Generator Maintenance Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) Boston Healthcare System, Brockton Campus, is soliciting proposals for Generator Maintenance Services. This opportunity requires a qualified contractor to provide comprehensive preventive maintenance, corrective repairs, emergency response, and critical testing for all emergency generators at the Brockton facility. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due by February 6, 2026, at 10:00 AM EST.
Scope of Work
The contractor will be responsible for:
- Full preventive maintenance according to OEM recommendations.
- Corrective repairs for emergency generators.
- Emergency service with a 4-hour response time, available 24/7/365.
- Annual generator preventive maintenance and NFPA 110 load-bank testing.
- Triennial (every 36 months) EPSS 4-hour load testing.
- All work must comply with VHA Directive 1028, NFPA 110, NFPA 99, Joint Commission Standard EC.02.05.07, and manufacturer requirements.
- Technicians must be factory-trained/certified.
- The contractor must provide all necessary parts, materials, tools, labor, travel, and documentation.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Anticipated Period of Performance: April 1, 2026, through March 31, 2031 (1 Base Year & 4 One-Year Option years).
- Place of Performance: Brockton VAMC, 940 Belmont Street, Brockton, MA 02301.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a size standard of $12.5 Million.
Set-Aside & Eligibility
This is a Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must submit a statement of compliance for SDVOSB/VOSB status to receive credit during evaluation.
Submission & Evaluation
- Offers Due: February 6, 2026, 10:00 AM EST.
- Evaluation Factors: Proposals will be evaluated based on Price, Past Performance, Technical capabilities, and a Veterans Preference Factor.
- Past Performance: Requires three references similar in scope and size, to be submitted using the provided "Past Performance Worksheet.xlsx" template.
- Technical Evaluation: Will assess corporate experience, technician qualifications, and required licenses/training certificates.
- Subcontracting: Offerors must complete the "LOS Certification.pdf" to certify compliance with Limitations on Subcontracting (13 C.F.R. 125.6), detailing any subcontractors and their percentage of work.
Compliance Notes
This solicitation incorporates various FAR clauses by reference. Bidders must also adhere to the U.S. Department of Labor Wage Determination (No. 2015-4047, Revision 32) for Massachusetts, ensuring proposed labor costs meet minimum wage rates and fringe benefits under the Service Contract Act.