H965--Walla Walla VA Medical Center - Generator and Fuel Testing
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), Network Contracting Office 20 (NCO 20), is conducting market research to identify qualified contractors for generator and fuel testing services at the Walla Walla VA Medical Center in Walla Walla, WA. This is a Sources Sought notice to determine potential acquisition strategies, including small business set-asides. Responses are due by March 23, 2026, at 12:00 PM PST.
Scope of Work
The requirement involves annual and triennial testing of eight diesel electric emergency generators and annual fuel testing for nine fuel storage containers. Services must comply with NFPA 110, VA Directive 1028, ASTM standards, and The Joint Commission requirements. Key tasks include:
- Generator Testing: Annual load bank testing (1.5 hours: 30 mins at 50% load, 60 mins at 75% load) and triennial load bank testing (4 hours: 180 mins at 30% load, 60 mins at 75% load). Triennial tests supersede annual tests in the same year.
- Fuel Testing: Annual testing of fuel quality to manufacturer and ASTM standards.
- Maintenance & Repair: Furnishing all labor, travel, equipment, supplies, and materials for inspection, testing, maintenance, and repair.
Place of Performance
All work will be performed at the Walla Walla VA Medical Center, 77 Wainwright Dr, Walla Walla, WA 99362.
Key Requirements & Qualifications
- Technician Certification: Generator technicians must be experienced, trained, and hold current licenses/certifications, including Caterpillar Inc. (CAT) certification or official documentation.
- Contract Administrator: A dedicated Contract Administrator is required, serving as the primary point of contact, attending annual inspections, and supervising personnel.
- Scheduling: Contractors must provide an annual inspection and testing schedule within 30 days of award, with finalized schedules 30 days prior to each event. Some disruptive work may require scheduling outside normal business hours.
- Reporting: Digital field testing notes are required daily, and a final electronic report detailing system conditions, corrections, and maintenance must be submitted within 30 days of completion.
- Compliance: Adherence to NFPA, OSHA, EPA, and OEM standards is mandatory. Specific protocols for Asbestos Containing Materials (ACM) and Lead-Based Paint must be followed. Contractors must not have a history of safety violations at the VA campus.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified; market research aims to identify all verified sources, including qualified SDVOSB/VOSB and other small businesses.
- Response Due: March 23, 2026, 12:00 PM PST
- Published: March 16, 2026
Submission Instructions
Interested parties must submit a capabilities statement including business name, address, POC, phone, email, business size designation (NAICS 811310, $12.5M), type (SDVOSB, VOSB, WOSB, etc.), SAM Unique Identifier, affirmation of capability per the Draft PWS, at least one relevant past performance example, and affirmation of compliance with subcontracting limitations. Feedback on the Draft PWS is also welcome. Submissions should be sent to Michael Allred at michael.allred1@va.gov. No telephonic inquiries will be accepted.
Additional Notes
This is for planning purposes only and does not guarantee a future solicitation. There is no solicitation available at this time, and this is not a request for quotes.