Annual Generator Maintenance Services at Seattle and American Lake VA Medical Center

SOL #: 36C26026Q0207Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
260-NETWORK CONTRACT OFFICE 20 (36C260)
VANCOUVER, WA, 98661, United States

Place of Performance

Seattle, WA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Mechanical Power Transmission Equipment (J030)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 8, 2026
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Jan 28, 2026, 11:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA), Puget Sound VA Medical Center, is soliciting proposals for Annual Generator Maintenance Services at its Seattle and American Lake VA Medical Centers. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The requirement covers comprehensive inspection, testing, and maintenance of generators. Offers are due by January 28, 2026, at 15:00 PM Pacific Time.

Scope of Work

The contractor will provide annual and tri-annual inspection, testing, and maintenance services for generators and associated equipment. Key tasks include:

  • Annual 4-hour load bank testing for all Cummins units, regardless of monthly testing.
  • Tri-annual requirements combining a 4-hour load bank test, coolant change and flush (every 3 years, applying to the 1st and 4th year of the contract), and annual maintenance.
  • Detailed service reports on work performed, equipment status, and recommendations.
  • Compliance with Joint Commission standard EC 02.05.07, NFPA110, and VHA policies.
  • Specific maintenance tasks cover cooling, fuel, air induction, exhaust, lube oil, starting, safety controls, generator, and control panel systems.
  • Underground Storage Tanks (USTs) are explicitly out of scope.
  • Work is to be performed during regular business hours (08:00 a.m. to 16:30 Monday through Friday), with prior COR approval for any deviations.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation for commercial services (FAR 12).
  • Period of Performance: A base year (February 9, 2026, to February 8, 2027) with multiple option years, extending through February 8, 2031.
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) with a small business size standard of $12.5 Million.
  • Evaluation: Award will be made to the offeror representing the best value to the Government, based on Technical Capabilities, Past Performance, and Price.

Key Dates & Submission

  • Questions Due: January 22, 2026, at 14:00 PST. Submit via email to Adam.Hill3@va.gov and derek.crockett@va.gov, including Solicitation 36C26026Q0207 in the subject line.
  • Site Visits:
    • January 16, 2026: Seattle Campus (08:00-11:00 PST) and American Lake Campus (13:00-15:00 PST).
    • January 20, 2026: Seattle Campus (08:00-11:00 PST) and American Lake Campus (13:00-15:00 PST).
    • RSVP required 24 hours in advance to Adam.Hill3@va.gov and derek.crockett@va.gov. Site visits are for viewing only; no questions will be answered on-site.
  • Offers Due: January 28, 2026, at 15:00 PM Pacific Time. Submit via email to Adam.Hill3@va.gov and derek.crockett@va.gov, including Solicitation 36C26026Q0207 in the subject line.

Eligibility & Compliance

  • This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
  • Offerors must be registered and certified as an SDVOSB in the SBA DSBS database at the time of offer and award.
  • A 2025 Federal Contractor Report VETS-4212 must be filed with the Department of Labor.
  • Offerors must complete and return the mandatory VAAR 852.219-75 "VA NOTICE OF LIMITATIONS ON SUBCONTRACTING—CERTIFICATE" with their offer. Failure to do so will deem the offer ineligible.
  • Service Contract Labor Standards apply, and bidders must adhere to the attached SCA Wage Determinations for Pierce County, WA, and King County, WA, when calculating labor costs.

People

Points of Contact

Derek CrockettSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Award Notice
Posted: Feb 3, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Jan 20, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 15, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 8, 2026
View