W062--4000 W PORTABLE SOLAR LIGHTS TOWERS RENTAL FOR DC VAMC. "BRAND NAME OR EQUAL TO IAW SOW". OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE.
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 5, is soliciting quotations for the rental and maintenance of six (6) 4000 W Portable Solar Light Towers for the Washington DC VA Medical Center (DC VAMC). This requirement provides temporary high-intensity illumination for safety and security during ongoing permanent site lighting repairs. Quotations are due by February 17, 2026.
Scope of Work
The contractor shall provide all labor, equipment, and maintenance for six portable solar-powered light towers. Key technical specifications include:
- Power Source: 100% Solar-powered with 120V shore power backup capability.
- Illumination: Four directional LED heads providing a total of 4,000 Watts per tower.
- Performance: Minimum 12-hour continuous runtime on a full charge; minimum 20-foot vertical mast.
- Maintenance: 1-hour on-site response for failures and 8-hour replacement for unrepairable units.
- Logistics: Delivery, setup demonstration, and eventual removal from the DC VAMC facility.
Contract & Timeline
- Type: Firm-Fixed-Price Purchase Order
- Period of Performance: March 1, 2026 – October 31, 2026 (8 months)
- Set-Aside: N/A (Unrestricted)
- Response Due: February 17, 2026, at 12:00 PM EST
- NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing)
Evaluation
Award will be made to the responsive offeror providing the best benefit to the Government through a comparative evaluation. Evaluation factors include:
- Technical Capability: Meeting "Brand Name or Equal" specifications.
- OEM Authorization: A mandatory letter from the manufacturer is required; failure to provide this results in a non-responsive quote.
- Buy American Act: Completion of the Buy American Certificate (FAR 52.225-2).
- Price: Must be determined fair and reasonable.
Additional Notes
Offerors must include a statement accepting all solicitation terms and conditions. All equipment must be new or in excellent working condition; gray market or counterfeit items are strictly prohibited.