J045--Sources Sought / RFI ONLY - Veterans Affairs Maryland Health Care System (VAMHCS) Ongoing Maintenance & Repair of VAMHCS VA Medical Center Mechanical, Plumbing, and Electrical Systems
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 5 (NCO 5), has issued a Sources Sought / Request for Information (RFI) to identify vendors capable of providing ongoing maintenance, repair, replacement, and demolition services for mechanical, plumbing, electrical, and control systems at Veterans Affairs Maryland Health Care System (VAMHCS) facilities. This RFI aims to inform the VA's acquisition strategy. Responses are due by May 27th, 2026, at 10:00 AM ET.
Opportunity Details
This is a Sources Sought notice for planning purposes only, not a solicitation. The VA is conducting market research to identify interested and capable vendors to support VAMHCS facilities across Maryland. The information gathered will assist in developing the requirement and determining the acquisition strategy, which may include set-asides.
Scope of Work
The requirement encompasses comprehensive maintenance, repair, replacement, and/or demolition services for:
- Plumbing Systems: Including drain, waste, vent, compressed gas, medical gas, leak repair, sewer/storm drain, grease trap cleaning, sump pump, steam systems, water loops, underground piping, domestic water lines, backflow devices, fixtures, heat exchangers, water heaters, pressure vessels, pumps, RO/water treatment stations, and demolition.
- HVAC-R Systems: Including ductwork, Direct Digital Controls (DDC), Variable Speed Drives, electric motors, fans, VAV/CAV boxes, coils, AC compressors, chillers, dryers, ice machines, air handlers, shafts, bearings, filters, actuators, circuit setters, AC/DX/VRF systems, heat pumps, heating, humidifiers, cooling towers, fan coils, walk-in coolers/freezers, medical/kitchen refrigeration, firewall penetrations, TAB, and demolition.
- Electrical Systems: Repair and testing of Cummins/Caterpillar generators, transformers, transmission lines, conduits, panels, breakers, fuses, circuits, switches, relays, outlets, lamps, and general electrical gear.
- Mechanical Systems: Medical/dental air/vacuum stations, piping, amalgamators, plaster traps, bulk oxygen tanks, air compressors, and equipment stands.
- Support Services: Carpentry, concrete, framing, roofing, metal framing, insulation, drywall, painting, flooring, doors, windows, hardware, landscaping, cabinets, and electric security locks.
Prime contractors must hold current Maryland Plumbing and HVAC-R licenses. All materials, equipment, software, and labor provided by the prime or subcontractors must be warranted for one year. Subcontractors must also possess appropriate Maryland licensure and certifications for their trades.
Anticipated Contract Structure
The VA anticipates awarding multiple Firm Fixed Unit Price Blanket Purchase Agreements (BPAs). Each BPA will consist of a 1-year base period with four 1-year options, for a total potential duration of 5 years. Task Orders will be issued for individual projects, typically ranging from $10,001 to $100,000, with a Task Order ceiling of approximately $300,000. The estimated total contract capacity over the life of the BPA is $9,000,000.00.
Locations
Services will be required at all Veterans Affairs Maryland Health Care System (VAMHCS) managed facilities, including primary locations such as Baltimore VAMC, Loch Raven VAMC, and Perry Point VAMC, as well as various Community-Based Outpatient Clinics (CBOCs) across Maryland.
Response Requirements
Interested and capable vendors should submit responses detailing:
- General business information (name, UEI, business type, socio-economic status, contact info).
- Available contract vehicles (GSA FSS, VA SAC/NAC IDIQ, etc.) and applicable NAICS.
- A general capability statement.
- Summary of previous experience with similar services for VHA or comparable facilities.
- Confirmation of VAMHCS locations that can be serviced.
- Evidence of appropriate licensing in Maryland.
- Any recommendations for the VISN 5 / NCO 5 contracting team.
- Subcontracting inquiry: intent to self-perform or subcontract, and compliance with limitations.
Industry Day
An in-person Industry Day will be held on Tuesday, June 16, 2026, at the Baltimore, MD VA Medical Center. To attend, vendors must submit all requested RFI information along with attendee names, email addresses, and titles.
Submission Details
Responses, including RSVP for Industry Day, must be submitted via email by May 27th, 2026, at 10:00 AM ET. Emails should be sent to darren.morris2@va.gov and john.ritter2@va.gov, with "36C24526Q0517" in the subject line.
Important Notes
This is a Sources Sought notice for market research only and does not constitute a solicitation. The Government will not reimburse any costs incurred in responding to this notice. The results will inform the acquisition strategy, including potential set-asides. The NAICS code is 561210 (Facilities Support Services) and PSC is J045.