Active Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    J043--NOTICE OF INTENT TO SOLE SOURCE - WELL WATER REPLACEMENT CHILLICOTHE VAMC

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C25026Q0527Special NoticeDAYTON, OH
    Open · 7d remaining
    DAYS TO CLOSE
    7
    closes May 1, 2026
    POSTED
    Apr 24, 2026
    Publication date
    NAICS CODE
    811310
    Primary industry classification
    PSC CODE
    J043
    Product & service classification

    AI Summary

    The Chillicothe VA Medical Center intends to sole source a contract for well water replacement services, including pump replacement and well rehabilitation. The selected contractor must provide all necessary labor, materials, and equipment, with a performance period not exceeding 90 days. Interested firms may submit capability statements by May 1, 2026, to demonstrate their ability to meet the requirements.

    Contract details

    Solicitation No.
    36C25026Q0527
    Notice Type
    Special Notice
    Posted Date
    April 24, 2026
    Response Deadline
    May 1, 2026
    NAICS Code
    811310AI guide
    PSC / Class Code
    J043
    Primary Contact
    Matthew Curtis
    City
    DAYTON
    State
    OH
    ZIP Code
    45428
    AI Product/Service
    service

    Description

    Notice of Intent to Sole Source LOCATION: Department of Veterans Affairs (VA), VISN 10 Chillicothe VA Medical Center 17273 State Route 104 Chillicothe, OH 45601 SUBJECT: Intent to Sole Source Water Well Field and Equipment Repairs (Pump Replacement, Well Rehabilitation, Controls and Communications Upgrades) NOTICE NUMBER: 36C25026Q0527 PSC CODE: J043 Maintenance, Repair, and Rebuilding of Equipment Pumps and Compressors NAICS CODE: 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Small Business Size Standard: [Insert SBA size threshold] DESCRIPTION OF REQUIREMENT The Chillicothe VA Medical Center requires a specialized contractor to provide all labor, materials, equipment, transportation, and supervision necessary to: Test and video inspect two existing wells Perform staged mechanical and chemical rehabilitation of wells Remove existing pumps, motors, drop pipe, and pitless assemblies Furnish and install two new submersible pump/motor assemblies and accessories capable of delivering 350 GPM at 60 75 PSI Replace meters, 6 inch check valves, and gauges Install VFDs, alternating control, and SCADA Install communications equipment and wiring Install pressure sensing and logic Perform complete system startup and testing Provide all required O&M documentation Provide a 36 month warranty for installed equipment and workmanship PLACE OF PERFORMANCE Chillicothe VAMC Well Field located east of State Route 104, approximately ½ mile from the Main Boiler Plant. PERIOD OF PERFORMANCE Not to exceed 90 calendar days from issuance of the Notice to Proceed (NTP). ANTICIPATED CONTRACT TYPE Firm Fixed Price (FFP) ESTIMATED MAGNITUDE [Insert: e.g., Below the Simplified Acquisition Threshold or a range if permitted] AUTHORITY This acquisition is being conducted under FAR 6.302 1 Only One Responsible Source. JUSTIFICATION SUMMARY Based on market research and historical technical findings, Moody s of Dayton is the only responsible source with the unique qualifications necessary to perform the integrated well field rehabilitation, pump replacement, communications, and SCADA/VFD control work required by the Chillicothe VAMC. Moody s possesses: Site specific diagnostic history Familiarity with well depths, pitless adapters, and pump configurations Expertise integrating with existing control/SCADA systems Immediate availability to perform the work without operational disruption No other vendors identified possess equivalent site specific knowledge or the ability to meet the VA s performance schedule. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES However, any firm believing it can fully meet this requirement may submit a capability statement demonstrating clear and convincing evidence of its ability to perform the work within the required timeframe. RESPONSE INSTRUCTIONS Submit capability statements no later than 4:00PM on May 1, 2026 to: Matthew Curtis Contract Specialist Email: matthew.curtis1@va.gov Submissions must include: UEI number and active SAM.gov status Business size for NAICS 811310 Technical capability supporting all required tasks Demonstration of ability to meet the 90 day schedule References for comparable projects Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A decision by the Government not to compete this action based on this notice is solely within the discretion of the Government SAM REGISTRATION Respondents must be registered and active in SAM.gov. POSTING DURATION This notice will remain active for 7 calendar days. DISCLAIMER This notice does not obligate the Government to award a contract. No solicitation is available at this time. Responses will be used solely to determine whether additional sources exist that could fulfill the requirement.

    Key dates

    1. April 24, 2026Posted Date
    2. May 1, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    J043--NOTICE OF INTENT TO SOLE SOURCE - WELL WATER REPLACEMENT CHILLICOTHE VAMC is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.