-1/2 NPT Dimensions: 36 L x 33 W x 86 H Weight: 780lbs Desiccant: Activated alumina, 140lbs per tower Standard Features: Demand cycle w/digital dew point display Touchscreen HMI Pre-filter (0.01 micron) with differential pressure indicator and drain Tower pressure gauge ASME and CRN certified carbon steel pressure vessels Pressure relief valve set at 200 PSIG Communication and Control Requirements: Compressors must be capable of networked operation using Q-Control or equal (up to six (6) units) Must include Q-Connect or equal cellular hardware for remote monitoring System must support: Real-time performance visualization Service status tracking Remote diagnostics Optional alerts (email/text) Must allow lead-lag operation with automatic alternation and failover capability WARRANTY REQUIREMENTS: Air End: 10 years Drive Motor: 5 years Air/Fluid Receiver: 5 years Cooler: 5 years VENDOR RESPONSIBILITIES: Delivery and Freight: Deliver all equipment to the designated location at CAVHS, North Little Rock, AR Startup and Commissioning Services Coordinate with VA M&O Section to schedule startup after installation is complete. Once electrical work and wiring are completed by VA personnel, the vendor s technician shall: Verify incoming voltage and ensure proper motor rotation Complete a comprehensive startup checklist Register the equipment warranty either via hard copy or online portal Warranty coverage shall begin at the time of successful startup Conduct a walkthrough of the compressor system and controls with VA staff Configure compressor settings per VA instructions Terminate network connectors to the system PLC Program and test the compressor network to ensure proper lead-lag operation and communication DOCUMENTATION AND TRAINING: Provide all equipment manuals, warranty documentation, and start-up reports Provide basic training to VA staff on system operation and monitoring tools VA RESPONSIBILITIES: Perform all installation, rigging, and utility connections. Provide 120V power for freeze protection. Complete all electrical wiring before vendor setup. Coordinate access and scheduling for vendor startup and walkthrough. INVOICING AND PAYMENTS: Invoices for payment shall be submitted monthly in arrears, and the following information shall appear on all invoices: Contractor s name/address/phone number Contract Number: XXXXX, Month and year of service for invoice submitted Contract Line-Item Number and description of service performed PO) funding number Line-Item Price(s) being invoiced Total invoice amount Timeframe of charges included in the invoice NOTE: Invoices with any incorrect or incomplete information will be returned to the Contractor for resubmission. The following information is requested in response to this SSN: General Company Information: Name of Company: Address: Point of Contact: Phone Number: Email Address: Company Website (if available): SAM Unique Entity Identifier Number: Commercial & Government Entity (CAGE) Number: Business Type (Socio-economic status as it relates to 333912). Please ensure the System for Award Management (SAM sam.gov) indicates this NAICS code if you are interested in the requirement. Please put a check mark or X next to the type of business you are below: Large 8(a) HUBZone Small Business Small Disadvantaged Business Woman-Owned Small Business Service-Disabled Veteran-Owned Small Business Veteran-Owned Small Business ***Note: All Veteran-Owned Businesses must be registered in SBA Veteran Small Business Certification at Veteran Small Business Certification (sba.gov) to be considered a Veteran Owned Business. Socioeconomic status (whether Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VSOB), HUBZone, 8(a), Woman Owned, Small Disadvantaged, etc.). If small, does your firm qualify as a small, emerging business, or small disadvantaged business? For all small businesses, including SDVOSB and VOSB, at least fifty (50) percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. If disadvantaged, specify under which disadvantaged group, and if your firm is certified under Section 8(a) of the Small Business Act. *** Is this product available under a federal supply schedule (GSA)? If yes, please provide the contract number. Do you (Contractor) manufacture the product itself, or are you a distributor of the items being researched above? Is your product domestic (made in the United States) or non-domestic? Is your product name brand or equal to the product the government is seeking? Please communicate how the product is equal to, if not name brand. Are you an authorized distributor/reseller? Must provide OEM authorization with SSN response. Do you (Contractor) supply a product manufactured by another small domestic business, if it is a nonmanufacturer? Is your (Contractor) Buy American Certificate complete in SAM? Please provide evidence with a response. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with a response. What is your schedule of delivery after receipt of the order for the product? Does the contractor possess the training and certification required to perform the startup and commissioning services with the OEM specifications and guidelines? Contractors shall provide an estimated industry pricing for the product for market research and budgetary purposes. Provide descriptive literature demonstrating the ability to meet the SOW requirements/salient characteristics listed for the product being offered. Please provide a list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement, illustrating the capability for comparison to the product meeting the specific requirements per the draft SOW. All responses to this Sources Sought Notice should be emailed to carmyn.williams@va.gov. All responses are due by noon on Monday, 26 January 2026.