Sources Sought Notice Sources Sought Notice Page 33 of 33 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 33 DESCRIPTION On behalf of the Tennessee Valley Healthcare System Nashville VA Medical Center, Network Contracting Office (NCO) 9 is issuing this sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in, and the resources to support, this requirement for a Hobart commercial dishwasher model CL66-BAS+BUILDUP with disposer and dish tables to include removal, disposal, and installation of old dishwasher. Please see complete table below. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333310. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these services, please provide the following information: Organization name, address, point of contact, email address, web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc. Business type under NAICS 333310, which contains a size standard of 1,000 Employees, Commercial And Government Entity (CAGE) Code and Unique Entity Identification (UEI) Number. Under which NAICS code does your company usually provide the requirements described in the Performance Work Statement (PWS) - Please provide rationale for your answer if different from NAICS 333310. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability. Please provide the following information as an attachment to your response: Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. Response to this SSN shall not exceed 10 pages and should include all of the fore-mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF). The government will evaluate market information to ascertain potential market capacity to: Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance. Provide services under a firm-fixed-price contract. NOTE: Respondent claiming SDVOSB and VOSB status shall be registered at U.S. Small Business Administration (SBA) website https://veterans.certify.sba.gov/ . Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 08:00 CDT, February 9, 2026. All responses under this SSN must be emailed to Phon.phasavath@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SAM: Interested parties shall be registered 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. Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). However, responses to this notice shall not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). See attached SOW for more details on the requirement. STATEMENT OF WORK GENERAL INFORMATION Tennessee Valley Healthcare System Nashville Campus Dish Machine Replacement Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Work covered under the scope of this project consists of furnishing all materials, labor, equipment, supervision, and transportation to remove the existing dish machine and dish tables at the Tennessee Valley Healthcare System (TVHS) Nashville Campus, prepare the site for a new conveyor-style dish machine, and install all new equipment. This project also includes the installation of a soiled dish table with pre-rinse faucets and disposer unit, as well as a clean dish roller table. Removal and disposal of the old equipment will be the responsibility of the contractor and cannot be left at the VA facility. All contractor installed equipment will be covered by a warranty which includes parts, labor, and travel time for a minimum of one year after start-up. The kitchen is located at building 1, room D-101, first floor Nashville Campus, 1310 24th Avenue South, Nashville, TN 37212. Performance Period: The contractor shall complete the work required under this SOW in 90 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kickoff meeting or has advised the contractor that a kickoff meeting is waived. C. GENERAL REQUIREMENTS Furnish all materials, labor, equipment, supervision, and transportation to remove a flight type dish machine and dish tables within Nutrition and Food Services (NFS) kitchen at the TVHS Nashville campus, prepare the site for a new conveyor type dish machine, provide, and install all new equipment. Removal and disposal of old equipment will be the responsibility of the contractor and cannot be left at the VA facility. The warranty shall include parts, labor, and travel for all equipment for a minimum of one year after start-up. Clean up of the area after the completion of the installation will also be completed by the contractor. After removal of the current equipment and prior to the installation of the new equipment, TVHS requires a 10-business day pause to repair floor tiles in the area that the machine is located. The contractor will visit the job site to verify all existing conditions and dimensions and the extent of work involved with the VA Engineering Service representative. Visits to the site may be made by appointment only, during regular business hours, with the NFS Supervisory Dietitian (Food Operations), Seth Troyer. The contractor will schedule all equipment deliveries and work with the management of Nutrition and Food Services (Seth Troyer, Adam Zimmerman, Cornelia Brown) and TVHS Engineering Service to ensure that workflow within NFS is not disrupted. All work shall be scheduled so there is no impact to patient services. The contractor will train all kitchen staff members on the appropriate use of the new equipment. All work shall be inspected during installation and at final completion by the VA technical representative. A. All applicable safety regulations shall be observed during all work of this contract. The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 10 business days from the date of receipt. The contractor shall have 10 business days to deliver the final deliverable from date of receipt of the Government s comments. If for any reason any written milestone deliverable cannot be reviewed by the COR and delivered back to the contractor within the scheduled time frame, the COR is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. If deliverable cannot be delivered within the scheduled time frame, compensation may be due to the contractor. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.3 of this SOW. Task One: The contractor will perform a site visit to verify all existing conditions and dimensions and the extent of work involved with the TVHS Engineering team. The contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the contract. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the contract as defined in the technical proposal. Deliverable One: A detailed work plan and briefing. Task Two: The contractor will remove the existing flight type dish machine, clean and soiled dish tables, and waste collector. Disposal of the old equipment will be the responsibility of the contractor. The old equipment cannot be left at the facility. Deliverable Two: Remove and dispose of old equipment. Task Three: Contractor will provide, receive, uncrate, and install a new dish machine, clean and soiled dish tables, and disposal unit in accordance with the salient characteristic documents. All deliveries and work performed will be scheduled in advance with the TVHS NFS administrative and Engineering teams. Deliverable Three: Install new equipment. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. If deliverable cannot be delivered within the scheduled time frame, compensation may be taken from the contractor. 4. If for any reason any cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. If deliverable cannot be delivered within the scheduled time frame, compensation may be taken from the contractor. 5. Hours of Work: The Contractor shall provide services during the facility hours of operation, except for the following federal holidays set by law (5 U.S.C. §6103), or as approved by the Ordering Contracting Officer. The following are recognized United States (US) federal holidays: New Year s Day: January 1st Martin Luther King, Jr. s Birthday President s Day Memorial Day Juneteenth Independence Day Independence Day: July 4th Labor Day Columbus Day Veteran s Day: November 11th Thanksgiving Day Christmas Day: December 25th Note: If the established date falls on a Sunday, then the succeeding Monday is observed; if the date falls on a Saturday, the preceding Friday is observed. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written modifications to the contract by the CO. A copy of each modification will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS 1. The contractor shall provide the COR with monthly written progress reports (if applicable). These are due to the COR by the second workday following the end of each calendar month, throughout the project's duration. The COR is required to provide monthly progress reports to the Contracting Officer by the fifth workday of the new calendar month. 2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. I. TRAVEL NA J. GOVERNMENT RESPONSIBILITIES NA K. CONTRACTOR EXPERIENCE REQUIREMENTS The contractor must inform the VHA COR when personnel are removed from the contract for any reason. If a key person becomes unavailable to complete the contract, proposed substitutions of key personnel shall be made to the COR and CO. L. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the contract. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.