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. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. 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, (Plumbing, Heating, and Air Conditioning Contractors) with a size standard $19 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Air Compressor Services for Togus VA Medical Center per the Performance Work Statement below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement 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 5:00 PM EST, 19 May 2025. All responses under this Sources Sought Notice must be emailed to Kenya Mitchell at Kenya.Mitchell1@va.gov and David Valenzuela at David.Valenzuela2@va.gov with RFI # 36C24125Q0457 in the subject line. 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. 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: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (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 products 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. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 PERFORMANCE WORK STATEMENT Air Compressor Service Contract Service provider shall provide service every 6-month for the existing 4 compressors located in B238 Boiler Plant (BP) and B201 Grounds and the air dryer(s). Service will need to be completed Monday through Friday 0700 to 1530 excluding federal holidays unless called in for emergent/urgent repairs. All routine service visits will be scheduled through the BP Supervisor and the COR a minimum of 4-weeks in advance. Successful bidder will be a Authorized/Certified Service provider capable of providing service to all items listed under Equipment to be Services . All replacement parts to be original equipment manufacturer parts. Service to be completed to meet or exceed that required by the manufacturer and O&M manuals. Equipment to be Serviced: Air Compressor, Sullair, M#: ES8-15H, SN#: 003-109078, located B238 RM200, serving BP Air Compressor, Sullair, M#: ES8-15H, SN#: 003-109079, located B238 RM200, serving BP Air Compressor, Sullair, M#: ES8-15H, SN#: 003-109080, located B238 RM200, serving BP Air Compressor, Hausfeld, M#: CE700600AJ, SN#: L1/28/2014-00026, located B201 Rm100, serving Grounds Air Dryer(s), Great Lakes, M#: GRF-75A-116, SN#: 52681 Overall Service Description provided every six month: The following generally explained service will be provided for the equipment listed in this contract: Check and tighten all electrical connections Verify operation and condition of electrical contacts (where applicable) Inspect electrical wiring Inspect and service condensate auto drains Inspect flexible and solid pipes including fittings and specialties for leaks Inspect cooling systems. Inspection of in-line filtration equipment General cleaning and inspection of compressors. Identification of problems or areas of concern. Provide field service report, electronically within 5 business days of service and provide a face to face out brief prior to departure when inspection is complete. Provide recommendations for repairs and fixes of existing and potential problems or services needs. Semi-annual service (6-month): Replace the air inlet filter (where appropriate). Replace the fluid filter. Perform fluid analysis. Motor bearing lubrication (where appropriate). Inspection of the air/oil separator elements. Check all electrical connections and tighten. Check condition and operation of electrical contacts (where appropriate) Inspection of all electrical wiring. Inspection and servicing of all condensate auto drains. Inspection of all flexible and solid pipe work including fittings for leaks. Check and inspection of cooling system. (Cooler will be blown out with compressed air if necessary) Inspection of all in-line filtration equipment. Annual service: Install new Sullube 32 compressor oil Install new Champ Lube compressor oil. Install new separator elements. Clean and inspect oil return line components. Replace the air inlet filter. Replace the fluid filter. Perform fluid analysis. Rebuild the pressure regulator valve. Install new belt. Clean and reset all controls to factory specifications. Motor bearing lubrication 3 Check all electrical connections and tighten. Check condition and operation of electrical contacts Inspection of all electrical wiring. Inspection and servicing of all condensate auto drains. Inspection of all flexible and solid pipe work including fittings for leaks. Check and inspection of cooling system. (Cooler will be blown out with compressed air if necessary) Emergency Call Back Service: The Contractor must respond to emergency call back service, within two hours or less, and will be provided in response to requests by telephone or otherwise from the (1) Contracting Officer, (2) COR, or (3) their designees in case of a malfunction or if emergency trouble should develop between regularly scheduled maintenance. This call back service shall be covered based on the predetermined hourly rate utilizing the contingency included in this contract for parts labor and materials. Contingency: Successful bidder to include a $5,000 contingency in this contract for use by the VA to cover emergency call back services, as well as unforseen parts, labor and materials required for repairs throughout the year. COR/CO will provide verbal approval followed by written e-mail confirmation of times when this contingency can be utilized. Successful bidder will be responsible for tracking this line item and the remaining available balance. Work/Service provided by VAME: Coordinate with affected departments Provide escorts if required. Isolate potential energy as part of the LOTO process Per VA Directive 1085, smoking, vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service provider and their employees. Service provider s employees shall not enter the facilities without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the facilities. All employees of the service provider shall comply with VA security management program and obtain permission of the VA police, be identified by service and employer, and restricted from unauthorized access. Service providers are required to have a badge request form filled out for all personnel (employees, sub-service providers, consultants, inspectors, etc.) Who will be on-station. Service provider will bring completed request forms to the project COR for signature. Service provider will then take signed badge requests to the VAME police department for processing prior to starting work on station. No personnel are allowed to perform any work on station before being issued a badge. No personnel are allowed to perform work on station if their badge is expired. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. VA reserves the right to close down or shut down the facilities and order Service provider s employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the contracting officer. Prior to commencing work onsite, and each year thereafter, all Service providers and their provider personnel shall provide proof of receipt of seasonal influenza vaccination in compliance with VHA Direction 1013. Prior to commencing work onsite, all Service providers and provider personnel shall provide proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives. Prior to commencing work onsite, all Service providers and provider personal shall provide proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 4th, 2021 Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with Contracting Officer s Representative. Parking shall be first-come first-serve. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the contracting officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider's performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to rules of Medical Center applicable to their conduct. Execute work in such a manner as to interfere as little as possible with work being done by others. Provide COR with a report or statement of work completed and include statements with requests for payment. Statement should include service completed and the date each service items was completed. All service providers will sign in and out at engineering upon arrival and departure from station daily. Logbook can be found at B202, 2nd floor engineering. Vendor must obtain a Hot Work Permit from the V.A. Fire Department before conducting any cutting, grinding, or welding operations. Vendor must obtain a Confined Space Permit from Safety before entering a confined space. Vendor must a Lock Out Tag Out Plan (LOTO) before starting work on any equipment that will be out of service or de-energized. Payment processed through Tungsten/IPPS. Invoices to be submitted in draft form digitally to the COR for review prior to submission in Tungsten/IPPS. Invoicing for services rendered. All communications in regard to this contract should include the following number in the communication 402-25-206SC. Period of Performance: 12 months from date of award with 4 option years. Place of Performance: 1 VA center, Augusta ME 04330
Background
The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is conducting market research to identify potential qualified sources for Air Compressor Services at the Togus VA Medical Center.
This Sources Sought notice aims to gather information on vendors capable of providing these services. The goal is to assess the market base for acquisition planning and procurement strategy.
Work Details
The service provider will perform semi-annual maintenance on four air compressors located in the B238 Boiler Plant and B201 Grounds, as well as servicing air dryers. Services include:
- Routine checks and maintenance every six months, including tightening electrical connections, inspecting wiring, servicing condensate auto drains, checking for leaks in pipes, inspecting cooling systems, and cleaning compressors.
- Replacement of air inlet filters and fluid filters, performing fluid analysis, lubricating motor bearings, and inspecting air/oil separator elements.
- Annual services will involve installing new compressor oils, replacing separator elements, cleaning oil return line components, rebuilding pressure regulator valves, and ensuring all controls are reset to factory specifications.
- Emergency call back service must be provided within two hours for urgent repairs. A contingency fund of $5,000 is included for unforeseen repairs.
Place of Performance
Togus VA Medical Center, 1 VA Center, Augusta ME 04330