J065--Housekeeping Equipment Preventive Maintenance Palo Alto EMS
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 (NCO 21) is conducting a Sources Sought to identify qualified contractors for preventive maintenance and services for housekeeping equipment at the VA Palo Alto Health Care System (VAPAHCS), including its Menlo Park, Livermore, and Palo Alto divisions. This market research aims to inform a future procurement strategy. Responses are due by March 13, 2026, at 1:00 P.M. PST.
Scope of Work
The requirement is for continuous operation of EMS floor housekeeping equipment through comprehensive preventive and corrective maintenance. Services include all necessary management, supervision, labor, personnel, administrative support, tools, parts, supplies, lubricants, equipment, and transportation. The contractor will perform regular scheduled maintenance (cleaning, lubrication, adjustments, inspections, parts replacement per OEM guidelines) and corrective maintenance (diagnosing, testing, fixing, repairing broken equipment). A Beyond Economic Repair (BER) analysis is required for costly repairs. The attached DRAFT Equipment List details various floor buffers, carpet extractors, vacuums, floor scrubbers, air movers, and steam cleaning systems.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance)
- Small Business Size Standard: $12.5 Million
- Potential Contract Period: August 1, 2026, to July 31, 2031 (Base + 4 Option Years)
- Response Due: March 13, 2026, by 1:00 P.M. PST
- Published Date: February 27, 2026
Submission Requirements
Interested contractors must respond via email to Gary.Christensen@va.gov. Responses must include:
- Company's Socioeconomic Status (e.g., small business, large business, SDVOSB, VOSB). SDVOSB/VOSB must confirm SBA registration.
- Company's legal name and Unique Entity ID (SAM) number.
- Primary point of contact, including phone and email.
- Capabilities Statement/Evidence/Certifications demonstrating ability to perform services per the DRAFT PWS.
- Description of experience providing similar services.
- List of similar Government and Commercial projects (include contract numbers for Federal Government).
- Details on subcontracting, addressing FAR 52.219-14 and 52.219-27 (Limitations on Subcontracting, 50% personnel cost by prime).
- GSA Contract Number, if applicable.
- Completed attached informational price estimate.
Additional Notes
This is a Sources Sought announcement for informational purposes only; it is not a solicitation and does not guarantee a contract award. The Government will use responses to determine its procurement strategy and potential business type decision. Contractors must be registered in SAM.gov. An annual threshold of $90,000.00 is allotted for replacement parts and accessories, with expenditures above this requiring government approval.