This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd, Los Angeles, CA 90073 is seeking a contractor to provide high speed internet service for radio and camera systems at VA Medical Center, 11301 Wilshire Blvd, Los Angeles, CA 90073, VA Sepulveda Ambulatory Center, 16111 Plummer St, North Hills, CA 90073 and LA Downtown Clinic, 351 E. Temple St. Los Angeles, CA 90012. The contractor must provide the following tasks: Equipment The contractor must coordinate project planning and engineering for the system with COR and or designee and the O&IT service at each site location Contractor must do device initialization, test verification, wireless connectivity/validation. The contractor must provide equipment and service to the Greater Los Angeles Medical Center demarcation point to include: 2-1000mbps lines w/28 block IP Contractor will provide equipment and service for each demarcation point at the Los Angeles Ambulatory Care Center and Sepulveda Ambulatory Care Center. 1-500mbps line w/28 block IP 1-1000mbps line w/28 block IP VA will provide router/switch from modem to government equipment Installation Contractor must provide full installation services in accordance with VA, VHA, and VAGLA policies and procedures. Contractor must repair any damage caused during installation, repairs will be required to match existing color schemes, ceiling tiles and grid, lead patching, floor damage, and any additional damage to facility. During the installation, contractor must notify the VA POC of any changes to existing light, HVAC, sprinkler, Fire and Safety systems prior to changes/movement. Vendor must provide removal and disposal of materials used for construction this includes cleaning of all debris and waste resulting from this project. ADDITIONAL SERVICES Contractor must provide via email the Quarterly performance review and follow up of the review to VA POC. Contractor must provide regular software updates. Vendor must provide Operational Support- Contractor shall provide 24hr support and response for service within 24hrs to any of the mentioned locations upon notification of service disruption or equipment malfunctioning. If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 517112? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 517112 (1500 employees). Responses to this notice shall be submitted via email to Ositadima.ndubizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 10/27/2025 10:00 AM PST. After review of the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov