F108--Emergency flood services Blanket Purchase Agreement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1), is conducting market research through this Sources Sought notice to identify qualified vendors for Emergency Flood Response Services for the VA New England Healthcare System (VISN 1). This is not a request for quotes, and no contract will be awarded from this announcement. Responses will inform acquisition planning, size determination, and procurement strategy. Responses are due by April 10th, 2026, at 12:00 PM EST.
Purpose & Scope
The VA seeks to establish a Blanket Purchase Agreement (BPA) for emergency flood services, including initial assessment, personnel and equipment mobilization, pumping standing water, water extraction, material removal, drying, cleaning, and disinfecting. Services are required for various VISN 1 facilities across Connecticut, Massachusetts, Maine, New Hampshire, Rhode Island, and Vermont, including hospitals, outpatient clinics, and administrative buildings. The contractor must be capable of responding to incidents impacting up to 200,000 square feet.
Key Requirements & Qualifications
Contractors must have at least three years of professional experience providing emergency flood response services at VAMCs or comparable medical facilities. Key personnel must possess valid IICRC (e.g., ASD, CDS, WRT) or ACAC (e.g., CIES, CIER, CSDS, CSDR, CEICS) certifications and relevant OSHA General Industry training. The contractor firm must be an IICRC certified Water Damage Restoration firm listed in the IICRC Global Locator. Services require a four-hour on-site assessment and mitigation response (24/7/365) and strict adherence to Federal, State, and Local regulations, including OSHA, EPA, VA/VHA directives, NFPA Life Safety Code (NFPA 101), and Infection Prevention and Control (ICRA) plans. Compliance with physical and information security (HIPAA BAA) is also mandatory.
Submission Details
Interested parties should submit a capability statement, not exceeding 8 pages, addressing their ability to meet the requirements outlined in the attached Statement of Work (SOW) and completing the provided Sources Sought Worksheet. Submissions must be in Microsoft Word or Adobe PDF format and emailed to issa.shawki@va.gov with "RFI # 36C24126Q0405" in the subject line. Telephone inquiries will not be accepted, and no feedback will be provided.
Set-Aside
This market research will be used to determine if the requirement will be set-aside for SDVOSB, VOSB, Small Businesses, or procured through full and open competition.
Contact Information
For submissions and inquiries, contact Issa Shawki, Contracting Officer, at issa.shawki@va.gov or 774-826-3192.