SOURCES SOUGHT
J -- Annual Generator Maintenance Services at Seattle and American Lake VA Medical Center
- Notice Date
- 12/11/2025 3:17:49 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26026Q0206_1
- Response Due
- 1/2/2026 3:00:00 PM
- Archive Date
- 01/17/2026
- Point of Contact
- Adam Hill, Phone: 3605537678
- E-Mail Address
-
Adam.Hill3@va.gov
(Adam.Hill3@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- VA Seattle and American lake are required to have annual Generator performance verification and service per Joint Commission standard EC 02.05.07, NFPA110, VHA, Environment of Care Program policy EC-67, and VHA directive 1028. SEE DRAFT SOW FOR FULL REQUIRMENT DESCRIPTION THIS IS A SOURCES SOUGHT FOR INFORMATION ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this sources sought to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services: Proposed NAICS Code 811310. Any questions or concerns may be directed to Adam Hill via e-mail at adam.hill3@va.gov. PLEASE EMAIL RESPONSES TO adam.hill3@va.gov RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION AND RESPONSES TO THE FOLLOWING QUESTIONS: 1.) Company name, address, and business size; point of contact name, phone number, and e-mail address. 2.) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program and the anticipated North American Industry Classification System (NAICS) code. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3.) Can you provide firm-fixed-pricing for the scope of services and supplies outlined in the Draft SOW below and for a period of five years? 4.) Does your firm have staff with industry relevant industry certificates and and/or licenses? If yes, please list what certifications and licenses your firm and staff currently holds. 5.) Does your firm have any existing contracts with the federal government or specific government agencies? (GSA, FSS, ect). If yes, please list the contract number(s) and agency contracts. 6.) Based on the Draft Statement of Work (SOW) and scope of services stated below, what additional information would you need to accurately estimate the effort for this requirement? 7.) Please provide a capability statement (not to exceed 5 pages) detailing any current or historical projects for similar requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/19d67f240df740b48554833b1d01909f/view)
- Place of Performance
- Address: Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN07664229-F 20251213/251211230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |