Page 3 of 3 THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. This is a Request for Information (RFI)/Sources Sought Notice (SS), this is not a Request for Quotes (RFQ) or Request for Proposals (RFP). No formal solicitation document exists at this present time. This is not a solicitation announcement. The purpose of this Sources Sought notice NAICS 238990 All Other Specialty Trade Vendors PSC J035 maint/repair/rebuild of equipment- service and trade equipment NAIC size standard of employees for the Clarksburg VAMC. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SEWP, FedBizOpps (FBO) or GSA ebuy. REQUESTED INFORMATION If you are interested and capable, and can provide the required service, please provide the requested information for questions 1-6 as indicated below: Responses to this Sources Sought notice shall also include: company name, address, point of contact, if applicable contract number, product brochures, place of manufacturer, NAIC/PSC codes, Sam Uei number, and business size: Is this service/product priced on vendor s GSA/SEWP/FSS/NAC/SAC contract? Yes/No If yes, provide vendor contract number? Is this service/product open market pricing? Yes/No Provide vendor s business size status and representations NAIC and PSC code? Does vendor have capability, product, service to meet the PWS requirement? Yes/ No Please submit vendor s PWS questions. SOW GENERAL INFORMATION GENERAL SCOPE: Vendor shall provide a temporary ADA compliant ramp located at the bio-med loading dock of the Louis A. Jonson VAMC. Ramp will be utilized to assist the nutrition and food service employees with loading their temporary cooler/freezer located onsite. Vendor will install and remove the ramp at the completion of the current cooler/freezer rental. Detailed requirements of the ramp are listed below. DETAILED REQUIREMENTS: The purpose of this project is to fabricate and install a temporary ADA-compliant access ramp to ensure barrier-free access to the temporary cooler/freezer onsite accessed from the biomed loading dock. Vendor shall provide a provide a layout and design of a temporary ramp that meets current ADA Standards for Accessible Design, including slope (1:12 max), width (36 min clear), landings, handrails, and edge protection. Ensure the ramp integrates safely with existing site conditions. Vendor shall use non-permanent, durable, and weather-resistant materials suitable for the ramp s expected use and duration. Components may include aluminum modular ramp systems, treated lumber, or composite materials, provided they meet ADA safety standards. Vendor shall Install the ramp on a stable foundation ensuring no trip hazards or unsafe transitions. Include proper anchoring, bracing, and surface treatments (e.g., non-slip surfacing). Install compliant handrails and guardrails where required Vendor shall perform a safety and compliance inspection after installation and shall provide documentation verifying ADA compliance. Vendor shall safely dismantle and remove the ramp after the conclusion of the cooler/freezer rental period and return the site to its original condition Vendor shall field verify all dimensions of a modular system or fabrication of a custom ramp system. NOTES All Capability Statements/Responses to this Sources Sought notice shall be submitted via email stephanie.henderson@va.gov Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted in response to this Sources Sought notice. Responses to this Sources Sought notice must be received no later than 7/21/25 at 1:00 p.m. (Eastern Standard Time). This Sources Sought notice is to assist the VA in determines sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought notice. DISCLAIMER This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. End of Notice