Stockton Boiler Plant Maintenance
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.
This Notice of Intent to Sole Source is provided to advise that the Government intends to solicit and negotiate a Sole Source, Firm-Fixed-Priced, Purchase Order , with only one (1) source, R.F. MacDonald Co., LLC. The procurement is to provide inspections and preventative maintenance to all VA owned boilers servicing the Stockton VA Clinic. This procurement will include boiler inspections and testing, and burner management system controls maintenance The system is still under warranty and anyone other than the Cleaver-Brooks Representative may void the current warranty.
This contract action is for a commodity for which the Government intends to solicit and negotiate with only one (1) source under the authority of FAR 13.106-1(b)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency
Requirements. Interested persons may identify their interest and capability to respond to the requirement. The applicable NAICS Code is 238220 and the size standard is $19 Million.
This notice of intent is not a request for competitive quotes and no solicitation will be made available. Any responses received will only be considered for the purposes of determining whether to conduct a competitive procurement in lieu of sole source contract described in this notice, and such determination shall be made at the sole discretion of the Government. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement. If no responses are received, the government will proceed with the Sole Source acquisition.
Your response should include:
- Statement of Capability
- GSA or other Schedule Information specifically the Contract Number
- System for Awards Management (SAM) UEI#,
- Business Size and Socio-Economic Status for the NAICS code listed above.
- Signed letter from Cleaver-Brooks, Inc. confirming you are an authorized representative for the French Camp, CA area.
The Government will not pay for information submitted. All quotations/responses should be emailed to David Alvarez at david.alvarez4@va.gov by 1/13/2026 at 1000 Pacific. No questions will be responded to.
No telephone requests will be accepted.