J091--NEW MILW Fuel Dispensing Sys Maintenance

SOL #: 36C25226Q0186Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States

Place of Performance

Milwaukee, WI

NAICS

Support Activities for Oil and Gas Operations (213112)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fuels, Lubricants, Oils, And Waxes (J091)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 8, 2026
2
Response Deadline
Jan 16, 2026, 4:00 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.

Page 3 of 3

SOURCES SOUGHT SYNOPSIS

The Department of Veterans Affairs is issuing this source sought synopsis as a means of conducting market research to identify firms having an interest in and the resources to support a requirement to provide Fuel Dispensing System Maintenance for the Clement J Zablocki VA Medical Center, located in Milwaukee, WI The result of this market research may contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 213112 Support Activities for Oil and Gas Operations.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

Tentative requirements:

The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is searching for vendors with the capability to provide Fuel Dispensing System Maintenance services

Services shall include:

Performing the annual Automatic Tank Gauge functionality verification per State, Federal, and local requirements/laws and Wisconsin DATCP Form # TR-WM-139.

Monitoring equipment as required in ATCP 93.510-515 which includes, but is not limited to: verifying equipment functionality, verifying printer operation, and verifying all alarm conditions.

Inspecting underground tank spill buckets, sumps, and connections.

Completing Wisconsin Department of Trade, Agriculture and Consumer Protection (DATCP) Underground Tank System Functionality Verification (Form TR-WM-139) for ten (10) tanks.

Completing annual cathodic protection surveys to assess the effectiveness of the cathodic protection impressed current system for four underground storage tanks (USTs). Cathodic protection surveys/resurveys shall be conducted according to requirements within ATCP 93.520.

If your Company has the potential capacity to perform these contract services, please provide the following information:1) Company name, address, email address, web site address, telephone number, and size and type of ownership for the company; 2) Tailored capability statements addressing the particulars of this effort, vehicle fleet size, and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, companies should address the administrative and management structure of such arrangements; and 3) Confirmation your company can meet the Limitations of Subcontracting should they apply (see below)

The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated.

Based on the responses to this synopsis and other market research, this requirement may be set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) (limitation of subcontracting would apply), small businesses (limitations on subcontracting would apply) or procured through full and open competition.

Limitations on Subcontracting

13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states:

(a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:

(1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.

Before any small or large business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria.

After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 10:00 AM Central Time Friday January 16, 2026. All responses under this Sources Sought Notice must be emailed to debbie.bruening@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

People

Points of Contact

Debbie BrueningContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Jan 8, 2026
J091--NEW MILW Fuel Dispensing Sys Maintenance | GovScope