This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 541690, (Other Scientific and Technical Consulting Services) with a size standard $19 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Electronic QA Inspection System & Service for White River Junction VA Medical Center per the Performance Work Statement below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST, 08 July 2025. All responses under this Sources Sought Notice must be emailed to Kenya Mitchell at
[email protected] and David Valenzuela at
[email protected] with RFI # 36C24125Q0609 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:Â ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the products as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 PERFORMANCE WORK STATEMENT Electronic QA Inspection System & Service 1. Background: The EMS Service is requesting the purchase of a paperless EMS Quality Assurance Cleaning Inspection System in a manner that ensures the requirements of Department of Veterans Affairs, The Joint Commission, Inspector General and other third-party regulatory reviews. Used by the EMS Supervisors and Management team to replace the labor involved in manual paper-based inspections. Eliminating data entry, rework and the time spent following up and manually producing reports. 2. Scope: 2.1. The contractor shall provide all supplies, equipment, software, and training for an automated mobile inspection program for EMS QA inspections. Inspection data will be collected on a phone/tablet. Photos, notes and details can be added to any issues and produce a follow-up ticket to be corrected by the EMS staff, with automatic follow-up and closure tracking. 2.2. Vendor shall provide customizable EMS QA Inspection type requirements/questions/ templates to choose for their individual needs. A list of mandatory questions for the medical center to have on their EMS QA inspection question database will be given to the vendor. Types of inspections may include: Daily Cleaning, Terminal/Discharge Cleaning, Fluorescent Marking, ATP test results, Patient Experience. Inspectors will only be given the items to be inspected based upon the type of room they are evaluating. 2.3. The vendor shall provide reports that formulate the collected data into easily readable reports and dashboards such as executive summaries, and graphs that compare, detail, cross reference, collate and display the information and data. 2.4. Administrators can set inspection quotas for their team with automated reminders to ensure compliance. Online modifications can be made immediately to the EMS QA Inspection requirements. 2.5 The program shall be hosted by the vendor requiring no new technical requirements onsite or on the Veterans Affairs servers. Data will be synced automatically when WiFi is available on the tablet or phone. 3. Salient Characteristics: 3.1. Training is required that consists of on-site training of all supervisory and management staff of EMS. 3.2. Ongoing support to be provided to all those trained regarding any training or technical issues through the life of the service contract via phone, email, online chat and online reference materials. 3.3. The system must contain VA EMS Sanitation standard checklists that can be modified as needed. 4. Delivery Schedule: 4.1. The requested services must be delivered to the VA within 30 days of receipt of the order.