Introduction Network Contracting Office 20 (NCO20), supporting White City VA Medical Center, is seeking potential sources for an upcoming requirement for a Contractor that shall provide services to correct current storm water system deficiencies at the White City, Oregon VA Medical Center (WCVAMC) as described below. This notice is a market research tool and has not been set-aside for any small business category, however the notice is issued to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio-economic set-aside for the procurement. Failure to respond to this notice will not impact consideration of construction services companies (or joint ventures) which otherwise meet set-aside requirements and submit responses to the follow-up public announcement. Once the appropriate set-aside is determined, a separate public announcement requesting offers/proposals will be publicized on Contract Opportunities in accordance with FAR 36.213-2. General Project Description and NAICS Contractor shall provide White City, Oregon, VA Southern Oregon Rehabilitation Center, and Clinics (VA SORCC) with a one-time repair of Building 201 Pharmacy Chiller. The Contractor shall recover the refrigerant in circuit one, remove the EEV and install a new EEV. The contractor shall run new EEV cable to the controller to the EEV. The contractor shall install new filter dryers, pressure test the system for leaks, then recharge with the recovered refrigerant, then test the whole system. If the problem persists, the contractor is required to look deeper into software issues with the Chiller and reprogram as needed for complete repair of system. A.2 LOCATION OF SERVICES: VA Southern Oregon Rehabilitation Center and Clinics 8495 Crater Lake Hwy White City, OR 97503 B.1 FURNISHED PROPERTY OR SERVICES: The contractor shall provide the labor and material described above to repair B201 Pharmacy Chiller. B.2 Contractor SORCC Site Check in: The Contractor employees shall check-in at SORCC Building 229 (FMS) and check out when complete. If after hours, contact VAPD in building 202. Contractor shall always wear a VA identification badge while on station. Badge will be obtained in building 229 when signing in and shall be returned upon completion of the services when signing out. C SPECIAL CONTRACT REQUIREMENTS C.1 QUALITY CONTROL: The contractor is responsible for maintaining a quality operation to ensure that the services are performed in accordance with commonly accepted commercial practices. C.2 QUALITY ASSURANCE: 1. Contractor will be here on the appointed times and days, unless necessary to come more often as requested by the VA SORCC. 2. The completed services shall be performed in an efficient and reliable manner. The VA SORCC has the right to reject work if the work is not performed in an efficient and reliable manner with the timelines and frequencies outlined above. C.3 RECOGNIZED HOLIDAYS: The contractor is not responsible to provide services on the following days but must provide frequent enough service prior to and after these holidays: New Year s Day, Martin Luther Kings Day, President s Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas. C.4 PERSONNEL POLICY: The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for their personnel: Worker s compensation, Professional Liability Insurance, Income tax withholding, and Social Security payments. The parties agree that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. C.5 VA SORCC Business Hours: Work must be accomplished during normal VA SORCC business hours, which are 8 am to 430 pm. C.7 LAWS & ORDINANCES The Contractor shall comply with all applicable laws, ordinances, and regulations (Federal, state, city or otherwise) covering his operations under the contract. C.8 INVOICES All payments shall be made in arrears upon receipt of a proper invoice. Invoices will provide the following minimum information: Contract Number Date of Service Itemized Charges Weight of all waste and recycling (if applicable) Authorizing Official This requirement is being sought under North American Industry Classification System Code 238220 Plumbing, Heating, and Air-Conditioning Contractors, size standard is $19 Million dollars. Any interested party who believes they can complete this requirement under these or any other NAICS codes are invited to respond and provide detail as to the NAICS they can compete this project under and a brief description as to the reasoning. Responses will be used to research which code in conjunction with other Government market research resources will be used by the contracting officer to determine the NAICS code under which this project will be procured. Information Sought The Government requests a letter of interest (or similar document) with responses to the following: 1. State your business name (as it appears in SAM.gov ), office location where these services will be performed from, SAM UEI number, NAICS Code under which you will perform and socio-economic status of the firm (i.e. verified SDVOSB, WOSB, SB, large business). 2. Provide a brief narrative and list sample projects/references completed on your company s experience providing services similar to those described. 3. What would be the expected make-up of the company s team in terms of socio-economic categories and estimated percentage of work to be completed by your company and each subcontractor? If the procurement is set-aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set-aside for service-disabled veteran-owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs no other small business categories would count towards the percentage. If set-aside for small business, 50% of the contract would be required to be performed by small businesses, which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set-aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns. 4. A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects. 5. Any additional capabilities statements or other documentation that you feel will assist the Government in performing market research and determining the appropriate set-aside. Submission Instructions Interested parties are requested to submit the requested information not later than October 15, 2025 to Alan Perez via email to Alan.Perez@va.gov and Helen Woods at Helen.Woods@va.gov. Please include PROJECT 692-26-1-0002 Sources Sought Response in the title of the email. The response burden to this notice is expected to be light; lengthy responses are not expected but no maximum page count is assigned. Please keep responses below 7MB or send multiple emails appending to the email subject 1 of n as appropriate. Please contact Alan Perez at the email above with any questions.