This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. 5441 Babcock Road STE 302, San Antonio, Texas 78240 for the procurement of the Helmer (TrueBlue) Preventative Maintenance Service. Background and Requirement: Contractor shall provide full service for North Dallas VA Medical Center for the Helmer refrigerator and freezers require temperature probe calibration and other assorted routine maintenance. 1.Helmer (TrueBlue) Preventative Maintenance Service. shall be in accordance with the original equipment manufacturer (OEM) specifications. This will be performed at the following locations: VAMC - Dallas 4500 S Lancaster Rd, Dallas, TX 75232 VAMC - Bonham - Sam Rayburn Memorial 1201 E 9th St, Bonham, TX 75418 VAMC Garland 2300 Marie Curie Boulevard Garland, TX 75042-5706 Fort Worth VA Outpatient Clinic 2201 SE Loop 820 Fort Worth Grand Prairie VA Outpatient Clinic 2737 Sherman St, Grand Prairie, TX 75051 Herzog VA Outpatient Clinic 4900 S Lancaster Rd Dallas, TX 75216 Plano VA Outpatient Clinic 3804 W 15th St Suite 175, Plano, TX 75075 Polk Street VA Clinic 4243 South Polk Street Dallas, TX 75224 Tyler VA Outpatient Clinic 7916 S Broadway Ave, Tyler, TX 75703 This equipment for proposed is the HELMER (TRUE BLUE) PREVENTATIVE MAINTENANCE SPECIFIC INSTRUMENT REQUIRED: North Dallas VA Medical Center for the Helmer (TRUE BLUE) Preventive Maintenance to function with the following: Cleaning of equipment (not housekeeping) Oversee Installation of Original Equipment Manufacturer field service updates for operational and reliability engineering change notice. Aligning, calibrating, and lubricating the equip Performing remedial maintenance of non-emergent nature Testing faulty and worn parts. Inspecting electrical wiring and cables for wear and fray Inspecting all mechanical components including, but not limited to, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, and motors for mechanical integrity, safety, and performance to Original Equipment Manufacturer specifications. Make recommendations for repair and replacement. Returning the equipment to operating condition defined in the Original Equipment Manufacturer specifications. Replacing any Original Equipment Manufacturer labels, decals, and/or warning tags that are not legible. Make recommendations for repair and replacement. Providing documentation of services performed. Returning the equipment to the operating conditions. Prior to leaving the site, the contractor shall provide documentation of services performed. Each equipment included shall have its own service report, with all tasks listed and checked after the service is done. The report shall also include any reading required by the manufacturer. Each report shall also include Equipment tag, model #, serial # and information on any items repaired or replaced. Date of service Customer account number name of vendor service technician/engineer type of service performed. manufacturer equipment description/type model serial number VA barcode (EE) number of the component of the system if applicable description of the service completed. list of any parts replaced. The contractor shall keep a record of all maintenance scheduled vs maintenance performed. When the Contractor leaves on-site location where maintenance services are being performed, the site shall be left in a clean, neat, and orderly condition ensuring the hospital/clinic staff and patients are not subjected to any safety hazards, including but not limited to expose wiring, open circuit panels, or tripping hazards. Detailed Description of Services Provided by the Contractor, Helmer (True Blue) Inspect all wiring. Inspect door alignment, hinges, latch. Normal hours of operations are Monday through Friday from 8:00am to 4:30pm CST. If this is an item your business can provide, please respond to this Sources Sought Notice by 09:00 AM Central Time on Monday, 17 February 2025. The intent of this notice is to establish sources to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: a. where is the item manufactured, the VA is interested in procuring items manufactured in the United States. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item. Respond to this notice if you can provide these products listed in the table in the background and requirement section above. In the response, please cite your business size status. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Responses should include: (1) Business Name (2) Business Address (3) Point of Contact - Name - Phone Number - E-mail Address (4) SAM UID Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE-DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor, or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement. Send responses to Michelle Cunningham at michelle.cunningham@va.gov. DISCLAIMER: THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Due to technical issues, please allow additional time if you re using electronic means. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government.