This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The intent of this Sources Sought Announcement is to assist in our decision-making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Larry Facio, Contracting Officer. Responses to this notice shall be sent by email to larry.facio@va.gov by the due date and time of 08/21/2025 by 1:00 p.m. (Pacific Time). Upon receipt of capabilities statement, Contracting Officer may request additional market research aid such as informal pricing. Description of Services: Project Name: Sub-Basement Vacuum Pump Replacement Place of Performance: Fresno VA Campus 2615 E. Clinton Ave Fresno, CA 93703-2223 Part 1: Project Scope of Work Overview: VACCHCS Fresno has The Department of Veterans Affairs (VA), VACCHCS Fresno Facilities Maintenance Service, seeks to replace one claw vacuum pump due to failure from overheat. Part 2: Period of Performance (POP): Vendor will have four weeks to complete repairs. Part 3: General Information and Requirements: The contractor shall provide operation and maintenance instructions, and manufacturer documentation at the completion of the project. Manufacturer documentation and maintenance schedule to be provided. The contractor shall provide all tools, equipment, and personal protective equipment necessary to complete this project as deemed by industry standards, this SOW, all related specifications, applicable code requirements, and site policy. Disposal of all waste and debris is at the contractor s own expense. The contractor shall provide quality control of all work conducted and the individual appointed shall be competent and educated/experienced in the field of work this scope encompasses All work shall be coordinated with the COR assigned to this project and only commence once approved. Schedule: Normal work hours will be 8:00am 4:30 pm Monday-Friday excluding Official Federal Holidays, A contractor is not to work on Official Federal Holidays as listed on OPM.gov(https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/#url=Overview). The contractor if they need to perform work over the weekends (Saturdays and Sunday) or outside of work hours above that they will need to request authorization prior too performing any work from the COR/Engineer and final approval from the Contracting Officer. Any request to utility shutdowns must be requested in writing at a minimum of 21 days prior to the requested day of shutdown. Codes and Standards: The Contractor shall follow all applicable codes and standards to this type of work including but not limited to Health Care System Memorandums (HCSM), OSHA Guidelines, Lock-out-Tag-out, Rules of Station, NFPA, and etcetera. If any code/standard is found to be contradictory; the authority having jurisdiction (COR) shall make the final determination and work shall proceed at no additional cost to the medical center. Anticipated Deliverables: 1 x MATERIALS NEW BUSCH MM1502 AV, 15 HP, CLAW VACUUM PUMP No more than 120 Hrs of LABOR TRAINED ASSE 6010 INSTALLER No more than 20 Hrs of TESTING AND VERIFICATION Part 4: Detailed Project Scope of Work: Remove and dispose of failed pump Install new Busch MM 1502, 15 HP, Claw Vacuum Pump ore equivalent pump that matches existing specifications and performance. Test and verify equipment is operable and functional. Provide O&M manual to the COR Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. When responding, in Subject line insert: Sources Sought VACCHCS Pump Replacement Services At a minimum, the following information shall be provided: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service-Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 811412 ($19,000,000.00) 5. Provide a summary of the type of services performed and experience as it relates to VACUUM PUMP REPLACEMENT SERVICE. 6. UEI Number 7. If participant in GSA Federal Supply Schedule or Veterans Affairs national contracts; provide contract #. 8. Sub-Contracting Intentions (provide above items 1 thru 6 of intended subcontractor along with description of sub-contractor duties). This area will be heavily scrutinized so as to avoid pass-through acquisitions. 9. Additional information and/or comments. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice within the above stated due date will be eligible for award.