Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2025 SAM #8727
SOURCES SOUGHT

H -- Fire and Smoke Damper Inspection and Service Contract

Notice Date
10/16/2025 6:59:57 AM
 
Notice Type
Sources Sought
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0025
 
Response Due
10/22/2025 2:00:00 PM
 
Archive Date
12/21/2025
 
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 541350, (Building Inspection Services) with a size standard $11.5 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Fire Damper Inventory and Testing 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, 22 October 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 # 36C24126Q0025 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 Fire Damper Inventory and Testing Period of Performance: 60 days from date of award Place of Performance: 1 VA center, Augusta ME 04330 Successful bidder will test all fire/smoke dampers in the air distribution systems for B200, B200E (including new SCA addition), B203, B204, B205, B206, B207, and B248. Location of dampers are marked with stickers on the ceiling grid. Previously completed survey of existing fire/smoke dampers is included in Attachments 1-8 with the locations of each damper shown in Attachment 9. Damper locations for the newly completed SCA addition are included in attachment 10. Majority of testing will occur Monday through Friday between 7 am and 3:30 pm unless otherwise coordinated in advance with the COR. Nights or weekend will be required in the following spaces. Sections highlighted in yellow must have working surfaces covered in in plastic before opening any ceiling tiles or access pannels B200 2S clinic (Surgery), 2N SCI Clinic, Blood Draw 2-SD-014 2-SD-016 2-FD-012 2-FD-013 2-FD-015 2-SD-005 2-SD-006 2-SD-007 2-SD-008 2-SD-009 2-SD-010 2-SD-011 5S Endo, 5N Dental 5-FD-010 5-FD-011 5-FD-012 5-FD-013 5-FD-014 5-FD-015 5-FD-016 5-FD-017 B200E 1st Nuc Med, SPS 1-FD-001 1-FD-002 1-FD-003 1-FD-004 1-FD-005 1-FD-006 1-FD-007 1-FD-008 1-FD-009 1-FD-010 2nd PT, ENT 2-FD-016 2-FD-017 3rd Floor OR 3-SD-001 3-SD-002 3-SD-003 3-SD-013 3-SD-014 B204 1ST and 2ND Floor (Nights only no weekend option) 1-FD-001 2-FD-002 2-SD-001 B205 2nd Floor 2-FD-003 2-SD-004 B206 1 1st Floor Clinical 1-FD-002 1-SD-001 1-SD-003 1-SD-004 Final submission, review and approval of schedule will be required after award and prior to the start of the onsite survey. Only two ceiling tiles at a time may be dislodged as part of the testing effort. No open ceiling tile/access panel or ladder may be left unattended. Do not open ceiling tiles in a patient space while patient is in the space. Coordinate with the COR when ceiling tiles need to be accessing in occupied inpatient spaces. Contractor shall obtain and wear/display at all times VA Temp badge. Deliverable: Two hard copy 3-ring bound printed reports that include testing results Two CD copies of report including drawings in Auto cadd and pdf format. Period of Performance: Field work to be completed in 60 calendar days. Deliverables to be received 14 calendar days after completion of field work. Total period of performance from contract award to close out 90 calendar days. Attachments: Attachment 1 - Togus VAMC Building 200 Damper Inspection Report - 2022 Attachment 2 - Togus VAMC Building 200E Damper Inspection Report - 2022 Attachment 3 - Togus VAMC Building 203 Damper Inspection Report - 2022 Attachment 4 - Togus VAMC Building 204 Damper Inspection Report - 2022 Attachment 5 - Togus VAMC Building 205 Damper Inspection Report - 2022 Attachment 6 - Togus VAMC Building 206 Damper Inspection Report - 2022 Attachment 7 - Togus VAMC Building 207 Damper Inspection Report - 2022 Attachment 8 - Togus VAMC Building 248 Damper Inspection Report 2022 Attachment 9 - Damper Location no B255 B232 or B210 Attachment 10 - Ductwork Drawings SCA
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3687385625b94537940775ffb78d9dff/view)
 
Place of Performance
Address: Togus VAMC 1 VA Center, Togus 04330, USA
Zip Code: 04330
Country: USA
 
Record
SN07621241-F 20251018/251016230039 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.