Amendment 0002 - Generator Preventive & Corrective Maintenance Services
SOL #: 36C24126Q0269Combined Synopsis/Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States
Place of Performance
Brockton, MA
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)
Original Source
Timeline
1
Posted
Feb 17, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 18, 2026, 2:00 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), specifically Network Contract Office 01 (36C241), is soliciting proposals for Generator Preventive & Corrective Maintenance Services for the VA Boston Healthcare System in Brockton, MA. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The latest amendment, Amendment 0002, extends the proposal submission deadline to March 18, 2026, at 2:00 PM EST.
Scope of Work
The contractor will provide comprehensive generator maintenance services, including:
- Annual preventive maintenance per OEM recommendations.
- Annual NFPA 110 load-bank testing and triennial (36-month) EPSS 4-hour load tests.
- Corrective repairs and emergency service with a 4-hour response time, 24/7/365.
- Compliance with VHA Directive 1028, NFPA 110, NFPA 99, and Joint Commission Standard EC.02.05.07.
- Technicians must be factory-trained/certified by Cummins, Caterpillar, Kohler, and Generac.
- Provision of all necessary parts, materials, tools, labor, travel, and documentation.
Contract Details
- Type: Firm-Fixed-Price
- Duration: One (1) Base Year and Four (4) One-Year Option Years.
- Anticipated Period of Performance: April 1, 2026, through March 31, 2031.
- Place of Performance: Brockton VAMC, 940 Belmont Street, Brockton, MA 02301.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified and listed in the SBA database. Verified SDVOSBs receive a 10% price credit.
Submission & Evaluation
- Proposal Submission Deadline: March 18, 2026, 2:00 PM EST.
- Questions Due: February 23, 2026, 10:00 AM (Note: This date has passed, but was from the original solicitation).
- Evaluation Criteria: Best value, considering Price, Past Performance, Technical capabilities, and Veterans Preference Factor.
- Registration: Offerors must be registered in SAM.gov.
Key Requirements & Notes
- Cummins Authorization: Interested vendors must be authorized by Cummins to provide the required services and must provide documentation of this authorization. Vendors without this documentation will not be considered for award.
- Subcontracting: Offerors must complete the Limitations on Subcontracting Rule (13 C.F.R. 125.6) certification form.
- Wage Determination: The Service Contract Act applies, and bidders must comply with U.S. Department of Labor Wage Determination No. 2015-4047.
People
Points of Contact
Subrena WinfieldPRIMARY