The Dublin VA Medical Center anticipates a requirement to provide Fire Suppression System Inspection and Maintenance Services at the Dublin VA Medical Center located at 826 Veterans Blvd. Dublin, GA 31021. Scope The contractor shall complete the work for this service contract per the provided attachments, specifications, and this SOW. The qualified Contractor shall furnish all labor, materials, tools, equipment, transportation, and qualified supervision necessary to conduct the work on the fire suppression system at the Carl Vinson VA Medical Center (CVVAMC). VA personnel will be available for access and some rudimentary assistance, but the contractor will be primary with regards to conducting the work at hand. Work must be in accordance with applicable local, state, and federal codes, rules, and regulations. Impact shall be minimized and mitigated in a way that limits disruption to the functioning of the Medical Center. Contractors must follow all OSHA guidelines. If any damages occur, it will be the responsibility of the contractor to bear the costs for repairs. Scheduling and coordination with the CVVAMC will be critical and must be approved by COR prior to work. The work shall include: 1. Inspections: a. Conduct 5-year internal fire suppression investigation for a total of 10 wet, 14 dry, and 2 deluge systems. b. Conduct 5-year hydrostatic test on 16 FDC piping. c. The report for each test/investigation must be emailed to the COR. 2. Repair work: a. Replace 78 sprinkler heads in various locations. 3. Troubleshoots: a. Certified fire alarm technicians to troubleshoot open circuits, supervisory and short circuits. i. Building 1 - B101-1 Mech Open Circuit N003L01M105 ii. Building 3 - Power supply FACP Open Circuit N009L01M001 iii. Building 4 - Short Circuit N031L01M020; Module L01M014 fire alarm iv. Building 5 - Main Riser Supervisory C151 L01M006 v. Building 11 - Riser BM 117 Basement Open Circuit N005L02M019 4. Upgrade clean agent fire suppression system a. Replace (1) 1 flexible discharge hose with 1 union adapter and schedule 40 discharge piping. Flexible hoses must be hydrostatically tested or replaced every 5 years. Contractor to replace flexible hose with hard piping. b. Replace (2) 2 flexible discharge hose with 2 union adapter and schedule 40 discharge piping. Flexible hoses must be hydrostatically tested or replaced every 5 years. Contractor to replace flexible hose with hard piping. c. Replace (1) 3 flexible discharge hose with 3 grooved adapter and schedule 40 discharge piping. Flexible hoses must be hydrostatically tested or replaced every 5 years. Contractor to replace flexible hose with hard piping. d. Replace all stainless steel flexible pneumatic actuation hoses that are due to be tested/replaced. e. Replace (1) Ansul electrical actuator that is due for replacement with new 304205030. f. Replace (1) 106L FM-200 cylinder with 117 lbs. of FM-200. Exchange existing cylinder with a refurbished certified cylinder replacement and remove existing cylinder from service. Contractor is responsible for removing the cylinder from the site. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources-sought synopsis only. Questions should be submitted by email to terri.hudson@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders, and/or large business) relative to NAICS 238220. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and UEI Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. 3) Submit Capability Statements via email to terri.hudson@va.gov by March 11, 2025. Responses should be received no later than 1:00 PM CST. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER March 11, 2025. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)