THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 238220 Plumbing, Heating, and Air Conditioning Contractors The Contractor shall conduct a full building (all floors) TAB analysis report and corrections for proper balancing of the system s located within the Bldg. 70 site. Deliver completed TAB report to the VA Mechanical Operations Supervisor or designee after the TAB has been completed for facility records and tracking. 2. Contractor shall provide all labor, materials, tools, supervision, and equipment to provide for a full TAB analysis and report of findings and corrections. The contractor shall provide an electronic copy of the final TAB report to the facility point of contact. The contractor shall be certified and licensed to perform TAB system corrections and analysis. The contractor shall adhere to all VA directive and guidelines concerning the balancing of the Bldg. 70 ventilation systems. Ensure the system is returned to ready status at the completion of the described testing at the VA facility. (NAVAHICS)The Contractor shall provide all supervision, coordination, staffing, software, licenses, website access, training, redundancy and other related services as necessary to provide and maintain VASDHS building records and files and make them readily accessible to VA staff through the Contractor s website. The Contractor shall perform all these services as defined by this SOW and by the POC or other CO designated representative. See attached DRAFT SOW. 3.. Interested and capable Contractors should respond to this notice not later than Friday, July 25, 2025 at 11:00 AM Pacific Time, by providing the following via email only to Marco.Ramos@va.gov. (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Services-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-owned Small Business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A statement that addresses whether you believe that your performance under this contract should be exempted from the Service Contract Act or not. Please name any applicable exemption, if any. (h) Statement indicating if you have a current contract to provide the required services that you intend to provide for this procurement under either the General Services Administration (GSA) Federal Supply Schedule (FSS), or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (i) General pricing for your patient lift product. This information will be used for VA internal market research purposes and pricing information received in response to this RFI will not be shared by the Contract Specialist. (j) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. Responses are welcome to specify a different NAICS in which they could meet this requirement. (k) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described above and in the attached Draft SOW. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar services. Failure to provide sufficient information may result in the Government s inability to determine that the respondent is capable. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. failure to submit all of the information requested above to support a respondent s claimed experience may be viewed by the government as evidence that the respondent lacks the ability to provide the required service described in the DRAFT SOW. this, in turn, may affect the government s determination about whether the requirements for a set-aside procurement have been met. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of SDVOSB/VOSB certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $250,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. Please note that if VA s pending market research establishes that two or more verified VOSB or SDVOSB can provide the services required, VA will set aside the underlying solicitation per 38 U.S.C. §8127. 6. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.