R799--SPS/SCS Renovation Project 640-23-108 | Relocation Service Support

SOL #: 36C26126Q0719Special Notice

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

Place of performance not available

NAICS

Used Household and Office Goods Moving (484210)

PSC

Other Management Support Services (R799)

Set Aside

No set aside specified

Timeline

1
Posted
May 15, 2026
2
Action Date
May 29, 2026, 5:00 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.

Quick Summary

The Department of Veterans Affairs (VA), Network Contracting Office 21 (NCO 21), is conducting a Sources Sought for relocation support services at the VA Palo Alto Health Care System (VAPAHCS) in Palo Alto, CA. This market research aims to identify qualified contractors for the Sterile Processing Services (SPS) / Surgical Cleaning Services (SCS) Functional Realignment Project. Interested contractors must submit a capability statement and other requested information by May 29, 2026, at 10:00 A.M. PST.

Purpose

This is a Sources Sought announcement for market research purposes only. The VA is gathering information to determine its procurement strategy for future relocation support services. No solicitation is currently available, and this announcement is not a commitment by the Government. All information provided is preliminary and subject to modification.

Scope of Work

The required services, detailed in the DRAFT Performance Work Statement (PWS), involve deactivation and activation support for the SPS/SCS Functional Realignment Project. Key tasks include:

  • Deactivation: Disassembly and disposal of existing equipment, relocation of furniture to VA storage, and removal of wall-mounted fixtures in the current Sterile Processing area.
  • Activation: Relocation of furniture, fixtures, and equipment (FF&E) to new temporary modular buildings ("swing spaces") and existing basement rooms, including disassembly and reassembly.
  • Coordination: Attending kickoff and activation meetings, developing a detailed, sequential, and executable move plan, and coordinating with end-users and the Contracting Officer's Representative (COR).
  • Site Preparation: Removing all VA property from vacated areas, ensuring clean conditions (swept hard floors, vacuumed carpets), and managing waste and debris daily.
  • Personnel: Provision of key personnel including a Senior Program Manager, Project Manager, Team Leaders, Furniture Installers/Movers, and Equipment Installers/Movers. All staff must be US citizens or have work permits.
  • Equipment: Provision of material handling equipment (MHE) and vehicles with lift gates. The DRAFT FF&E Plan provides detailed layouts and item specifics for the renovation and expansion.

Contract Details

  • NAICS Code: 484210 (Used Household and Office Goods Moving) with a small business size standard of $34.0 Million.
  • Product Service Code: R799 (Other Management Support Services).
  • Potential Set-Aside: The VA is specifically inquiring about socioeconomic statuses (e.g., small business, SDVOSB, VOSB) to inform its business type decision, indicating a potential future small business set-aside. For small businesses, a 50% limitation on subcontracting for personnel costs applies (FAR 52.219-14 and 52.219-27).
  • Period of Performance (DRAFT): A base period from July 1, 2026, to December 31, 2026, is outlined in the PWS.

Submission Requirements

Interested contractors must respond via email to Gary.Christensen@va.gov by May 29, 2026, at 10:00 A.M. PST. Responses must include:

  • Company's legal name and Unique Entity ID (UEI) (SAM).
  • Socioeconomic Status (e.g., small business, SDVOSB, VOSB), including SBA registration if applicable.
  • Primary point of contact, phone number, and email.
  • A Capability Statement demonstrating ability to perform services as described in the DRAFT PWS.
  • Description of experience providing similar services.
  • List of similar Government and Commercial projects (with contract numbers for Federal Government).
  • Details on prime contractor performance vs. subcontracting, including approximate percentages for services performed by own personnel vs. subcontractors.
  • GSA Contract Number, if applicable.
  • A completed "Relocation informational pricing estimate" Excel worksheet. Failure to provide all requested information will result in the response being considered non-responsive.

Additional Notes

Contractors must have a current registration in the System for Award Management (SAM) at SAM.gov. The RFQ number 36C26126Q0719 should be referenced in all correspondence. Contact: Gary Christensen, Contract Specialist, gary.christensen@va.gov, (650) 493-5000.

People

Points of Contact

Gary ChristensenContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Special Notice
Posted: May 15, 2026
R799--SPS/SCS Renovation Project 640-23-108 | Relocation Service Support | GovScope