SOURCES SOUGHT
J -- VAPIHCS Commercial Plumbing Services
- Notice Date
- 3/20/2026 7:51:53 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26126Q0516
- Response Due
- 4/3/2026 11:00:00 AM
- Archive Date
- 05/03/2026
- Point of Contact
- Karen Cooper
- E-Mail Address
-
karen.cooper332@va.gov
(karen.cooper332@va.gov)
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY DESCRIPTION The intent of this Sources Sought Announcement is to assist in our decision-making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Karen Cooper, Contract Specialist. Responses to this notice shall be sent by email to karen.cooper332@va.gov by the due date and time of 04/03/2026 by 1:00 p.m. (Pacific Time). Upon receipt of capabilities statement, the Government may request additional information, including rough order of magnitude pricing, to support market research. Only capabilities statement that describe commercial plumbing installation and repair services will be accepted. GENERAL INTENTION AND REQUIREMENTS 1. This is a service contract to provide the on-call emergency and planned projects for Commercial Plumbing Installation and Repair Service at existing facility infrastructure at VA Pacific Islands Health Care System (VAPIHCS) located at Honolulu, HI 96819. 2. Work will be performed on an as-needed basis and may range from small plumbing repairs to larger multi-day repair or replacement projects. Work may include troubleshooting, repair, modification, replacement, and limited installation of plumbing systems and components within existing facilities. 3. Services may include, but are not limited to: � Domestic water system repair and replacement � Sanitary sewer repair and replacement � Plumbing fixture repair or replacement � Valve replacement � Pump repair or replacement � Leak detection and repair � Drain cleaning and repair � Troubleshooting of plumbing system failures � Emergency plumbing repair capability is required. 4. Contractors must be capable of responding to emergency service requests within two (2) hours of notification. 5. See attached Statement of Work (SOW) for more specifics. 6. The Government is considering awarding either a Firm-Fixed-Price (FFP) standalone contract or a single-award Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Industry feedback is requested regarding the most effective contract structure for requirements involving unknown quantities of work, emergency response, and project-based repairs. Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. When responding, in Subject line insert: Sources Sought - VAPIHCS Commercial Plumbing Services At a minimum, the following information shall be provided: Interested vendors are requested to submit the following information: 1. Company Name, Point of Contact, Email Address, mailing address; 2. Socio-Economic (i.e. Small/Large Business, HUBZone, Service-Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 238220 � Plumbing, Heating, and Air-Conditioning Contractors; 3. Capability to support on-call plumbing services and emergency response requirements; 4. Experience performing similar facility plumbing projects in healthcare or comparable environments; 5. Whether the firm maintains personnel, office locations, or supplier relationships within Hawaii; 6. Typical response times for emergency and routine service calls; 7. UEI Number; 8. Provider GSA/FSS #; 9. Sub-Contracting Intentions (provide above items 1 thru 8 of intended subcontractor along with description of sub-contractor duties). This area will be heavily scrutinized so as to avoid pass-through acquisitions; 10. Recommended contract structure for requirements involving unknown quantities of work (e.g., IDIQ, service contract with pre-priced rates, etc.); 11. Preferred pricing approaches for estimating individual repair or project work; 12. Describe any challenges or risks associated with performing this requirement under a Firm-Fixed-Price contract structure; 13. Additional information and/or comments. In accordance with the Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States), the Government will use the results of this Sources Sought to determine whether there is a reasonable expectation of receiving offers from two or more verified SDVOSB or VOSB firms at fair and reasonable pricing. Responses to this notice will assist the Government in making the appropriate set-aside determination. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. SAMPLE STATEMENT OF WORK IS ATTACHED
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cd2a932ca8964480b5b53d1602388b99/view)
- Place of Performance
- Address: HI 96819, USA
- Zip Code: 96819
- Country: USA
- Zip Code: 96819
- Record
- SN07752538-F 20260322/260320230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |