Amendment 0001 - 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
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 4, 2026, 3:00 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) Boston Healthcare System requires a qualified contractor for Generator Preventive & Corrective Maintenance Services at its Brockton Campus, MA. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Interested vendors must be authorized by Cummins. Proposals are due March 4, 2026, by 10:00 AM EST.
Scope of Work
The contractor will provide comprehensive services for all emergency generators at the Brockton facility, including:
- Full preventive maintenance per OEM recommendations.
- Corrective repairs and emergency response (4-hour response, 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 must supply all necessary parts, materials, tools, and labor.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Anticipated Period of Performance: April 1, 2026, through March 31, 2031 (Base Year + 4 Option Years).
- 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.
Submission & Evaluation
- Proposal Submission Deadline: March 4, 2026, 10:00 AM EST.
- Questions Due: February 23, 2026, 10:00 AM (to subrena.winfield@va.gov).
- Evaluation Criteria: Best value, considering Price, Past Performance, Technical capabilities, and Veterans Preference Factor.
- Offerors must be registered in the System for Award Management (SAM).
- A "Limitations on Subcontracting Rule" certification form (A - LOS Cert.pdf) must be completed.
Important Notes
- Mandatory Requirement: Interested vendors must be authorized by Cummins to provide the required services and must submit documentation proving this authorization. Vendors without this documentation will not be considered.
- The Service Contract Act applies, and Wage Determination (WD 2015-4047) is provided.
- Amendment 0001 extended the submission deadline and provided responses to industry questions.
People
Points of Contact
Subrena WinfieldPRIMARY