J045--MECHANICAL BPA AT WASHINGTON DC VAMC. SITE VISIT DAY TUESDAY 2-17-2026 @ 9:30AM EST. QUOTES DUE 2-24-2026 @ 10AM EST.

SOL #: 36C24526Q0173Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States

Place of Performance

Washington, DC

NAICS

Facilities Support Services (561210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment (J045)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Feb 24, 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) is soliciting quotes for a Multiple Award Fixed Price Blanket Purchase Agreement (BPA) for Mechanical & Plumbing Services Maintenance and Repair at the Washington DC VA Medical Center. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due by February 24, 2026, at 10:00 AM EST.

Scope of Work

The awarded contractors will furnish all necessary qualified personnel, supervision, material, equipment, and services to perform tasks outlined in individual Task Orders. The scope includes maintenance, repair, replacement, and demolition of:

  • Plumbing Systems: Drain, waste, vents, compressed gas, medical gas, leak repair, pipe insulation, sewer/storm drain services, sump pump repair, steam system testing, backflow device testing, and plumbing fixture installation/repair.
  • HVAC-R Systems: Ductwork testing/repair, Direct Digital Controls, Variable Speed Drives, electric motors, VAV/CAV box repair, fan/coil cleaning, AC compressor services, chiller services, and air handler/heat pump/cooling tower repair.
  • Electrical Systems: Power generators, transformers, transmission lines, conduits, panels, breakers, fuses, circuits, switches, relays, outlets, and general electrical gear.
  • Mechanical Systems: Medical air/vacuum stations, dental air/vacuum stations, air compressors, and equipment stands/supports/platforms.
  • Support Services: Carpentry, concrete, framing, roofing, metal framing, insulation, drywall, spackling, painting, flooring, doors/windows/hardware, landscaping, and electric security locks.

Contract Details

  • Contract Type: Multiple Award Fixed Price Blanket Purchase Agreement (BPA).
  • Number of Awards: 4-6 qualified vendors are anticipated.
  • Period of Performance: One 1-year base period with four 1-year option periods, for a total potential duration of 5 years.
  • Task Order Value: Individual Task Orders will range from $10,001 to $100,000.
  • BPA Ceiling: The total contract capacity will not exceed $1,500,000 across the life of the BPA.
  • NAICS Code: 561210.
  • Product Service Code: J045.

Eligibility & Set-Aside

This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with a tiered evaluation approach.

  • Licensing: Primary contractors must hold current Mechanical Contractor and HVAC-R contractor licenses, and an active Washington DC Master Mechanical License.
  • Personnel Qualifications: All field technicians must be licensed Journeymen. Prime contractors and assigned personnel must be OSHA 30 Certified; all personnel must be OSHA 10 Certified.
  • Residency: Contractor personnel assigned must reside within a 100-mile radius of the facility for emergency response.
  • Wage Determination: Bidders must comply with the Service Contract Act wage determination (2015-4281_12-03-2025) for the specified geographic area, including minimum wage rates and fringe benefits.

Submission & Evaluation

  • Site Visit: Tuesday, February 17, 2026, at 9:30 AM EST at the Washington DC VA Medical Center.
  • Questions Due: Friday, February 19, 2026, at 1:00 PM EST.
  • Quotes Due: Saturday, February 24, 2026, at 10:00 AM EST.
  • Submission: Quotes must be sent to JOHN.RITTER2@VA.GOV.
  • Evaluation Factors: Technical Qualifications, Past Performance, and Price. These factors are weighted equally.
  • Notes: The solicitation is issued under FAR Part 12 and Simplified Acquisition Procedures FAR Part 13, and FAR Subpart 13.5. Self-performance is highly valued, and subcontractors will be heavily reviewed and monitored. All interested parties must be registered in the System for Award Management (SAM).

Contact Information

People

Points of Contact

John RitterContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
J045--AMENDMENT TO EXTEND MECHANICAL BPA TIRED EVALUATION QUOTES DUE 3-2-2026 @ 5:00 PM EST. | GovScope