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 a capability statement that clearly and convincingly identifies their ability to fulfill the requirements and answers to questions 1-5 below. 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: Scope: This requirement is for a short term (6 Month) contract for Janitorial Services at the Dayton VA Medical Center Please see DRAFT PWS below. Vendors are encouraged to ask questions and provide industry feedback to the Performance Work Statement up to the deadline of the RFI/Sources Sought 7/24/2025 at 1:30 PM EST. Any feedback to the PWS shall be emailed to Joshua.Kovar@VA.gov. Phone calls shall not be entertained. Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations. The Government requests that interested parties: 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 Firm 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 (Small or Large based upon annual revenues and/or employee size) NAICS Code GSA Contract Number (If applicable) Any other pertinent information Answer below questions 1-5: Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations. 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 provide services for this requirement as outlined in the Performance Work Statement? Yes / No (choose one) QUESTION #3: Is your firm an SBA Certified SDVOSB and/or VOSB? If so, please provide a copy of SDVOSB/VOSB certification from the Small Business Administration (SBA). QUESTION #4: 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 #5: 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 561720 Janitorial Services with a Small Business Size Standard $22.0 Million. The Product Service Code is S201 Custodial Janitorial Services. For informational purposes only, Wage Determinations apply to this requirement: 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. Responses email subject line shall be the following: 36C25025Q0758 - (Vendor/Firm Name). All submissions must be in either Word or Adobe PDF format. Detailed capabilities statement and answers to questions 1-5 must be submitted by email to Contracting Officer Josh Kovar at Joshua.Kovar@VA.gov in an electronic format (email), no later than 1:30 PM EST on 7/24/2025.