VAPIHCS Commercial Plumbing Services
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) is conducting a Sources Sought for Commercial Plumbing Services at the VA Pacific Islands Health Care System (VAPIHCS) in Honolulu, HI. This market research aims to identify qualified contractors for on-call emergency and planned plumbing installation and repair services. Responses will help determine the appropriate acquisition strategy and potential set-aside. Responses are due April 3, 2026, by 1:00 p.m. Pacific Time.
Scope of Work
The requirement is for on-call emergency and planned commercial plumbing installation and repair services for existing facility infrastructure. Services include troubleshooting, repair, modification, replacement, and limited installation of plumbing systems. Specific tasks may involve:
- Domestic water system repair and replacement
- Sanitary sewer repair and replacement
- Plumbing fixture, valve, and pump repair or replacement
- Leak detection and repair, drain cleaning, and troubleshooting system failures Emergency response capability is required within two (2) hours of notification. Work will be performed on an as-needed basis at VAPIHCS facilities in Honolulu, HI, including Buildings 30, 32, 110, and T1. Contractors must hold appropriate State of Hawaii plumbing and contractor licenses and comply with VA safety and infection control regulations.
Contract Details
- Opportunity Type: Sources Sought (Market Research Only)
- Potential Contract Type: The Government is considering a Firm-Fixed-Price (FFP) standalone contract or a single-award FFP Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Industry feedback on contract structure is requested.
- Set-Aside: Not yet determined. The VA will use responses to assess the likelihood of receiving offers from two or more verified Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) firms, in accordance with the Veterans First Contracting Program and the VA Rule of Two.
- Product Service Code: J045 (Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment)
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
Submission Requirements & Evaluation
Interested businesses are requested to submit a capabilities statement via email to Karen Cooper (karen.cooper332@va.gov) by the deadline. The subject line must be "Sources Sought - VAPIHCS Commercial Plumbing Services". Responses should include:
- Company information, point of contact, and socio-economic status.
- Capability to support on-call and emergency services.
- Experience in similar facility plumbing projects, especially in healthcare.
- Information on Hawaii-based personnel, offices, or supplier relationships.
- Typical response times for service calls.
- UEI Number and GSA/FSS # (if applicable).
- Subcontracting intentions.
- Recommended contract structure and preferred pricing approaches.
- Challenges or risks associated with an FFP contract. Responses will inform the Government's acquisition strategy and set-aside determination. Potential offerors must be registered in SAM.gov.
Timeline
- Response Due: April 3, 2026, 1:00 p.m. Pacific Time
- Published Date: March 20, 2026