THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. This is a Sources-Sought Synopsis to conduct market research for developing a procurement. strategy for a - Base Plus Four (4) - Legionella and Dental heterotrophic plate count (HPC) testing at the following location: Portland Veterans Affairs (VA) Health Care System 3710 SW US Veterans Hospital Road, Portland, Oregon 97239 Description of Services: The Contractor performs testing of Portland VA Healthcare System specimens sent to the reference laboratory. Water samples will be collected from points in the water distribution systems and where the end user comes in contact with the water (e.g., faucets, showers, ice machines, and drinking fountains) and will be inclusive of all water lines and outlets, which the VA will define and change periodically. Samples will be collected in the quantities and at the buildings listed in table 1. Table 1 - Test Frequencies and Quantities Portland & Vancouver VA Campuses Sampled System/Area Frequency Legionella Test Bundle Total Heterotrophic Plate Count Oxidant Residual sample can be same sample collected as part of the Legionella Test Bundle Oxidant Residual and Temperature Retesting only required for samples with a positive test result. Quarterly Anticipated Retests Hot Water, Cold Water, Mixed Water, Ice Machines, Showers (Vancouver Bldgs. 1, 11, 12, 18, 25, Portland Bldg. 100) Quarterly 120 120 6 Cooling Towers (Vancouver Bldg. 17, Portland Bldgs. 100, 105, and T51) Quarterly 6 6 6 1 Dental (Vancouver Bldgs. 15 and 20, Portland Bldg. 100) Quarterly 160 10 2. Qualifications: The Reference Laboratory shall provide in accordance with all applicable federal, state, and local regulations, laws, and ordinances, and in accordance with the specifications outlined for accreditation certification, Legionella testing. All requirements and provisions defined in the specification of this solicitation shall apply to any laboratory, i.e. branch, division, sub-contractor, etc. performing reference testing on behalf of the Reference Laboratory. The assigned NAICS code is: 541380 Testing Laboratories and Services, business size standard is $19M. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources-sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources-sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. If you are interested and are capable of providing the required services, please email your response to craig.brown7@va.gov no later than 16:00 PM EST on 21 Mar 2025. Include any comments or questions you may have. Also provide your capability statements within your response. The NAICS codes for this procurement will be: 541380 Testing Laboratories and Services, business size standard is $19M. This announcement is for planning purposes only and does not constitute a solicitation for competitive offers. This announcement is not to be construed as a commitment by the Department of Veterans Affairs. No contract will be awarded from this announcement. All interested parties who believe they can meet the requirements are invited to submit responses, via e-mail, to the attention of Craig Brown, Contract Specialist, by email: craig.brown7@va.gov . No telephone calls will be accepted. All responses to the Sources-Sought Synopsis should be received as soon as possible but no later than 16:00 (Eastern Time) on Mar 21, 2025. Please provide, at a minimum, the following information in your response and/or narrative: Company name, address, and phone number. Company SAM UEI number and point of contact with phone number and email address. Written confirmation your company intends to submit an offer. (It is requested that you only respond if you have a genuine interest in the acquisition and will submit a bid/offer.) NOTE: Information provided will be held in strict confidence. Comments will be shared with the Government and project management team. The Government will not reimburse responders for any cost associated with providing information in response to this announcement.