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. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238220, J045) with a size standard $16.5 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing testing and air balance at Northampton VAMC. per the requirements below. Refer to the Performance Work Statement below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response 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 10 am EST, Aug 25, 2025. All responses under this Sources Sought Notice must be emailed to Tnauri.woodbridge@va.gov. 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. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (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 PERFORMANCE WORK STATEMENT 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 PWS. 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. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Performance Work Statement: Background: The Edward P. Boland Veterans Affairs Medical Center requests testing, adjusting, and balancing (TAB) services for our Sterile Supply, Clean Supply, Soiled Utility, and other small rooms that have specific HVAC requirements. This contract will provide National Environmental Balancing Bureau (NEBB) certified TAB services. Must abide by the VA HVAC Design Manual. Scope of Work: The Contractor shall furnish all labor, materials, equipment, and expertise necessary to perform the testing, adjusting, and balancing (TAB) services for our listed rooms and locations. This contract request is for a NEBB certified service contractor specializing in testing, adjusting, and balancing (TAB) services to complete all required services and provide a written report. This service will be required annually. Location(s): Edward P. Boland VAMC Campus, 421 North Main Street, Leeds, MA, 01053 VA Clinic Belmont St Worcester, MA VA Clinic 377 Plantation St, Worcester, MA 01605 VA Clinic 881 Main St, Fitchburg, MA 01420 VA Clinic 143 Munson St, Greenfield, MA 01301 VA Clinic 78 Center St 2nd Floor, Pittsfield, MA 01201 VA Clinic 25 Bond St, Springfield, MA 01104 Period of Performance: Within 60 days from award. Certification Requirements: The Contractor shall obtain all necessary licenses and permits necessary to perform the work under the contract, prior to award. Licenses and permits shall be submitted as supplemental documents with offer(s) to the solicitation. Specific Tasks: Schedule: All work to be performed during the normal business hours of 8:00 am 3:30 pm Monday through Friday except federal holidays. Contractor shall submit written schedule proposal to the COR and/or Office Manager for approval, prior to commencing. NOTE: The CO, COR, & Facilities reserves the right to limit, or otherwise reschedule access to the site for services to allow for meetings and/or other previously unscheduled events. Forty-eight (48) hours notice will be given to the contractor for all unscheduled events. The inventory of rooms is below. Part of this contract will be an initial inspection of mechanical units servicing and present in the rooms including but not limited to registers, grills, diffusers, terminal units, stations ventilators. This inspection list will be validated by the VA COR prior to TAB. See https://vatilms.va.gov/vatilms/reports for HVAC Design Guide for tables on requirements for these rooms and other applicable TAB information. TAB contractor must ensure the department meets the design guide when complete. Report: Full report will be completed to include all findings and where deficient construction / service courses of action to make space fully compliant. This shall be provided prior to invoice. It will clearly demonstrate design and measured CFM as well as air changes per hour including amount of outside air where practicable. There shall be clear pass fail IAW design guide requirements. Safety: The Contractor shall abide by all VAMC safety policies, VA directives, and OSHA regulations and shall discontinue work in case of emergency or adverse reactions to chemicals or fumes by patients/staff. Contractor shall coordinate with VA's COR (at least 24 hours in advance) before removing any proprietary equipment from VA owned property during the entire period of performance of this Post-Award / Kick-Off Meeting shall be scheduled for 10 business days after award. Attendance shall be via telephone and include the CO, COR, and contractor POC and other relevant personnel. Inventory of rooms: Functional Area Site Bldg Room Description HVAC Design guide designation Primary Care NHM 1 1002 Dirty Instruments Soiled Utility/Storage Women's Clinic NHM 1 1080 Dirty Instruments Soiled Utility/Storage Women's Clinic NHM 1 1083 Clean Medical Supplies Clean Supply Storage (SRSE1) Primary Care NHM 1 1123 Clean Medical Supplies Clean Supply Storage (SRSE1) Primary Care NHM 1 1143 Clean Linen Clean Utility/Storage Room Dental NHM 1 1240 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2120 Clean Linen Clean Utility/Storage Room Radiology NHM 1 2120 Clean Medical Supplies Clean Supply Storage (SRSE1) Laboratory NHM 1 2136 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2228 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2240 Clean Linen Clean Utility/Storage Room Specialty Care NHM 1 2243 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2256 Clean Medical Supplies Clean Supply Storage (SRSE1) Specialty Care NHM 1 2276 Dirty Instruments Soiled Utility/Storage Dental NHM 1 1238A Clean Medical Supplies Clean Supply Storage (SRSE1) Community Living Center NHM 1 2WA-21 Clean Linen Clean Utility/Storage Room Community Living Center NHM 1 2WB-61 Dirty Linen Soiled Utility/Storage Community Living Center NHM 1 2WB-62 Clean Linen Clean Utility/Storage Room Community Living Center NHM 1 2WC-39 Clean Medical Supplies Clean Supply Storage (SRSE1) Sterilized Processing NHM 1 B100 Janitor Closet Soiled Utility/Storage Sterilized Processing NHM 1 B103 Clean Medical Supplies Clean Supply Storage (SRSE1) Sterilized Processing NHM 1 B161A Restroom/Changing Room Soiled Utility/Storage Sterilized Processing NHM 1 B162A Restroom/Changing Room Soiled Utility/Storage Sterilized Processing NHM 1 B163 Decon Ante Room Soiled Utility/Storage Sterilized Processing NHM 1 B165 Cart Washing Soiled Utility/Storage Sterilized Processing NHM 1 B167 Pre-Assembly Soiled Utility/Storage Sterilized Processing NHM 1 B168 Clean Storage Soiled Utility/Storage Sterilized Processing NHM 1 B169 Prep Assembly Soiled Utility/Storage Sterilized Processing NHM 1 B170 Decontamination Room Soiled Utility/Storage Sterilized Processing NHM 1 B170A Decon Janitor Closet Soiled Utility/Storage Sterilized Processing NHM 1 B171A Sterilizer Equipment Room Soiled Utility/Storage Med Supply - Bulk NHM 1 B227 Bulk Supplies Clean Supply Storage (SRSE1) Med Supply - Bulk NHM 1 B228 Med Supply Primary Clean Supply Storage (SRSE1) Med Supply - Bulk NHM 1 B228A Bulk Supplies Clean Supply Storage (SRSE1) Med Supply - Bulk NHM 1 B229 Med Supply Primary Clean Supply Storage (SRSE1) Med Supply - Bulk NHM 1 B232 Med Supply Primary Clean Supply Storage (SRSE1) Inpatient Acute NHM 4 107 Clean Medical Supplies & Linen Clean Supply Storage (SRSE1) Inpatient RRTP NHM 4 217 Clean Medical Supplies Clean Supply Storage (SRSE1) Inpatient RRTP NHM 4 227A Clean Linen Clean Utility/Storage Room Kitchen NHM 5 20 Soiled Linen Soiled Utility/Storage Kitchen NHM 5 22 Clean Linen Clean Supply Storage (SRSE1) Inpatient RRTP NHM 9 108 Clean Medical Supplies Clean Supply Storage (SRSE1) Primary Care GOPC N/A 102 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Primary Care FOPC N/A 155 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Lab FOPC N/A 161 Clean Supply Clean Supply Storage (SRSE1) ALL SOPC N/A 191 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Primary Care POPC N/A 240 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Primary Care WOPC Belmont N/A 1135 Clean Supply Clean Supply Storage (SRSE1) Primary Care WOPC Belmont N/A 1139 Clean Linen/Clean Supply Clean Supply Storage (SRSE1) Lab WOPC Belmont N/A 1301 Clean Supply Clean Supply Storage (SRSE1) ALL WOPC Belmont N/A 1305 Dirty Instruments Soiled Utility/Storage Specialty Care WOPC Plantation N/A 3209 Clean Supply Clean Supply Storage (SRSE1) Specialty Care WOPC Plantation N/A 3217 Clean Supply Clean Supply Storage (SRSE1)