SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. For a contractor to provide Bowling Alley Lanes & Equipment Maintenance Services for the Perry Point VA Medical Center. Building 314 Basement Bowling Alley (Recreation Therapy Department). Interested & Capable Responses: Must respond with the following information. 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 Perry Point VA Medical Center. Please respond to this RFI/Sources Sought 36C24526Q0119 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 (including 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? Response Instructions: Responses must be submitted by 10:00 AM (ET) by 11-27-2025, Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. Respond: 36C24526Q0119 Sources Sought Notice | Company Name 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.). STATEMENT OF WORK: Bowling Alley Lanes & Equipment Maintenance Building 314 Basement Bowling Alley (Recreation Therapy Department) Perry Point VA Medical Center 361 Boiler House Drive, Perry Point, MD 21902 Contractors shall provide labor and expertise to inspect and maintain all the bowling alleys located at Perry Point. The Contractor shall accomplish the tasks to include: Contractor shall conduct annual inspections to reduce the probability of operational failure and maximize equipment life expectancy and safety. Provide twenty-four (24) preventative maintenance (PM) visits for: 4 Brunswick A-2 pinsetters 2 Brunswick Frameworx power lifts 1 Brunswick Vector scoring system 1 Kustodian lane machine. Task standard is to ensure that all the equipment listed above is capable of full performance within the manufacturer s specification of normal operating parameters and safety. All necessary PM according to manufacturer s schedule and necessary repairs shall be performed during each visit. A list of necessary spare parts and parts for machine operation shall be created after first inspection of pinsetters. Parts shall be ordered with approval after a service visit and delivered on next visit. In an emergency, parts shall be procured within twenty-four (24) hours. Machines shall be cleaned, lubricated and adjusted to optimum industry standards. The cost of the parts and material, along with labor and transportation to install shall be included in the contract price. Maintain the equipment in such condition that it shall be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract, shall be reworked no additional cost to the Government. The Contractor shall contact the Technical Point of Contact (TPOC) to schedule a Preventive Maintenance (PM) at least seven (7) calendar days prior to the proposed date. Schedule changes required by the Government, after approval, will be made at no additional cost if notice is provided to the Contractor five (5) calendar days or more prior to the scheduled date of accomplishment.