SOURCES SOUGHT
J -- SPS Annual RO and Filter Service Contract
- Notice Date
- 9/17/2025 10:47:43 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0005
- Response Due
- 9/24/2025 2:00:00 PM
- Archive Date
- 11/23/2025
- Point of Contact
- Kenya Mitchell, Contract Specialist, Phone: 860-666-6951
- E-Mail Address
-
Kenya.Mitchell1@va.gov
(Kenya.Mitchell1@va.gov)
- Awardee
- null
- Description
- 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 811210, (Electronic and Precision Equipment Repair and Maintenance) with a size standard $34 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing SPS Annual RO and Filter Service 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, 24 September 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 # 36C24126Q0005 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 SPS Annual RO and Filter Service Contract Period of Performance: 12 months from date of award with 4 option years. Place of Performance: 1 VA center, Augusta ME 04330 This is a request for a base year plus 4 option year service contract to provide service materials and/or labor for the maintenance of the RO systems in the SPS Department at VA Maine (VAME) Healthcare System 1 VA Center Augusta Maine. The location of this equipment is in the SPS Department, Building 200, 1st Floor. Successful vendor would be responsible for providing: Materials to VAME to support quarterly replacement of the carbon filters in SPS Quantity of 2 filters delivered quarterly: coordinate with the COR for delivery months. Filter model number: SP-EPM-20BB Equipment location: B200E, Room E142 Materials to VAME to support replenishment of anti-scalant quarterly. Quantity of 1 case (4-gallons) delivered quarterly: coordinate with the COR for delivery months. 95810125 PT401, Anti-Scalant Liquid, Four (4) One Gallon Containers Equipment location: B200E, Room E142 Materials to VAME to support monthly replacement of the DI socks in SPS Quantity of 2 socks required per month delivered quarterly: coordinate with the COR for delivery months. Sock model number: 2102 Equipment location: B200E, Room E142 Labor and materials for annual disinfection of the water storage tank and distribution line of the RO water system in SPS. Work to be completed in the month of March each year of the contract and will be completed on a Saturday/Sunday coordinated a minimum of 1-month in advance with the COR. Model Number: OOHC-0095-AAMIA, Serial Number: CMP 200732; 250-300 gal Equipment location: B200E, Room E142 Labor and materials for the annual replacement of the 4 Absolute Endotoxin Filter Cartridge Charged for Endotoxin Removal, 0.2 micron, 2x20, 222 O-ring connection. Work to be completed in the month of March each year of the contract and will be completed on a Saturday/Sunday coordinated a minimum of 1-month in advance with the COR. Filter model number: 20-3022 Equipment location: B200E, Room E142 Labor and materials for the annual replacement of the UV Bulb, 254 nm. Work to be completed in the month of March each year of the contract and will be completed on a Saturday/Sunday coordinated a minimum of 1-month in advance with the COR. Bulb model number: 76-0020 Equipment location: B200E, Room E142 Labor and materials for the annual replacement of the composite vent filter LC136M2. Work to be completed in the month of March each year of the contract and will be completed on a Saturday/Sunday coordinated a minimum of 1-month in advance with the COR. Filter model number: 20-3021 Equipment location: B200E, Room E142 Labor and materials for the annual replacement of the RO Membranes; quantity of 3. Work to be completed in the month of March each year of the contract and will be completed on a Saturday/Sunday coordinated a minimum of 1-month in advance with the COR. Membrane part number: R22-4026 Equipment location: B200E, Room E142 Annual Allowance per option year of $20,000 for urgent/emergent repairs/service labor, parts and materials outside the maintenance outlined in this contract. Example might include but are not limited to cleaning/sterilizing tanks and distribution system after failed routine water testing or scheduled maintenance that penetrated the overall system. This item will be tracked and billed on a separate line by the successful vendor. Other: 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. Materials may be delivered during the hospital s regular administrative working hours, 7:00 AM 3:30 PM, Monday through Friday observing all federal holidays. 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 regarding this contract should include the following number in the communication 402-25-205SC.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2313be6002254869bf1599df15b3f232/view)
- Place of Performance
- Address: Togus VAMC 1 VA Center, Togus 04330, USA
- Zip Code: 04330
- Country: USA
- Zip Code: 04330
- Record
- SN07595031-F 20250919/250917230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |