Navigate the lattice: hubs for browsing, trends for pricing signals.
Description Sources Sought RFI # 36C24826Q0288 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposal or quotes and does not obligate the Government toward a contract. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification to include LARGE AND SMALL BUSINESS AS WELL AS THE FOLLOWING: (Service Disabled owned, Veteran owned small business, Hub Zone, 8(a), small disadvantaged, women owned, small) relative to 541350 Building Inspection Services (business size standard $11.5 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought synopsis, a solicitation announcement may be published in Beta.SAM.gov, also known as Contract Opportunities. Responses to this Sources Sought synopsis are NOT considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in order to be considered. The Department of Veterans Affairs, James A. Haley Veterans Hospital (JAHVH), is seeking sources to provide Maintenance, Inspection, and Testing of Portable Fire extinguishers. The contractor is required to inspect and certify approximately 1047 fire and combination fire/smoke dampers at the James A. Haley Veterans Hospital (JAHVH). They must furnish all necessary labor, materials, tools, equipment, supervision, and insurance for the task. The contractor will provide written assurances of the competency and credentials of their personnel within 1 day of contract award and update this documentation as needed. They must conduct inspections and certifications between Monday and Friday (8 AM - 4:30 PM), under the coordination of the Contracting Officer's Representative (COR). Daily updates and a written summary upon task completion are required, with a final report submitted to the Chief of Engineering Service or COR. Access doors must be installed if necessary for the certifications. Work must comply with all relevant OSHA regulations and JAHVH policies, including COVID-19 and asbestos safety protocols. The contractor is responsible for verifying damper numbers during a walkthrough and ensuring all safety measures, documentation, and personal protective equipment are adhered to, especially in areas where asbestos is present. All work must follow NFPA codes, with detailed reports documenting testing methods, results, and photographs of each inspected damper. Any damages caused to government property must be repaired at no cost, and all installed hardware must be inspected for defects before acceptance by JAHVH. Contractor personnel must wear appropriate uniforms and identification, and abide by hospital rules, including designated parking and smoking policies. If you are interested, and can provide the required services, please provide the requested information as indicated below. Responses to this notice must include company name, address, point of contact, UEI# number, and size of business pursuant to the following questions: 1. Is your Business large or small? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of contact, and size status (if available). 2. If small, does your firm qualify as a small, emerging business, or small disadvantaged business? If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter, assemble, or modify the items requested in any way? If you do, state how and what is altered, assembled, or modified. 3. Is your firm a certified Service-Disabled Veteran Owned Small Business? 4. Is your firm a Veteran Owned Small Business? 5. Is your firm a Women Owned Small Business? 6. Is your business a non-profit organization? Does your company have an FSS contract with GSA or the NAC, or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solutions you are providing information for available on your schedule/contract. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to establish capabilities for planning purposes. Responses to this RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses, a solicitation announcement shall be published on the FedBizOpps (FBO) website, also known as Contract Opportunities. All interested parties must respond to the solicitation announcement separately from the responses to this notice to be considered for award. DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Please list in your response a summary of your company s capabilities and ability to provide services for the JAHVH. Please provide the information via electronic transmission to Walida.MooreSaintil@va.gov No Later Than (NLT) Friday, February 6, 2026, @ 10:00 AM EST. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any further information submitted by respondents to this notice is strictly voluntary. Requests for solicitation will not receive a response as a solicitation is not currently available. If a solicitation is issued, it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately form the response to this announcement. Responses to this Sources Sought is not a request to be added to prospective bidders list or to receive a copy of the solicitation. Responses MUST be received in writing Friday, February 6, 2026, @ 10:00 AM EST.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541350 (last 12 months), benchmarked to sector 54.