Sources Sought Notice Sources Sought Notice Page 6 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 Introduction Network Contracting Office 20 (NCO20), supporting Boise, Idaho VA Medical Center, is seeking potential sources for an upcoming requirement for a Contractor that shall provide services for inspection/testing work on the station electrical distribution system at the Boise, Idaho VA Medical Center (BVAMC) as described below. This notice is a market research tool and has not been set-aside for any small business category, however the notice is issued to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio-economic set-aside for the procurement. Failure to respond to this notice will not impact consideration of construction services companies (or joint ventures) which otherwise meet set-aside requirements and submit responses to the follow-up public announcement. Once the appropriate set-aside is determined, a separate public announcement requesting offers/proposals will be publicized on Contract Opportunities in accordance with FAR 36.213-2. General Project Description and NAICS 1. Provide all materials, equipment, and labor to complete the following inspection/testing work on the station electrical distribution system. a. Test, inspect, and calibrate all breakers and relays in the 15KV switchgear located in Building 83. Clean all relays before testing including, remove any metal filings from disks and magnets, clean/burnish contacts, and check contact wipe. b. Visually inspect and infrared test the15KV switchgear in Building 83, 41 pad-mount transformers, 10 vault mounted VFI switches, 3 sectionalizes, and the main building distribution panels in the following locations: G14-27, G05-46, G25-67, G02-77, 117-85, 133-88, 122-109, 201-109, 116-110, 115-114, 112-117, 102-120, GRNDS-121, GRNDS-122, 106-123, 200-123, and 127-124. Infrared test each breaker in the main distribution panels as described above. Test the GFI trip rating of each GFI breaker. Test and calibrate all relays in the main distribution panels. c. Obtain an oil sample from each of the 41 pad-mount transformers located throughout the campus grounds. Sample oil for dissolved gases, moisture content, dielectric breakdown voltage, acid, color, visual, specific gravity, and interfacial tension. Use ASTM D1816 to test dielectric breakdown voltage. Check the pressure gage to assure the nitrogen blanket is still intact. Check the oil level in each transformer. Clean any cobwebs and debris from each of the transformers. Check transformers to assure they are level. d. Infrared test and vacuum out 14 automatic transfer switches, 1 in B.46, 1 in B.27, 1 in B.77, 3 in B.67, 1 in B.88, and 7 in B.85. 2. At the conclusion of the above testing, inspections, and calibration, provide a written report to the VA Medical Center outlining the work performed. Include a letter of explanation summarizing the procedures followed and any problems noted while conducting the work. Include in the report the oil analysis for each transformer. Include infrared pictures of any problem areas identified. Indicate all areas of concern with written recommendations on how to maintain the electrical system and how to correct all problems identified. Include a cost estimate for each recommendation. 3. Any work that requires a disruption to the Medical Center power will have to be scheduled in advance. Work which causes a disruption of power to Building 85, will have to be accomplished at other than normal hours, when Surgery is not in operation. 4. The contractor selected to perform this work must perform this type of work on a regular and recurring basis and have done so for a minimum of 5 years. The contractor must have a person on site who is NETA certified and NICET certified, and the company must be NRTL certified per federal OSHA standards. This requirement is being sought under North American Industry Classification System Code 238210 Electrical Contractors and Other Wiring Installation Contractors, size standard is $19 Million dollars. Any interested party who believes they can complete this requirement under these or any other NAICS codes are invited to respond and provide detail as to the NAICS they can complete this project under and a brief description as to the reasoning. Responses will be used to research which code in conjunction with other Government market research resources will be used by the contracting officer to determine the NAICS code under which this project will be procured. Information Sought The Government requests a letter of interest (or similar document) with responses to the following: 1. State your business name (as it appears in SAM.gov), office location where these services will be performed from, SAM UEI number, NAICS Code under which you will perform and socio-economic status of the firm (i.e. verified SDVOSB, WOSB, SB, large business). 2. Provide a brief narrative and list sample projects/references completed on your company s experience providing services similar to those described. 3. What would be the expected make-up of the company s team in terms of socio-economic categories and estimated percentage of work to be completed by your company and each subcontractor? If the procurement is set-aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set-aside for service-disabled veteran-owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs no other small business categories would count towards the percentage. If set-aside for small business, 50% of the contract would be required to be performed by small businesses, which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set-aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns. 4. A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects. 5. Any additional capabilities statements or other documentation that you feel will assist the Government in performing market research and determining the appropriate set-aside. Submission Instructions Interested parties are requested to submit the requested information not later than October 18, 2025 to Alan Perez via email to Alan.Perez@va.gov and Helen Woods at Helen.Woods@va.gov. Please include 531-26-1-0001 Sources Sought Response in the title of the email. The response burden to this notice is expected to be light; lengthy responses are not expected but no maximum page count is assigned. Please keep responses below 7MB or send multiple emails appending to the email subject 1 of n as appropriate. Please contact Alan Perez at the email above with any questions.