The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this Sources Sought Notice to identify potential qualified vendors that are interested in and capable of performing this requirement. This requirement is for semi-annual industrial wastewater discharge testing at the Hershel Woody Williams VA Medical Center located at 1540 Spring Valley Drive Huntington, WV 25704. STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The Hershel Woody Williams VA Medical Center (VAMC) located at 1540 Spring Valley Drive, Huntington WV, 25704 needs semi-annual industrial wastewater discharge testing. A.2 BACKGROUND The VAMC is a Non-categorical significant industrial user authorized to discharge effluent associated with hospital activities provided it is done in accordance with the limitations outlined in the facility s Industrial Waste Discharge Permit. A.3 SCOPE OF WORK Vendor will provide all labor, material, equipment, tools, and supervision necessary to meet the Statement of Work below. The laboratory will provide proof of certification by the state of West Virginia for wastewater testing. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Vendor will perform sampling and analysis of industrial wastewater discharge for the medical center no less than twice a year. Sampling will occur in January and July of each year, with scheduling adjustments coordinated through the Program Office Point of Contact should the weather not permit collection. Sampling will be performed between normal working hours of 8:00 AM and 4:00 PM, Monday through Friday, on a non-rainfall day. Federal holidays are not acceptable for testing. Sampling will be conducted at the existing sanitary manhole identified as No. 18, in the 8-inch sewer line that runs downhill South to North, located approximately 25-30 northeast of the facility parking garage entrance on the lower entrance road. All sampling and analysis shall be in accordance with procedures established by the United States Environmental Protection Agency (EPA) pursuant to Section 304 (g) of the Clean Water Act and contained in 40 CFR Part 136. Any analytical procedures not expressly listed in 40 CFR part 136 shall be subject to prior approval by the Huntington Sanitary Board (HSB). Any testing performed by methodologies not expressly listed in 40 CFR 136 and not receiving prior approval will not be paid by the Medical Center, nor will recollection and retesting. Sampling will consist of an 8-hour composite sample and a minimum of four (4) grab samples collected at equal intervals over the 8-hour composite period. Testing will consist of the parameters as outlined in the table below. Parameter Sample Frequency Sample Type Total Suspended Solids Semi-annual 8-hour composite Total Dissolved Solids Ammonia-Nitrogen BOD-5 Day Zinc, Total Arsenic, Total Barium Beryllium Cadmium, Total Chromium, Total Copper, Total Lead, Total Nickel, Total Silver, Total Mercury, Total Semi-annual Grab pH Flashpoint Phenolics, Total Oil and Grease, Total Total Toxic Organics (TTO) Semi-annual Volatile Organic Compounds (VOCs) Grab Semi-volatile Organic Compound (SVOC) 8-hour composite Total Gross Alpha Annual (January) 8-hour composite Total Gross Beta Annual (January) 8-hour composite Testing results will be provided to the facility within 30 days of sampling/testing. B.2 Definitions 1. Phenolics is defined as the sum of concentrations of the eleven (11) compounds referenced by EPA Method 420.4 as defined in 40 CFR Part 136 Appendix A. 2. Total Toxic Organics is the summation of all organic priority pollutants, as listed by the EPA pursuant to Section 307 (a)(1) of the Clean Water Act of 1977, detected in the discharge at quantifiable values greater than 0.1 mg/l. 3. Volatile Organic Compounds: For VOCs, the EPA s VOA Composting Procedures (Draft 9/1/94) may be used to composite a minimum number of grabs for VOA (EPA Method 624) analysis. 4. Mercury, Total-USEPA Method No. 245.7 (with method detection limit of 0.0018ug/L) or Method No. 1631 (with method detection limit of 0.0002ug/L) must be used for the analysis of mercury as defined in 40 CFR Part 136. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV 25704. C.2 Period of Performance Vendor will provide services within 14 days of contract award. Base year: December 1, 2025 November 30, 2026 Option Year 1: December 1, 2026 November 30, 2027 Option Year 2: December 1, 2027 November 30, 2028 Option Year 3: December 1, 2028 November 30, 2029 Option Year 4: December 1, 2029 November 30, 2030 The following Federal holidays are not acceptable days for performance of services: New Year s Day, Martin Luther King Jr Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas. C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material, and labor to perform the work described above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type of work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the Program Office Point of Contact with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the Program Office Point of Contact may send all Contractor/sub-contractor employees off the job. C.3.5 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the Program Office Point of Contact and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. The manhole identified for sampling has a small pull-off area adjacent to it suitable for a pickup truck. The contractor may park on the grassy area near the manhole if it is necessary for the completion of the work. C.3.6 Security. The C&A requirements do not apply, and a Security Accreditation Package is not required. This acquisition does not involve storage, generating, transmitting, or exchanging of VA sensitive information. It does not require C&A a MOU-ISA for system interconnection. Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall notify the Program Office Point of Contact of their intent to be on-station and sampling prior to the event. C.3.7 Smoking Policy. The Contractor shall not allow smoking in any building. The VA is a smoke-free facility. This includes the use of electronic cigarettes and vaping devices. Interested & Capable Responses: NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Hershel Woody Williams VAMC. Please respond to this RFI/Sources Sought 36C24526Q0001 with your: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) 8. Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? Please note that if incomplete responses are received. Lack of documentation proving your business can conduct the services being offered or all questions not being answered within this notice, your response will not be taken into consideration. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Patricia.Thai@va.gov (Contract Specialist) and William.Galletta@va.gov (Contracting Officer) no later than 08-18-2025, 3:00 PM EST. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice