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 811210 (Electronic and Precision Equipment Repair and Maintenance) SBA size standard $34 Million. The Veterans Health Administration (VHA) is seeking to obtain Sterilizer Maintenance VA Medical Center West Haven, CT and Newington CT. The standard of services shall be of quality; meeting or exceeding the general requirements as outlined 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 17:00 EST, 26th of May 2025. All responses under this Sources Sought Notice must be emailed to Nathan.Langone@va.gov with Sources Sought # 36C24125Q0475 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. Statement of Work Base Year + 4 Optional All Sterilizers work shall be performed by a certified contractor. All service records will be maintained by contractor and the supporting service Facilities Management /VA COR. The following scope of work satisfies manufactures service recommendations and meets JCAHO requirements. SCOPE OF WORK: Supplies and Services for Sterilizers Contractor will provide all labor, specialized services, and travel necessary to maintain the listed equipment in proper working order. Sterilizers chamber cleaning service shall be provided at afterhours OR weekends AT NO EXTRA CHARGE. Service dates and times will be coordinated between VA and contractor at the convenience of the government. Certified technicians will provide chamber cleaning and remove all oxidation, stickers etc. and restore chamber to a new like condition. Contractor will identify possible problems such as: worn gaskets, worn steam line gaskets, or broken drain plugs etc. All present and potential issues will be noted on Service Reports. All inspections and cleaning shall include the following: Clean items (remove dirt, rust, spilled solutions, lint and other deposits with proper cleaning equipment and supplies). Professional Cleaning (PC) of chambers includes: Preparation of work area. Removal of oxidation from sterilizer chamber using electrical equipment and environmentally safe solutions required to complete the work. Clean up all work area and remove debris after completion. Follow all VA sterile requirements and polices when entering any de-contamination and sterile areas. All PPE requirements will be followed. Cleaning materials, fluids etc., shall be environmentally friendly cleansers that do not require neutralization with no specialized disposal requirements. NOTE: NO CHEMICALS, NO CORROSIVE POWDERS, AND NO ACID SOLUTIONS SHALL BE USED. The service must fulfill the yearly cleaning recommendations by AAMI (Association Advancement of Medical Instrumentation and AORN Association of pre-Operative Registered Nurses) guidelines and standards. 7. Cleaning of listed items will be performed every 6 months at a minimum. 8. Un-scheduled emergency cleaning will be billed as needed extra services not included in the routine maintenance service. 9. List of Equipment: Locations Newington Campus GETINGE 733HC 88657 SN#URA013308 GETINGE 633HC 88526 SN#URA050074 Loading carts 2 EA West Haven Campus GETINGE HC 733 66224 SN#07J08050 GETINGE HC733 66225 SN#07H07980 STERIS AUTOCLAVES OR Rooms 1, &, 5, STERIS Sterilizer Rm 1- Steris Chimeron-16 89897 032811320 STERIS Sterilizer Rm 5 - Steris Chimeron-16 89899 032871315 Loading Carts 1 Loading Cart 2 Privacy and HIPAA: Contractor policies and procedures shall comply with all VA Privacy and Security, the Privacy Act and Health Insurance Portability and Accountability Act (HIPAA). Records Management: Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:Â ___________________________________________________ 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. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 Statement of Work with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________