Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
SOURCES SOUGHT

J -- EMS Equipment Maintenance | Chalmers P. Wylie Ambulatory Care Center

Notice Date
3/5/2026 11:22:44 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25026Q0364
 
Response Due
3/13/2026 10:30:00 AM
 
Archive Date
05/12/2026
 
Point of Contact
Venkatlekhith Muntha, Contracting Specialist, Phone: 937-268-6511
 
E-Mail Address
Venkatlekhith.Muntha@VA.gov
(Venkatlekhith.Muntha@VA.gov)
 
Awardee
null
 
Description
This is a Sources Sought Notice, and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP), and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Interested parties are asked to submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements. Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Network Contracting Office (NCO-10) is seeking to identify Service Disabled Veteran Owner Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) to perform the following services at Chalmers P. Wylie Ambulatory Care Center: Annual Preventative Maintenance and Support Services for Environmental Management Service (EMS) which consists of the following janitorial equipment: Burnishers (Battery and AC), Extractor (Walk Behind), Vacuums, Riding Scrubbers, Carpet agitators, power washers and other similar equipment. Scope: The contractor shall provide all management, tools, supplies, equipment, transportation, and labor to develop and implement a preventative maintenance and repair plan for the janitorial equipment used by the Environmental Management Service (EMS) of VA Central Ohio Healthcare System Columbus, Ohio (Chalmers P. Wylie Ambulatory Care Center). Vendor to inspect equipment to evaluate condition (a complete list will be provided in the subsequent solicitation documents) Service of equipment to ensure optimal performance and maximum service life for the VA Perform all recommended manufacturer maintenance for the equipment Provide parts order list and labor estimates for repairs outside of the scope of the preventative maintenance and support services contract (i.e., misuse or abuse of equipment by VA staff, etc.). The Government requests that interested parties: Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations. Submit a statement of capability outlining their firm s capabilities related to this requirement. Capabilities statement shall provide a detailed overview and qualifications to perform the requirement, including past experience with projects similar in scope. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each party s submission shall also include the following information: Organization Name Organization Address Point-of-Contact (name, title, address, telephone number, and email) SAM UEI Number Business Socio-Economic statuses (SBA Certifications, etc.) GSA Contract Number (if applicable) Any other pertinent information Answer questions 1-3 below: Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations. QUESTION #1: Is your firm interested in providing a fair and reasonable quote for this requirement? Yes / No (choose one) QUESTION #2: Is your firm an SBA Certified SDVOSB and/or VOSB? If so, please provide a copy of VETCERT certification. QUESTION #3: Is your firm an SBA Certified EDWOSB, WOSB, HUB, 8a, SDV? Please provide any additional certifications regarding the socio-economic status of your company including, WOSB, EDWOSB, HUB, 8a, Small Disadvantage Business, Small Business, etc. The applicable NAICS code for this requirement is NAICS 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance Services with a Small Business Size Standard of $12.5 Million. The Product Service Code is J065 Maintenance, Repair, and Rebuilding of Equipment Medical, Dental, and Veterinary Equipment and Supplies. For informational purposes only, the following Wage Determinations apply to this requirement: No 2015-4729 Rev 31 (Franklin) All businesses are encouraged to respond; however, each respondent must clearly identify their business size and socio-economic category(s) in their capabilities statement. This Sources Sought is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Sources Sought are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this Sources Sought. Responses will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought; the VA will not pay for information received in response. Do not submit pricing information in response to this Sources Sought. Failure to provide a capabilities statement and answers to the questions above may result in your response being excluded in the Governments market research and potential set-aside considerations. Detailed capabilities statement and answers to questions 1-3 must be submitted by email to Contracting Specialist Venkatlekhith Muntha at Venkatlekhith.Muntha@VA.gov in an electronic format (email), no later than 1:30 PM EST on (3/13/2025). Responses email subject line shall be the following: 36C25025QXXXX - (Vendor Name) - Response to Sources Sought. All submissions must be in either Word or Adobe PDF format and shall not exceed 10 pages total.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/28ceceb8d1c240a1a57e4533821723d8/view)
 
Place of Performance
Address: Chalmers P. Wylie Ambulatory Care Center 420 N James Rd., Columbus 43219
Zip Code: 43219
 
Record
SN07736361-F 20260307/260305230050 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.