J061--UPS Maintenance - NWI
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.
Page 2 of 2
No phone calls. Send any responses by e-mail only. As this is a Sources Sought Notice for market research purposes, the Government will not accept any technical questions at this time.
This is a Sources Sought Notice to determine small business sources capable of providing Uninterruptible Power Sully Maintenance services per this notice under NAICS 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance). Small business size standard is $13 million. Product Service Code (PSC) is J061 (MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT).
BACKGROUND:
THIS IS A SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This notice is issued solely for informational, market research, and planning purposes only. It does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not commit the Federal Government to contract for any service at this time.
Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 23/ Supply Services Team 2 is not at this time seeking offers, and will not accept unsolicited offers.Â
Respondents are advised that the Federal Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party s expense.
Responses to this notice are not offers and cannot be accepted by the Federal Government to form a binding contract. Although the term offeror is used in this notice, your respective organization s response will be treated as information only and shall not be used as an offer.
OBJECTIVE:
The objective of this notice is to conduct market research to determine if there are Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources, or any other Small Businesses capable of providing Special Needs Transportation Services for the Nebraska Western Iowa VA Health Care System.
DESCRIPTION OF SERVICE:
See Attached Proposed Statement of Work.
PLACES OF PERFORMANCE:
See Attached Proposed Statement of Work.
POTENTIAL SCOPE OF WORK:
See Attached Proposed Statement of Work.
POTENTIAL CERTIFICATIONS AND LICENSURE:
See Attached Proposed Statement of Work.
SUBMITTAL OF RESPONSES:
Responses shall be sent via electronic mail only by 10:00am Central Standard Time (CST), 11-14-2025 to:
Jim Miller
Contracting Specialist
E-mail: james.miller4@va.gov
Offerors shall submit a capability statement indicating their ability and experience to provide the services cited above; such statement shall also list:
Name of offeror
Address of offeror
UEI Number of offeror
Point of contact name, phone number, and e-mail of offeror
Whether or not vendor is SDVOSB or VOSB; SDVOSB and VOSB will be verified through Vet Biz at https://veterans.certify.sba.gov/ .
Whether or not vendor has General Services Administration (GSA) Federal Supply Schedule (FSS) contract; if so, please provide GSA FSS contract number certifications and licensure that its applicable staff holds