This SOURCES SOUGHT NOTICE is for the purpose of market research only. The U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 10 is seeking any and all eligible, qualified sources capable of replacing window seals on building 330. This announcement seeks information from relevant industry(s), which will be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Respondents will not be notified of the results of this notice. The Dayton VA Medical Center (VAMC) is seeking sources capable to perform this project. The existing operable windows in several buildings have severe leakage issues due to deteriorated gaskets and holes in the frame that allow water to enter the building. The intent of the project is to seal the operable windows of Building 330 and B310 as detailed on the provided drawings. The windows are to be wet sealed and tooled with a low VOC sealant that allows for proper flexibility and bond to surface. Sealant shall have a manufactures warranty of a minimum of 20 years. Existing internal blinds shall be removed and disposed of by the contractor. Protect windows from damage during removal, handling, and construction. Survey existing window units for additional damage when open and notify COR/CO prior to performing any additional work. Contractor shall create and provide a detailed list to the COR of interior window dressings, (shades), that are not presently installed. Clean all sides of glass panes while repairing units. Special attention is required for the contractor to be aware that the majority of the windows are in occupied areas, including numerous rooms dedicated to Veteran care. The contractor will develop a detailed sequence plan in conjunction with the Contracting Officer Representative (COR), which will also need to be approved by the COR. The majority of the project will be performed outside, on the exterior of the building. The plan should include repairs required for the exterior of the building. Also, the plan needs to ensure minimal disruption to the medical center's operations and patient care. Please respond to the following items. Requirements that may have been overlooked. What is the most economical way to perform the requirement? Set-Aside capabilities. More specifically, Dayton VAMC is seeking to assess and analyze the overall maturity of this industry(s) and in alignment with the agency s business objectives. In order of precedence, the following considerations are as follows: Availability of certified, eligible, and qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) IAW 38 USC § 8127; Availability of certified, eligible, and qualified Veteran-Owned Small Businesses, or VOSBs (to include Service-Disabled Veteran-Owned Small Businesses), IAW 38 USC § 8127; If applicable, availability of certified, eligible, and qualified small business concerns seeking Historically Underutilized Business Zones (HUBZone) small businesses, 8(a) Business Development Program (BDP) small businesses; and Economically-Disadvantaged Woman-Owned Small Businesses (WOSB) and WOSBs, or a combination thereof IAW RFO 19.101 Availability of certified, eligible, and qualified small business concerns to include SDVOSBs, VOSBs, HUBZone small businesses, 8(a) BDP small businesses; EDWOSB and/or WOSBs or a combination thereof; and self-certified small businesses, IAW RFO 19.101 Availability of certified, eligible, and qualified small business concerns to include SDVOSBs, VOSBs, HUBZone small businesses, 8(a) BDP small businesses; EDWOSB and/or WOSBs or a combination thereof; self-certified small businesses, and Other Than Small Businesses (e.g., large business), IAW RFO 19.101 In order to be eligible, interested parties must be registered in the System for Award Management (SAM) data base at https://sam.gov. Any firm claiming SDVOSB or VOSB classification status, must also be registered and certified through the U.S. Small Business Administration (SBA), and be certified, appearing on the SBA s Small Business Search website https://search.certifications.sba.gov The North American Industry Classification (NAICS) code for this potential acquisition is 238150 Glass and Glazing Contractors, which currently has a small business size standard of $19 million. Interested parties responding to this Sources Sought Notice shall submit as much of the following information as possible: Company name and address, point of contact with phone number, email address and SAM UEI number; Proof of registration in the SAM and (if necessary) SBA s Small Business Search website. If your firm has a history or is contemplating joining with a partner for this requirement, we ask that you detail that arrangement as well to allow the government to make the most well-informed decision possible. In this event, we advise that you thoroughly investigate whether or not a partnership would affect your business size standard. The response date to this Sources Sought notice is January 23, 2026 at 2:00 pm, Eastern Time. This market research seeks to assess and analyze the overall maturity of this industry(s) and in alignment with the agency s business objectives. Hard copy submissions are not acceptable. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable and may be directed to jeremy.nee@va.gov All inquiries regarding this Sources Sought Notice should be directed to the same email address. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN.