J047--Replace Backflow Preventer 610A4-26-501
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: IN. Response deadline: Feb 25, 2026. Industry: NAICS 541990 • PSC J047.
Market snapshot
Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541990
Description
This is a SOURCES SOUGHT SYNOPSIS, seeking responses from Service Disabled Veteran Owned Small Businesses (SDVOSBs) and/or Veteran Owned Small Businesses (VOSBs), certified in the Small Business Administration s (SBA) Vet Cert database (https://veterans.certify.sba.gov/#home) This announcement seeks information from the industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this 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 Fort Wayne VA Medical Center (VAMC) is seeking concerns capable of providing all labor, equipment, materials, and supervision necessary to replace and relocate the backflow preventor in Building 1. Specifically, the VAMC is attempting to learn if: There is interest in the marketplace for this procurement to justify a SDVOSB or VOSB set-aside based upon the salient characteristics attached to this notice There is a competitive environment among certified SDVOSBs and VOSBs, to justify a set-aside and ensure fair and reasonable pricing, based upon the salient characteristics attached to this notice There are enough SDVOSBs and VOSBs in the marketplace with the ability and willingness to compete for a procurement, based upon the salient characteristics attached to this notice The VAMC s goal is to get fair and reasonable pricing and comply with the VA Rule of Two. Therefore, we are soliciting certified SDVOSBs and VOSBs, to determine the appropriate set-aside (if any) necessary to fulfill the VAMC s needs. To assist the VAMC in making an accurate determination, we must know your firm s interest. In order to be eligible, firms claiming SDVOSB or VOSB classification status, they must be registered and certified through the U.S. Small Business Administration Veteran Small Business Certification (VetCert) database, as indicated in paragraph 1 above. The North American Industry Classification (NAICS) code for this potential acquisition is 238220, Plumbing, Heating, and Air-Conditioning Contractors, 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 a partnership would affect your business size standard. The response date to this Sources Sought notice is February 25, 2026, at 10:00 am Eastern Time. This market research is for informational and planning purposes only. 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 tiffany.rausch@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 VAMC, REQUESTING MORE INFORMATION.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
VA Network Contract Office 10 is conducting a Sources Sought (36C25026Q0313) for the Fort Wayne VA Medical Center to replace and relocate a backflow preventer in Building 1 under PSC J047. The Government is surveying SBA VetCert-certified SDVOSBs/VOSBs to support a VA “Rule of Two” determination and to assess whether a set-aside is appropriate, emphasizing fair and reasonable pricing. Responses are due Feb 25, 2026 at 10:00 AM Eastern, must be submitted electronically (no hard copies) to tiffany.rausch@va.gov, and no proposals are being requested at this stage. The notice references “salient characteristics attached to this notice,” indicating key technical details are likely in the provided attachment.
Conduct market research to determine whether there is sufficient interest and competition among SBA VetCert-certified SDVOSBs and/or VOSBs capable of providing all labor, equipment, materials, and supervision to replace and relocate the backflow preventer in Building 1 at the Fort Wayne VAMC, in order to justify an appropriate set-aside and support fair/reasonable pricing in compliance with the VA Rule of Two.
- Review the attachment with the “salient characteristics” for the backflow preventer replacement/relocation in Building 1.
- Confirm your firm’s ability to provide all labor, equipment, materials, and supervision for the replacement and relocation effort.
- Assemble required firm-identification data: company name/address, POC, phone, email, and SAM Unique Entity Identifier (UEI).
- Provide proof of active SAM registration and SBA VetCert status (or state intention to register prior to any future offer submission).
- If proposing a partnership/joint arrangement, describe the arrangement and consider impacts to the NAICS size standard referenced (238220; $19M).
- Submit response electronically by the stated deadline to tiffany.rausch@va.gov (no hard-copy submissions).
- Email response submitted to tiffany.rausch@va.gov by Feb 25, 2026 at 10:00 AM Eastern.
- Company name and address.
- Point of contact (name), phone number, and email address.
- SAM Unique Entity Identifier (UEI).
- Proof of registration in SAM.
- Proof of SBA VetCert (SDVOSB/VOSB) certification (or a clear statement of intention to register prior to offer submission if/when solicited).
- Statement of interest in competing for the requirement and confirmation you can provide all labor, equipment, materials, and supervision.
- If applicable, description of any teaming/partnering arrangement being considered or previously used for similar work, with acknowledgment of potential size-standard implications.
- Confirmation you reviewed the attached salient characteristics and can meet them.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Attachment contents describing the “salient characteristics” (technical requirements) for the backflow preventer replacement/relocation.
- Exact place of performance address/location details for the Fort Wayne VAMC worksite.
- Period of performance/start and end dates for the anticipated work.
- Any site access, infection control, shutdown/outage windows, or coordination constraints typical of medical facilities (not stated).
- Submission format expectations beyond “as much of the following information as possible” (e.g., page limits, specific document types).
FAQ
How do I use the Market Snapshot?
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.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.