J041--RFI 9-13 Feb 26 Repair Services - Chiller Plant Skid 1 & 2 Pump / Motor replacement 36C256-26-AP-1807
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: LA. Response deadline: Feb 13, 2026. Industry: NAICS 333415 • PSC J041.
Market snapshot
Awarded-market signal for NAICS 333415 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 333415
Description
Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 1. Title: Chiller Water Skid Pump, Motor, and Taco Repair 2. Purpose: The Network Contracting Office (NCO) 16 located at 5075 Westheimer Road, Galleria Financial Center, Suite 750, Houston, Texas, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for Chiller Water Skid Pump, Motor, and Taco Repair. Contractor shall provide all shipping, installation (if required), equipment, personnel, labor and testing. This Sources Sought is published for market research purposes. This Sources Sought will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price contract. Please review this announcement, respond to questions below and review all attachments in their entirety. Government requests that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The objectives of this RFI are to identify responsible sources and interested parties who have presently have the skill sets required for this unique mission. If an interested vendor does not presently have the skill sets and personnel available, a detailed plan and time frame to acquire those personnel will be detailed in their response. Responses Requested: The MEDVAMC requires complete responses to all questions and requested information outlined in this Request for Information/Sources Sought (RFI/SS). Failure to provide any requested information or answer all questions will result in the submission being deemed non-responsive and excluded from consideration in the market research process. Respondents must ensure all questions are fully addressed. a. Contractors shall provide their points(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number. b. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. b. Does your company meet all required four prong factors for the Nonmanufacturer Rule (NMR) per guidance of SBA and 13 C.F.R. § 121.406 Offer must answer all questions below. 1. Does your company exceed the 1250 employee alternative size standard for nonmanufacturers? ___ 2. Is your company primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied? __________ 3. Does your company must take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice? __________ 4. Does your company supply the end products of a small business manufacturer or processor made in the United States? _____________ c. Is your company considered small under the NAICS Code 333415 d. Do you (offer) manufacture the product yourself or a distributor of the items being researched above?____ e. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). f. Do you (offer) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? g. Do you (offer) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? h. Is your (offer) Buy American Certificate completed in SAM? Please provide evidence with response. i. Is your (offer) Trade Agreement Certificate completed in SAM? Please provide evidence with response. j. What is your schedule of delivery after receipt of order for the name brand or equal product? k. For the name brand or equal product required, Is your company available under any; Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If so, please list the contract number for name brand or equal product. l. Provide descriptive literature demonstrating ability to meet all of the requirement/salient characteristics listed if other than brand name product is being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison. to the name brand or equal product meeting the specific requirements per the draft Statement of Work. m. Contractors shall provide an estimated industry pricing for name brand product for market research and budgetary purposes. 5. Opportunity: NCO 16 is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the MEDVAMC in determining potential levels of competition available in the industry. The Contractor shall possess the capability to provide all requirements and objectives. 6. Instructions and Response Guidelines: Sources Sought responses are due by Feb 13, 2025, at 10:00 am (CST) via email to rhonda.gibson2@va.gov. All Questions shall be submitted by Feb 10, 2025, at 10:00 pm (CST) via email to Rhonda.gibson2@va.gov. Telephone requests or inquiries will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This is a New Requirement. The subject line shall read: 36C25626Q0379-RFI-Sources Sought- Chiller Water Skid Pump, Motor, and Taco Repair- Alexandria VAHCS, Pineville, LA 71360. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(o). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by MEDVAMC as "market research" and will not be released outside of the MEDVAMC Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 7. Contact Information: Contract Specialist, Rhonda Gibson Email address: Rhonda.gibson2@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements. ***** End Word Document ****** See attached document: Draft 02 _SOW Chiller Water Skid Pump, Motor, and Taco Repair
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.