H341--Fire and Smoke Damper Inspection and Service Contract
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.
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) #:Â ___________________________________________________
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