Control Tower Roof Replacement at Brookville Lake
Agency: USACE Louisville District
Location: Indiana
NAICS: 238160
| Agency | VISN 10: Healthcare System |
|---|---|
| Deadline | 02/25/26 |
| Posted | 02/13/26 |
| Estimated Value | $20,000 - $60,000 (AI estimate) |
| Set Aside | SDVOSB |
| NAICS | 541990 - All Other Professional, Scientific, and Technical Services |
| PSC | J047 - Maint/Repair/Rebuild Of Equipment- Pipe, Tubing, Hose, And Fittings |
| Location | Department of Veterans Affairs Northern Indiana Health Care System Fort Wayne, IN 46805 United States |
This is a SOURCES SOUGHT SYNOPSIS, seeking responses from Service Disabled Veteran Owned Small Businesses (SDVOSBs) and/or Veteran Owned Small Businesses (VOSBs), certified in the Small Business Administration s (SBA) Vet Cert database (https://veterans.certify.sba.gov/#home) This announcement seeks information from the industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis. The Fort Wayne VA Medical Center (VAMC) is seeking concerns capable of providing all labor, equipment, materials, and supervision necessary to replace and relocate the backflow preventor in Building 1. Specifically, the VAMC is attempting to learn if: There is interest in the marketplace for this procurement to justify a SDVOSB or VOSB set-aside based upon the salient characteristics attached to this notice There is a competitive environment among certified SDVOSBs and VOSBs, to justify a set-aside and ensure fair and reasonable pricing, based upon the salient characteristics attached to this notice There are enough SDVOSBs and VOSBs in the marketplace with the ability and willingness to compete for a procurement, based upon the salient characteristics attached to this notice The VAMC s goal is to get fair and reasonable pricing and comply with the VA Rule of Two. Therefore, we are soliciting certified SDVOSBs and VOSBs, to determine the appropriate set-aside (if any) necessary to fulfill the VAMC s needs. To assist the VAMC in making an accurate determination, we must know your firm s interest. In order to be eligible, firms claiming SDVOSB or VOSB classification status, they must be registered and certified through the U.S. Small Business Administration Veteran Small Business Certification (VetCert) database, as indicated in paragraph 1 above. The North American Industry Classification (NAICS) code for this potential acquisition is 238220, Plumbing, Heating, and Air-Conditioning Contractors, which currently has a small business size standard of $19 Million. Interested parties responding to this Sources Sought Notice shall submit as much of the following information as possible: Company name and address, point of contact with phone number, email address and SAM Unique Entity Identifier Proof of registration on the SAM and VA VetCert websites or intention of registration prior to submission of offers to a potential solicitation If your firm has a history or is contemplating joining with a partner for this requirement, we ask that you detail that arrangement, as well, to allow the government to make the most well-informed decision possible. In this event, we advise that you thoroughly investigate whether a partnership would affect your business size standard. The response date to this Sources Sought notice is February 25, 2026, at 10:00 am Eastern Time. This market research is for informational and planning purposes only. Hard copy submissions are not acceptable. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable and may be directed to tiffany.rausch@va.gov All inquiries regarding this Sources Sought Notice should be directed to the same email address. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. CONCERNS ARE REQUESTED NOT TO CALL THE INDIVIDUAL VAMC, REQUESTING MORE INFORMATION.
Background The Fort Wayne VA Medical Center (VAMC) is seeking responses from Service Disabled Veteran Owned Small Businesses (SDVOSBs) and/or Veteran Owned Small Businesses (VOSBs) certified in the Small Business Administration's Vet Cert database. This announcement serves as a Sources Sought Synopsis for preliminary planning purposes, not a solicitation for proposals. The VAMC aims to determine interest in the marketplace for a procurement to replace and relocate the backflow preventer in Building 1, ensuring compliance with the VA Rule of Two and obtaining fair pricing. Work Details The contractor will be responsible for providing all labor, equipment, materials, and supervision necessary to replace and relocate the backflow preventer in Building 1 at the Fort Wayne VA Medical Center. The VAMC is assessing whether there is sufficient interest among certified SDVOSBs and VOSBs to justify a set-aside based on the salient characteristics attached to this notice. Interested firms must demonstrate their capability and willingness to compete for this procurement. Place of Performance The work will be performed at the Fort Wayne VA Medical Center located at 2121 Lake Avenue, Fort Wayne, Indiana 46805.
| Contact name | Tiffany Rausch |
|---|---|
| Contact email | tiffany.rausch@va.gov |
| Contact phone | (317) 988-1521 |
Agency: USACE Louisville District
Location: Indiana
NAICS: 238160
Agency: VISN 10: Healthcare System
Location: Indiana
NAICS: 541310
Agency: Virginia National Guard
Location: Indiana
NAICS: 722310
Agency: Reserve Command
Location: Indiana
NAICS: 238220