H146-- FISHER HOUSE CHLORINATION
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: TX. Response deadline: Apr 20, 2026. Industry: NAICS 541380 • PSC H146.
Market snapshot
Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 43 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541380
Description
SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION (RFI) Hyper Chlorination Remediation Services Michael E. DeBakey VA Medical Center Houston, TX DISCLAIMER: This is a Sources Sought Notice only. This notice is not a Request for Quote (RFQ), Request for Proposal (RFP), Invitation for Bid (IFB), or any form of solicitation as defined in FAR 2.101. This notice shall not be construed as a commitment by the Government to award a contract, nor does it restrict the Government s acquisition strategy. All information contained in this RFI is preliminary and subject to change. Responses are strictly voluntary; the Government will not reimburse any costs associated with providing information in response to this notice. Respondents are requested not to submit proprietary or business confidential information. If a solicitation is issued at a later date, it will be published on the Federal Contract Opportunities website (SAM.gov) or the General Services Administration (GSA) portal. Interested parties are responsible for monitoring these sites for additional information. 1. Title Hyper Chlorination Remediation Services 2. Purpose The Department of Veterans Affairs (VA), Michael E. DeBakey VA Medical Center (MEDVAMC) in Houston, Texas, is conducting market research to identify qualified and capable sources for Legionella Hyper Chlorination Remediation Services in accordance with the Draft Performance Work Statement (PWS). The information obtained will assist the Government in determining an appropriate procurement strategy, including potential set aside considerations (e.g., SDVOSB, VOSB, HUBZone, 8(a), Small Business) or unrestricted competition. Applicable NAICS Code: 541380 Testing Laboratories and Services Size Standard: $19.0M PSC: H146 Quality Control, Testing, and Inspection of Water Purification and Sewage Treatment Equipment The anticipated acquisition strategy is a Single Award, Firm Fixed Price contract with a base period covering all required supplies and services to be completed within 60 days ARO. 3. Responses Requested Interested firms are requested to submit a capabilities statement responding to the items below. Failure to answer the questions may result in being considered non responsive to this RFI. A. Company Information Provide the following: Legal Business Name Point(s) of Contact Address Telephone Number Email Address Unique Entity Identifier (UEI) CAGE Code B. Business Size / Socioeconomic Status Indicate whether your firm qualifies as any of the following under NAICS 541380: Small Business Service Disabled Veteran Owned Small Business (SDVOSB) Veteran Owned Small Business (VOSB) HUBZone 8(a) C. Capability Questions Does your company possess the capability to perform all required Hyper Chlorination Remediation Services as outlined in the Draft PWS? Can your company support all required equipment and associated hardware/software? Can your company provide technicians/engineers who are trained, certified, and experienced with the relevant equipment and remediation standards? Does your company currently provide similar services to other VA Medical Centers or federal facilities? If yes, provide contract numbers and points of contact. Provide estimated unit pricing or cost ranges for the service categories identified in the Draft PWS. Identify any national service standards applicable to Hyper Chlorination remediation and the organizations responsible for issuing those standards. Describe industry best practices relevant to this type of requirement. Indicate whether your company holds a contract vehicle such as: Government Wide Acquisition Contract (GWAC) SEWP National Acquisition Center (NAC) vehicle GSA Schedule / FSS Indefinite Delivery, Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA)
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.