This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.
It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses and capable of providing the services described below. Documentation on technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) SAM UEI number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.
The Department of Veteran Affairs, Phoenix VA Health Care System located at 650 East Indian School Road, Phoenix, AZ 85012-1839, to Contractor to procure Hydro Jetting with Camer Services in accordance with the detailed requirements outlined in the attached Statement of Work.
Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 562991 - Septic Tank and Related Services ($9.0 Million dollars).
Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the SBA-Dynamic Small Business Search (DSBS) Registry located at https://dsbs.sba.gov.
All interested Offerors should submit information by e-mail to Charity.Cazee@va.gov . All information submissions to be marked Attn: Charity Cazee, Contract Specialist and should be received no later than 12:00 pm PST on May 8,2026.
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Page 1 of
Page 1 of 10
Page 1 of
STATEMENT OF WORK
CONTRACT TITLE: Sewer Line Hydro Jetting and Cabling Services
PLACES OF PERFORMANCES: San Diego VA Medical Center, 3350 La Jolla Village Dr., San Diego, CA 92161, Phone: (858) 552-8585
Hours: Primary Care (Mon, Thurs, Fri: 7:00 a.m. - 5:30 p.m.*; Tues, Wed: 7:30 a.m. - 5:30 p.m.*)
Mental Health (Mon, Wed - Fri: 8:00 a.m. - 4:00 p.m.; Tues: 7:00 a.m. - 6:00 p.m.*)
Page 1 of
Page 1 of
Page 1 of
Oceanside Clinic
1300 Rancho del Oro Road
Oceanside, Ca. 92056
Sorrento Valley Clinic
10455 Sorrento Valley Road
San Diego, Ca. 92121
Chula Vista Clinic
353 H Street
Chula Vista, Ca. 92910
Comp and Pen Clinic
3110 Camino Del Rio S
San Diego, Ca. 92108
SD Counseling Center
7410 Mission Valley Road
San Diego, Ca. 92108
Kearney Mesa Clinic
8875 Aero Drive
San Diego, Ca.
ASPIRE Center
2121 San Diego Ave
San Diego, Ca. 92110
Rio Clinic
8989 Rio San Diego Dr.
San Diego, CA 92108
SCM Warehouse
9755 Birch Canyon Place
San Diego, CA 92126
SD Admin
7630 Carroll Road
San Diego, CA 92121
SHOREHAM
5120 Shoreham place,
San Diego, CA 92122
Page 1 of
Page 10 of 10
Page 1 of
PERIOD OF PERFORMANCE:
Base: 07/01/2026 06/30/2027
OY1: 07/01/2027 06/30/2028
OY2: 07/01/2028 06/30/2029
OY3: 07/01/2029 06/30/2030
OY4: 07/01/2030 06/30/2031
CONTRACT TYPE: Firm Fixed Price
BACKGROUND: The Contractor shall furnish all labor, equipment, and materials necessary to perform sewer line hydro jetting and cabling services for sewer and waste lines at the VA San Diego Medical Center and shall provide emergency response services at Community-Based Outpatient Clinic (CBOC) locations as required.
SCOPE OF WORK:
General Requirements:
The Contractor shall:
Provide all labor, materials, parts, equipment, tools, hazardous/nonhazardous waste disposal, odor control, and permits when required to perform all services for Sewer Line Hydro Jetting and Cabling Services at VASDHS.
Comply with the Federal and State Occupational Safety and Health Act (OSHA), Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137.
Provide VA staff with service reports for all preventative and corrective maintenance performed for each site visit.
Description and Specifications: The Contractor shall provide the following services every three (3) months, after normal working hours, this work to be completed on nights and weekends (Normal business hours of operation are Monday through Friday from 7:30 am to 4:00 pm Pacific time):
Hydro-jetting/See snake (Camera) service on three (3) clean-outs in the dishwash area, room B122.
Hydro-jetting/ See snake (Camera) service in the main kitchen, room B128, to remove excess grease in two (2) clean outs and (5) floor drains
Hydro-jetting/ See snake (Camera) serviced on floor drains and clean outs in room 1374.
Hydro-jetting/ See snake (Camera) service on grease and sewer main lines located in the warehouse area, two (2) f main lines.
Hydro-jetting/ See snake (Camera) service on the inlet and outlet of the main grease trap.
Hydro-jetting/ See snake (Camera) service on two (2) exterior storm drains and jet back under building.
Hydro-jetting/ See snake (Camera) service of the cooling tower and storm drains located in bldg. 2, four (4) storm drains and eight (8) sinks.
Hydro-jetting/ See snake (Camera) service of bldg. 2 (Cogen) indoor floor drains, bldg. 2 (Chiller) indoor floor drains.
Hydro-jetting/ See snake (Camera) service of Basement Mezzanine & Main Grease Trap.
The Contractor shall ensure:
Odor control measures are used to control potential releases of noxious or foul odors while providing Sewer Line Hydro Jetting and Cabling Services.
Environments conditions are reviewed prior to the performing Sewer Line Hydro Jetting and Cabling Services.
Installation, maintenance, repair, and removal of temporary connections or lines, and for returning all utilities connections to original conditions.
Utility services shall not be interrupted unless authorized by the COR. Request for permission to shutdown services shall be submitted in writing to the COR ten (10) calendar days prior to date of proposed interruption. The request shall have relevant information, i.e., date, time, duration, etc.
Blockages: The Contractor shall be required to clean out blockages on lines not covered under this contract on an Emergency basis. Charges per visit shall be billed only in conjunction with an actual emergency visit. Response time to respond to an Emergency call shall be less than one (1) hour.
Clean-up: The Contractor is responsible for the complete cleaning of the work site following services each day. Upon completion of the specified work, all materials and other property belonging to the Contractor shall be removed from the work site. The work site shall be returned to its original condition or as specified by the COR in writing.
Spill Reports: The Contractor should anticipate that the Government will report any hazardous spills or discharges to Federal, State, and local environmental regulatory agencies, as appropriate, and that the Contractor will be held responsible for cleanup and remedial action according to Federal, State, local and Government specifications.
Broken Pipes: The Contractor shall survey the area where work is to be performed and notify the COR in writing of any damage noted prior to providing services in that location. The Government shall be responsible for all broken and or leaky pipes caused before and during services.
The Contractor shall be required to report damaged lines immediately:
Call the pipe shop supervisor.
The Contract Manager shall send an email to the pipe shop supervisor and cc the healthcare engineering maintenance team.
The Contractor shall submit an incident report to the pipe shop supervisor and healthcare engineering maintenance team.
Equipment, Machines, and Tools: All equipment, machines, and tools used during the performance of services shall be maintained in satisfactory operating condition and used in the manner that the tool was designed to be used for. The Contractor shall follow manufacturer s guidelines and professional recommendations for control of humidity, temperature, cleanliness, and materials handling. This includes hazardous materials. The Contractor may perform cleaning, minor repair and other normal maintenance requirements of equipment on site.
Repairs:
Troubleshooting: Which includes diagnosing, tracing, and locating to identify cause of failure in a manner which minimizes impact to patient care and maintains a safe environment for all.
Arrange time/date repair minimizes impact to patient care.
Complete repair utilizing materials and parts that meet or exceed all applicable VA requirements/standard.
Test and commission the system to ensure the repaired system is operating as designed/required to function to meet or exceed VA requirements/standards.
Return the system to operation notifying all applicable units served by the equipment in accordance with all applicable VA requirements/standards.
Provide all appropriate service report documentation to include parts used and warranty information.
24/7 Emergency Services:
Contractor shall provide 24/7 dispatch in support of cabling & hydro jetting services at VASDMC and any of the CBOC (Community-Based Outpatient Clinics) if needed.
24/7 dispatch support will be provided 7 days a week Sunday Saturday throughout the year.
Contractors shall perform cabling services from inside the building to snake toilet lines. Services to include 25ft, 75ft, 150ft snake cable lengths to be called in at various times of the day/night/weekend/holiday.
Contractor shall perform clearing, plunging, snaking/ See snake (Camera), and unclogging service for toilets, urinals, showers, mop sink, floor drain, and sinks.
The technician shall not use floor drains to unclog issues in bathrooms and will always pull, reset, and use the main line machine.
Contractor shall provide all replacement parts, installation, labor, and travel necessary to restore the system to fully operational condition.
Only the CO, COR, or designated alternate has the authority to approve/request an unscheduled service call to the Contractor.
Response time - Contractor s technician or technical support shall respond with a phone call to the COR or designee within one (1) hour after receipt of telephoned notification. A qualified technician must respond on-site a maximum of eight business (8) hours after the initial request for service, unless specified otherwise by the COR.
Equipment shall be restored to full service within a timeframe approved by the COR or designee. Full service is defined as the successful replacement of defective parts with parts that meet or exceed the manufacturer's original specifications and meet or exceeds the government s expectations.
Technicians responding to an unscheduled emergency service must report to the appropriate Shop Supervisor, Central Plant Supervisor or designee (after hours). Upon completion of service/repair the technician shall again report to that person and provide all appropriate service report documentation.
Contractor shall provide an invoice after completion of each emergency regarding the pricing of removing sinks, toilets, and cleanouts for access points, such as for 2 sinks or 1 toilet or 3 cleanouts. Furthermore, Contractor can only invoice to the allocated Emergency fund when an emergency service has been provided to completion upon request.
Invoice only for the actual hours worked and the specific plumbing services provided during each individual event. Each emergency response is considered a distinct occurrence, and billing must be based solely on time and materials used per call-out.
SUBCONTRACTING: The Contractor shall obtain the Contracting Officer s approval prior to providing or replacing a Subcontractor. If a Subcontractor is utilized, the Contractor is responsible for acquiring all Subcontractors necessary to perform mission requirements, maintaining good working relationships with Subcontractors, Subcontractors Quality Control measures, and ensuring subcontractors can meet all requirements associated with this contract. The Contractor is responsible for all records to include the vehicle maintenance records of Subcontractors.
CONTRACTOR QUALIFICATIONS & OTHER RESPONSIBLITES: Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect people and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractors shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government.
The Government reserves the right to accept or reject Contractor s employees for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer.
SAFETY REQUIREMENTS: All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VASDHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes which are in effect during the performance period of the contract.
Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property.
Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137
Contractors shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely.
Contractor must where clean, unsoiled overalls or company uniform. Within each building, all equipment shall be moved from one location to another on a covered cart. Soiled equipment shall not be seen, nor smelled by patients, visitors or staff. Shoe covers and gloves shall be removed prior to exiting each location.
CHANGES: The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery.
In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority, and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof.
VA POLICY: Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court.
PARKING POLICY: It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances.
IDENTIFICATION BADGES: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented.
SMOKING POLICY: Smoking is not permitted within the VA Healthcare System facilities campus.
NORMAL WORKING HOURS: Normal hours of operation are Monday through Friday from 7:30 am to 4:00 pm Pacific time. All work is expected to be performed generally during normal hours of coverage unless requested or approved by the COR or his/her designee.
Before commencement of work, the Contractor shall confer with the VA COR and Contracting Office to agree on a sequence of procedures; means of access to premises and building. All work performed, to include delivery of materials and equipment, shall be made with minimal interference with Government operations and personnel.
Work performed outside the normal hours of coverage must be approved by the COR or his/her designee.
OVERTIME AND NATIONAL HOLIDAYS: Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed nor reimbursed by the Government.
The Contractor is not required to provide service on the following U.S. Government holidays, nor shall the Contractor be paid for these days:
New Year s Day
January 1
Martin Luther King s Birthday
Third Monday in January
President s Day
Third Monday in February
Memorial Day
Last Monday in May
Independence Day
July 4
Labor Day
First Monday in September
Columbus Day
Second Monday in October
Veterans Day
November 11
Thanksgiving Day
Fourth Thursday in November
Christmas Day
December 25
New Year s Day
January 1
Martin Luther King s Birthday
Third Monday in January
INVOICE and PAYMENTS: Contractor shall submit monthly invoices in the arrears electronically via the Tungsten-Network System at the end of each month, for payment of the storage containers in that billing period. Contractor shall submit original invoice electronically to:
Department of Veterans Affairs
Financial Services Center
http://www.tungsten-network.com
(Toll-free telephone number: (877) 489-6135)
Payment shall be made monthly in the arrears upon receipt of properly prepared invoice.
The invoice MUST be itemized to include the following information. Any information listed below that is not provided on an invoice, will render that invoice incomplete and the invoice will be returned for immediate correction.
Dates of service.
Description of services.
Invoice number, date.
Contract number.
Obligation number
Failure to comply with the above shall delay payment to the Contractor.
WAGE DETERMINATION:
Service Contract Act WD #: 2015-5635
Rev. 29, Published 12/02/2025.