Page 1 of 5 This is a Sources Sought Notice, and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP), and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Interested parties are asked to submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements. Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Network Contracting Office (NCO-10) is seeking to identify Service-Disabled Veteran Owner Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) to perform the following services: small package shipping and delivery services for the VA Medical Center (MC) in Ann Arbor, Michigan, as well as their Community Based Outpatient Clinics (CBOCs) the MCs. Scope: The VA Medical Center (VAMC) in Ann Arbor, Michigan, and their supported CBOCs use small package delivery services for timely shipments of prescriptions, patient aids, testing services, and other logistical concerns. Services include picking up packages from the MC and CBOCs every weekday with delivery to any address within the United States and its territories daily (Monday-Friday and Saturday (if required)). This is not an established route, it can vary from day to day and packages can go all over and outside the United States. Items may need to be delivered Next Day Air, Next Day Air AM Delivery, 2 Day Air, or Ground Service to be decided by the shipping coordinator at the MCs. Vendor to provide commitment of 100% success rate for all identified expedited services (Next Day Air, Next Day Air-Morning, and Next Day Air- Afternoon). Currently the combined medical facilities ship over 1,000 (estimated) packages per year. There is no guarantee that any subsequent action will have the same, more, or less quantities, packages, shipments, delivery methods or destinations. This information is for informational purposes only. The Government requests that interested parties provide the following: Submit a statement of capability outlining their firm s capabilities related to this requirement. Capabilities statement shall provide a detailed overview and qualifications to perform the requirement, including past experience with projects similar in scope. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each party s submission shall also include the following information: Organization Name Organization Address Point-of-Contact (name, title, address, telephone number, and email) SAM UEI Number Business Size (i.e. annual revenues and employee size) NAICS Code GSA Contract Number Any other pertinent information Failure to provide a capabilities above may result in your response being excluded in the Governments market research and potential set-aside considerations. Answer below questions 1-6: QUESTION #1: Is your firm interested in providing a fair and reasonable quote for this requirement? Yes / No (choose one) QUESTION #2: Does your firm have the ability to pick up and deliver packages nationwide (occasionally worldwide) in an expedited fashion (1-7 business days). Pickups are at set pickup points and deliveries can span nationwide (occasionally worldwide) for both residential and commercial clients. Packages to one address are usually on an individualized basis. Yes / No (choose one) QUESTION #3: Can your firm provide 3 customer references for requirements of a similar scope and size over the past 4 years? If so, please provide contract number, Point of Contact from the Government or Private Sector company. Indicate if your firm was a Prime or Subcontractor, and the scope of performance. Lack of references of a similar scope and size will not preclude a vendor from consideration of set aside provided that the capabilities statement contains sufficient information to show how performance standards will be met. QUESTION #4: Is your firm an SBA Certified SDVOSB and/or VOSB? If so, please provide a copy of VETCERT certification. QUESTION #5: Is your firm an SBA Certified EDWOSB, WOSB, HUB, 8a, SDV? Please provide any additional certifications regarding the socio-economic status of your company including, WOSB, EDWOSB, HUB, 8a, Small Disadvantage Business, Small Business, etc. QUESTION #6: Does your firm have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 or VAAR 852.219-75 (if set aside for SDVOSB/VOSB concerns)? If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors. To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR § 125.6(g), Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a government contract or subcontract pursuant to far 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). The applicable NAICS code for this requirement is NAICS 492110 Couriers and Express Delivery Services with a Small Business Size Standard of 1,500 Employees. The Product Service Code is R604 Support Administrative: Mailing Distribution. Failure to provide answers to the questions above may result in your response being excluded in the Governments market research and potential set-aside considerations. For informational purposes only, the following Wage Determinations apply to this requirement: No 2015-4833 REV 27 Effective 12.23.2024 (Washtenaw) All businesses are encouraged to respond; however, each respondent must clearly identify their business size and socio-economic category(s) in their capabilities statement. This Sources Sought is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Sources Sought are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this Sources Sought. Responses will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought; the VA will not pay for information received in response. Do not submit pricing information in response to this Sources Sought. Failure to provide a capabilities statement and answers to the questions above may result in your response being excluded in the Governments market research and potential set-aside considerations. Detailed capabilities statement and answers to questions 1-6 must be submitted by email to Contracting Officer Morgan Stein at Morgan.Stein@VA.gov in an electronic format (email), no later than 12:00 PM NOON EST on (3/12/2025). Responses will not be accepted after the above stated submission date and time. Responses email subject line shall be in the following format: 36C25025QXXXX - (Vendor Name) - Response to Sources Sought (VAMC Location). All submissions must be in either Word or Adobe PDF format and shall not exceed 10 pages total.