J061--EMERGENCY POWER SUPPLY SYSTEM SERVICE
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 21, is soliciting proposals for Emergency Power Supply System (EPSS) and Stored Emergency Power Supply System (SEPSS) Services at the VA Sierra Nevada Health Care System (VASNHCS) in Reno, NV. This Firm-Fixed-Price contract is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The services ensure continuous patient care during power outages by maintaining critical power systems. Proposals are due March 20, 2026, at 10:00 AM PST.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and services for the maintenance, repair, testing, and inspection of EPSS and SEPSS. This includes:
- Generators (various manufacturers like Caterpillar, Detroit, MTU, John Deere, Kubota, ONAN, with capacities up to 1300KW), Automatic Transfer Switches (ATS), and Uninterruptible Power Sources (UPS).
- Weekly, monthly, quarterly, semi-annual, annual, and tri-annual inspections and tests.
- Specific tasks such as generator load testing, fuel testing, UPS battery replacement (3-year for generators, 5-year for UPS), and inspection of associated components.
- Adherence to VHA Directive 1028, The Joint Commission (TJC), NFPA 70, 99, 110, OSHA, and manufacturer specifications.
- A 24/7 emergency response capability within one hour in the Reno, NV area.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: A base year (April 16, 2026 - April 15, 2027) with four one-year option periods, totaling five years. An option to extend services for up to six months is available.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be "Verified" in veterans.certify.sba.gov.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) with a $12.5 Million size standard.
Eligibility & Requirements
- Contractor personnel must possess Engine Manufacturer certification or equivalent training, OSHA 10-hour construction safety training, and at least three years of relevant experience in healthcare or similar facilities.
- Employees must hold a certified Electrical Contractor License for Nevada.
- Compliance with VAAR Clause 852.219-75 and SAM registration with a Unique Entity ID (UEI) are mandatory.
- Required insurance includes General Liability ($500,000 per occurrence) and Automobile Liability ($200,000 per person; $500,000 per occurrence; $20,000 property damage).
- The Service Contract Act Wage Determination for Reno, NV, applies.
Submission & Evaluation
- Offer Due Date: March 20, 2026, 10:00 AM PST.
- Questions Deadline: Within five business days prior to the quote due date.
- Submission: Electronically via email to Kulvinder Brar at kulvinder.brar@va.gov. Quotes must be prepared in three separate parts: Technical Capability, Past Performance, and Price.
- Evaluation Factors: Technical Approach, Past Performance, and Price. Award will be made to the offer deemed most advantageous to the Government (Best Value).
- Notes: Offerors must follow submission instructions in Addendum to FAR 52.212-1 and 52.212-2. A site visit is recommended.