Opportunity
SAM #36C24126Q0384
VA Connecticut Healthcare System Requests Armstrong Ceiling Tiles for West Haven Campus
Buyer
Department of Veterans Affairs
Posted
April 01, 2026
Respond By
April 08, 2026
Identifier
36C24126Q0384
NAICS
238330, 423310
This opportunity involves supplying Armstrong ceiling tiles to the VA Connecticut Healthcare System's West Haven Campus: - Government Buyer: - Department of Veterans Affairs, VA Connecticut Healthcare System, Network Contracting Office 1 - OEMs and Vendors: - Armstrong (Original Equipment Manufacturer) - Products Requested: - Armstrong 1445 Ultima Health Zone High NRC Ceiling Tile - Part Number: 1445 - Quantity: 400 containers - Specifications: 24 x 24 x 7/8 inches, square lay-in, 15/16 grid, white, 0.80 NRC, 35 CAC, Class A fire rating, 86% light reflectance, HumiGuard Plus, BioBlock, water repellent, soil and impact resistant, washable, scrubbable, mineral fiber, fine texture, factory-applied latex paint on DuraBrite acoustically transparent membrane, ASTM Type IV, Form 2, Pattern E - Armstrong 1448 Ultima Health Zone High NRC Ceiling Tile - Part Number: 1448 - Quantity: 230 containers - Specifications: 24 x 48 x 7/8 inches, same technical features as above - Unique or Notable Requirements: - Only Armstrong brand ceiling tiles are acceptable; no substitutions permitted - Products must meet detailed technical and performance specifications - Compliance with VA Privacy and Security, the Privacy Act, and HIPAA is required - Place of Performance: - West Haven VA Medical Center, 950 Campbell Ave, West Haven, CT 06516
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238330, 7220) with a size standard $16.5 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Ceiling Tiles at the West Haven CT VAMC. per the requirements below. Refer to the Performance Work Statement below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 10 am EST, April 8, 2026. All responses under this Sources Sought Notice must be emailed to Tnauri.woodbridge@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought.
Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:Â ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________
SOCIO-ECONOMIC STATUS:
VIP Verified SDVOSB: (Y / N)
VIP Verified VOSB: (Y / N)
8(a): (Y / N)
HUBZone: (Y / N)
Economically Disadvantaged Women-Owned Small Business: (Y / N)
Women-Owned Small Business: (Y / N)
Small Business: (Y / N)
NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.
CAPABILITY STATEMENT:
Provide a brief capability and interest in providing the service as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.
Attachment 2 Statement of Work VA Connecticut Healthcare System 950 Campbell Avenue West Haven, CT 06516
The VA Connecticut Healthcare System s West Haven Campus is looking to procure Armstrong ceiling tiles with detailed specifications. Armstrong ceiling tile specifications are to be exactly as listed with no substitutions. Edge: square Lay-in 15/16 grid, white Dimensions: 24 x 24 x 7/8 (1445) and 24 x 48 x 7/8 (1448) Acoustics: 0.80 NRC (sound absorption), 35 CAC (sound blocking) Fire: Class A (UL) Light Reflectance: 86% Sag/Humidity Resistance: HumiGuard Plus Insulation Value: R Factor-BTU: 2.20 BTU, R Factor-Watts: 0.39 m2 K/W BioBlock: yes Water repellent, soil resistance, impact resistance, washable, scrubbable Material: mineral fiber Texture: fine Shape: rectangle Surface Finish: factory-applied latex paint on DuraBrite acoustically transparent membrane ASTM Classification: Type: IV, Form: 2, Pattern: E Installation Method: Grid (suspended) Quantities requested as listed. Armstrong 1445 Ultima Health Zone High NRC Ceiling Tile = Quantity of 400 Containers Armstrong 1448 Ultima Health Zone High NRC Ceiling Tile = Quantity of 230 Containers
Privacy and HIPAA:
Contractor policies and procedures shall comply with all VA Privacy and Security, the Privacy Act and Health Insurance Portability and Accountability Act (HIPAA).