Medical Gas Inspection Service, Seattle and American Lake VAMC
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), specifically Network Contracting Office 20, is conducting a Sources Sought for annual medical gas system inspection and maintenance services at the Seattle and American Lake VA Medical Centers in Seattle, WA, and Tacoma, WA. This is a Total Small Business Set-Aside market research effort. Responses are due by April 30, 2026, at 5 PM PDT.
Scope of Work
The requirement is for annual medical gas system testing, inspections, and maintenance services, adhering to Joint Commission EC.02.05.09, VA Standards NFPA55, NFPA70, and NFPA99. Key services include:
- Annual Preventative Maintenance for Medical Vacuum and Medical Air systems at both VAMCs.
- General Service Call/Investigation for equipment alarms, including repair (if parts available) and quoting for further repairs.
- Base year training for four personnel on Basic Medical Gas Systems Maintenance.
- Inspection and maintenance of Bulk Oxygen Supply, Medical Air Compressor, Vacuum Pumps, Manifolds, Master Alarm panels, Valves (Source, Main, EOSC), Zone valve boxes, Area alarm panels, and Outlets/Inlets.
Deliverables include testing of all medical gas equipment, annual PM reports (electronic PDF and hard copy), and a list of needed repairs with quotes.
Contract & Timeline
- Type: Sources Sought (Market Research Only)
- Anticipated Period of Performance: June 1, 2026, to May 31, 2031 (Base year + 4 option years, with an anticipated 6-month option to extend services per FAR 52.217-8).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: April 30, 2026, by 5 PM PDT.
- Published: April 22, 2026.
Submission & Evaluation
Interested contractors must respond via email to Christine Thomas at christine.thomas1@va.gov. Responses should include:
- Company name, SAM UEID#, Address, Business size.
- Point of contact name, phone, and email.
- Capability statement.
- Current GSA Federal Supply Schedule contract (if applicable).
This notice is for market research; no telephone inquiries will be accepted. Information provided will be used to determine potential small business participation and industry capability.
Additional Notes
This is not a solicitation and does not obligate the government to award a contract. The government reserves the right to use information provided for any necessary purpose and will treat it as proprietary. A solicitation may or may not be issued as a result of this announcement.