Z2DZ--Project 538-18-101 Improve Water System - Legionella

SOL #: 36C25026B0005Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Columbus, OH

NAICS

Plumbing (238220)

PSC

Repair Or Alteration Of Other Hospital Buildings (Z2DZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Oct 2, 2025
2
Last Updated
Oct 8, 2025
3
Response Deadline
Oct 16, 2025, 6:30 PM

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.

Sources Sought Notice

Sources Sought Notice

Page 4 of 4

Sources Sought Notice

*= Required Field

Sources Sought Notice

Page 1 of 4

This is a SOURCES SOUGHT SYNOPSIS, seeking responses from small businesses of all types. This announcement seeks information from the industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with his synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis.

The Chalmers P. Wylie VA Ambulatory Care Center (VAACC) is seeking concerns capable of constructing a chiller plant. Specifically, the VAACC is attempting to learn if:

There is interest in the marketplace for this complex procurement to justify a small business set-aside

There is a competitive environment among small businesses of all types, to justify a set-aside and ensure fair and reasonable pricing

There are enough small businesses in the marketplace with the ability and willingness to compete for a project that would be technically complex

There are enough small businesses in the marketplace with sufficient financial and bonding capacity to successfully execute a contract for this type of procurement, in accordance with FAR 52.228-1 Bid Guarantee

The VAACC s goal is to get fair and reasonable pricing. Therefore, we are soliciting small businesses, of all types, to determine the appropriate set-aside (if any) necessary to fulfill the VAACC s needs. To assist the VAACC in making an accurate determination, we must know your firm s interest.

In order to be eligible, interested parties must be registered in the System for Award Management (SAM) data base at https://sam.gov. Contractors and subcontractors who enter into or modify a contract or subcontract with the federal government are required to report annually on their affirmative action efforts in employing veterans, located at https://www.dol.gov/agencies/vets/programs/vets4212. For firms claiming SDVOSB or VOSB classification status, they must also be registered and certified through the U.S. Small Business Administration Veteran Small Business Certification (VetCert) database, located at: https://veterans.certify.sba.gov/

The North American Industry Classification (NAICS) code for this potential acquisition is 238220 Commercial and Institutional Building Construction, which currently has a small business size standard of $19 million.

Interested parties responding to this Sources Sought Notice shall submit as much of the following information as possible:

Company name and address, point of contact with phone number, email address and SAM Unique Entity Identifier

Proof of registration on the SAM and VA VetCert websites or intention of registration prior to submission of offers to a potential solicitation.

If your firm has a history or is contemplating joining with a partner for this requirement, we ask that you detail that arrangement as well to allow the government to make the most well-informed decision possible. In this event, we advise that you thoroughly investigate whether or not a partnership would affect your business size standard.

The response date to this Sources Sought notice is October 16, 2025, at 2:30 pm Eastern Time. This market research is for informational and planning purposes only to determine if there are adequate, qualified small business concerns, of any type to warrant a set-aside. Hard copy submissions are not acceptable. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable and may be directed to Stanley.burdine@va.gov. All inquiries regarding this Sources Sought Notice should be directed to the same email address.

NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. CONCERNS ARE REQUESTED NOT TO CALL THE INDIVIDUAL VAACC, REQUESTING MORE INFORMATION.

People

Points of Contact

Stanley BurdineContracting OfficerPRIMARY

Files

Files

View

Versions

Version 3
Sources Sought
Posted: Oct 8, 2025
View
Version 2Viewing
Sources Sought
Posted: Oct 6, 2025
Version 1
Pre-Solicitation
Posted: Oct 2, 2025
View
Z2DZ--Project 538-18-101 Improve Water System - Legionella | GovScope