This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238220, (J045) with a size standard $19 million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Plumbing and Pipefitting inspection and repair services per the Statement of Work below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 12PM EST, November 19, 2025. All responses under this Sources Sought Notice must be emailed to issa.shawki@va.gov with Sources Sought #36C24126Q0079 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Statement of Work General This is a solicitation for a Basic Purchasing Agreement (BPA) for Plumbing and Pipefitting inspection and repair services that could be used to issue individual Task Orders (TO s) for service to each VA Medical Center (VAMC) listed below under stations, with more stations potentially to be added at a later date. The purpose of this solicitation is for interested vendors to provide quotes that could lead to a single-award VISN-Wide BPA or a multiple-award VISN-Wide BPA, in order to allow eligible VAMCs to meet future plumbing and pipefitting work requirements. The duration of the BPA will be 5 years from date of award. The Statement of Work details the basic requirements of the resulting BPA. There is no guarantee of work orders to be placed off the BPA. Work may be ordered off the BPA on a Task Order (TO) basis, generally of either a job or annual basis with defined work requirements. The contractor will be required to provide 24/7 response to pipefitting, water system, fire sprinkler system, steam system, medical and natural gas system piping issues. Successful vendors will provide all labor, transportation, materials, apparatus, tools, equipment, along with applicable state license and permits necessary for these services. Additional, related work may be ordered by the CO, at his/her discretion. No work outside of that detailed in this work description performed will be paid by the VA without the express, prior written authorization of the Contracting Officer. No other government employee has authority to change the resulting contract s terms or conditions or to commit funding. No funding is guaranteed by the award of this BPA. The CO may appoint a Contracting Officer Representative (COR) to coordinate and supervise the work on behalf of VAMC s. Tasks While each TO s specified work may vary, the tasks that may be ordered using the resulting BPA are: General plumbing work General pipefitting work Work incidental to the performance of requested plumbing or pipefitting work Inspections of plumbing and piping systems Install and repair high, medium and low-pressure steam systems. Install, repair, and test fire sprinkler systems. Install and repair hot/cold water systems. Install and repair hot water boilers and the associated hot water distribution systems. Install and repair sanitary and storm water sewer systems. Install and repair sinks, toilets, faucets and the related domestic water system piping & valves. Install and repair medical and natural gas systems. Repair pipe and valve insulation that is damaged during the course of a project not ordered off this BPA. Provide miscellaneous metal fabrication and repair projects. Emergency response services. Preventative maintenance services. Other services related to the above tasks. Work Report Requirements The contractor shall provide reports detailing the status of the serviced items, any deficiencies, and actions taken to correct identified deficiencies to the COR. The COR may also require the contractor to complete additional reports to meet facility standards, at no additional cost to the VAMC. VAMC Work Conditions The technician s service visit shall be scheduled in advance with the permission of the COR. Technicians who show up without prior permission may be turned away at the fault of the vendor. When the technician arrives at the VAMC to perform the work, the technician shall check in with the COR and follow their directions in performing the work in accordance with VAMC standards. The government retains the right to refuse entry to the VAMC to any personnel for any or no reason. Work Hours Routine working hours are from 7:00 AM EST to 4:30 PM EST weekdays. This may vary by VAMC, and if so, will be specified in individual TOs. National holidays are excluded from routine working hours. Scheduling must be coordinated in advance with the COR of the ordering VAMC. The vendor should expect to provide (at the longest) a 5-day response time to have a qualified technician at the requesting site and ready to work for routine hour work requests. Emergency response capability must be available by the vendor. A 2-hour response time from when a COR initiates the call for service to having a qualified technician at the requesting site and ready to work for emergency requests. Stations CT HCS West Haven VAMC 950 Campbell Ave West Haven, CT 06516-2770 Newington VAMC 555 Willard Ave Newington, CT 06111-2631 Maine HCS 1 VA Center Augusta, ME 04330-6796 Bedford VAMC 200 Springs Rd Bedford, MA 01730-1114 Central Western MA VAMC 421 North Main St Leeds, MA 01053-9764 Jamaica Plain VAMC 150 South Huntington Ave Boston, MA 02130-4817 Brockton VAMC 940 Belmont St Brockton, MA 02301-5596 West Roxbury VAMC 1400 VFW Parkway West Roxbury, MA 02132-4927 Infection Control Contractor shall conform to the infection control measures as specified in individual TOs. Reasonable pricing adjustments that result from elevated infection control measure costs will be considered on the TO quote evaluations. Security Requirements The contractor shall comply with all security regulations imposed by the ordering VAMC, as articulated by the COR and VA Police. Any necessary security clearances shall be obtained prior to commencement of work. Transportation, Handling, and Storage The contractor shall coordinate with suppliers and shippers to ensure that incoming materials are properly identified with the contractor s information. The contractor shall designate an authorized individual to be available to receive shipment. The VAMC warehouse facilities are not the shipping point and are not available for Contractor s use, without the CO s prior, written approval. On-site storage will have to be coordinated with the VAMC s COR. The CO will not authorize payment for any issues or damages arising from the receipt of materials not properly handled in accordance with these terms. Cleanup and Disposal of Debris and Fill Materials At the end of each workday, the contractor shall clean up the work and storage areas and stack all materials in a manner approved by the COR. Upon completion of a project, the contractor shall ensure that all dirt, trash, and debris resulting from the construction operations are removed from the work area. Unless directed otherwise in the TO, disposal of debris shall be made at the contractor s expense and shall be delivered to a state-approved disposal site located off the VAMC grounds. Debris shall not be left in such a manner that wind or other weather conditions can cause the debris to be scattered outside the work area or inside the facilities via local foot traffic. Quality Assurance The COR shall monitor contractor performance quality, and the COR s feedback will inform the performance evaluations created by the CO. Key items the COR will watch for include, but are not limited to: response timeliness, technician preparation and readiness to perform the work, the quality of the work performed, professionalism of the technicians, compliance with contract and facility requirements, and proper invoicing. The COR shall inform the CO of any performance deficiencies. If the CO finds the complaint to be valid, he shall give the contractor an opportunity to correct the deficiency (at no additional cost to the VA). If correction is not made by the contractor; the CO may authorize payment of less than the invoiced amount for services rendered and retains the right to exercise all other legal remedies. The contract shall provide at least a 1-year manufacturer s warranty on all parts and labor. The VAMC will not pay for travel and shipping costs associated with any warranty repairs. Those costs shall be borne by the contractor. Parts may be purchased and provided for use by the VA. Parts purchased by the VA and used by the contractor but is found to have latent deficiencies will be exempt from this warranty requirement. Contractor Qualifications The contractor shall provide high quality technicians with adequate training to resolve all the inspection or repair issues encountered. All technicians used by the contractor in contract performance must be licensed plumbers & pipefitters (as appropriate for the work) for the state(s) in which the work is to be performed. The contractor must be licensed to install and repair fire sprinkler systems in the state(s) in which the work is to be performed. The contractor must be qualified using the pro-press tool with ½ to 4 capabilities. The contractor must be an A.S.M.E. certified welder. The contractor must have a minimum of 5 years experience working in the hospital environment. The contractor must have a proven ability to secure parts needed for these service tasks. The contractor must have the ability to inspect the state of the water pipes at ordering VAMCs. Ordering Individual TOs will be issued on an as-needed basis during the life of the BPA. Contractor shall have the ability to accept credit card orders. The services to be furnished under this contract will be ordered by issuance of TOs by the CO for eligible VAMCs. Any properly warranted federal Contracting Officer in NCO1 is authorized to issue orders from the BPA for service within VISN 1. All TOs incorporate the terms and conditions of the BPA. The Government reserves the right to incorporate additional clauses and terms as appropriate into individual TO solicitations and awards. Quote Requirements In order for quotes submitted for this solicitation to be considered responsive, they must address these elements: Pricing Information Required As the BPA does not have set task details on which vendors can provide quotes, the resulting Task Orders will. In order to establish which quote presents the best value to the government, the price elements that will be used to produce Firm-Fixed Price Task Orders using the BPA shall be provided by quoting vendors. The price elements identified by the CO required are: The contractor will provide a routine service hourly rate. This represents the normal business hour timeframes outlined above. The contractor will provide an emergency service hourly rate. This represents both 24/7 emergency calls and outside normal business hours timeframe. The contractor will provide the minimum number of hours charged for a service call. The contractor will provide a mobilization fee for travel to and from VAMC for a service call not covered by warranty. The base cost shall be included in the Price/Cost Schedule. If the mobilization fee changes from VAMC to VAMC, please indicate the changes in Section D next to each eligible VAMC. The contractor will provide their material cost mark-up % of materials that may be ordered to meet service needs over the cost of the material to the contractor. The quoting contractor is free to provide additional pricing information or structures over and above the elements listed above and in the Price/Cost Schedule. The elements identified by the CO are required to be provided, and quotes with incomplete responses will be considered non-responsive. Contractor Information Required The vendor s statement of which VAMC(s) they can service. Please indicate on the list in Section D at which VAMCs the vendor proposes to provide service. In all quotes submitted, the quoting vendor shall identify if they will self-perform the contract requirements or if they will subcontract any part of it. If subcontracting, the quoting vendor shall identify the percentage (%) of proposed contract value the prime and the subcontractor(s) will account for, as well as what key tasks will be performed by which party. This will be closely monitored for compliance by the government, and the act of submitting a quote constitutes the granting of permission to the government to audit such activity. The CO retains the right to refuse the use of any subcontractor for any or no reason. The vendor shall provide copies of licenses and certifications required as described in Contractor Qualifications above. VHA Supplemental Contract Requirements for Combatting COVID-19 Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: 1) If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. 2) If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. 3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. 4) Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 5) Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 6) Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. 7) For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.