Generator Preventive & Corrective 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, requires a qualified contractor for Generator Preventive & Corrective Maintenance Services. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. A critical requirement is that interested vendors must be authorized by Cummins to provide the services and must submit documentation proving this authorization. Proposals are due by February 27, 2026, at 10:00 AM ET.
Scope of Work
The contractor will provide comprehensive services for all emergency generators located at the Brockton facility, including:
- Full preventive maintenance according to OEM recommendations.
- Corrective repairs.
- Emergency response with a 4-hour response time, 24/7/365.
- Annual NFPA 110 load-bank testing.
- Triennial (36-month) EPSS generator 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 by Cummins, Caterpillar, Kohler, and Generac. The contractor is responsible for providing all necessary parts, materials, tools, lubricants, filters, fluids, test equipment, labor, travel, and documentation.
Contract & Timeline
- Contract 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 (correcting likely typo in source document).
- Place of Performance: Brockton VAMC, 940 Belmont Street, Brockton, MA 02301.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Published Date: February 17, 2026.
- Questions Due: February 23, 2026, 10:00 AM ET.
- Proposal Submission Deadline: February 27, 2026, 10:00 AM ET.
Eligibility & Evaluation
Offerors must be certified SDVOSBs listed in the SBA certification database. Evaluation will be based on best value, considering Price, Past Performance, Technical capabilities, and a Veterans Preference Factor (10% for verified SDVOSBs, 5% for verified VOSBs). Non-SDVOSB/VOSB offerors proposing to use SDVOSB/VOSB subcontractors may receive consideration. Offerors must be registered in the System for Award Management (SAM). The Service Contract Act applies, requiring adherence to Wage Determination 2015-4047.
Key Documents
- COMBO - Q269.pdf: The primary solicitation document detailing requirements and submission instructions.
- A - LOS Cert.pdf: Certification form for compliance with Limitations on Subcontracting Rule.
- C - WD 2015-4047.pdf: Wage Determination applicable to this Service Contract Act solicitation.
- B - PP Worksheet.xlsx: A template for past performance information.