Canyon 2 Fire Invasive Weeds Survey and Treatment Cost Recovery
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
| Agency | VISN 21: Sierra Pacific Network |
|---|---|
| Deadline | 03/13/26 |
| Posted | 02/27/26 |
| Estimated Value | $200,000 - $400,000 (AI estimate) |
| Set Aside | None |
| NAICS | 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance |
| PSC | J065 - Maint/Repair/Rebuild Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies |
| Location | VA Palo Alto Health Care System (VAPAHCS) Palo Alto, CA 94304 United States |
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the small business size standard is $12.5 Million. The Department of Veterans Affairs (VA) Network Contracting Office (NCO 21) is soliciting information for contractors providing preventative maintenance and services for housekeeping equipment in accordance with the Statement of Work for the VA Palo Alto Health Care System (VAPAHCS). A description of services is in the attached Performance Work Statement (DRAFT). Brief Description of Services See attached Statement of Work (DRAFT). Capability Statement All interested contractors must respond by email to Gary.Christensen@va.gov before 1:00 P.M. PST on 03/13/2026. Please answer the following questions when responding: What is your company s Socioeconomic Status? (ex: small business, large business, SDVOSB, etc.) a. If SDVOSB or VOSB, are you registered with the Small Business Administration? Veteran Small Business Certification (sba.gov) Provide Company s legal name along with Unique Entity ID (SAM) number. Primary point of contact, including phone number and e-mail address. Capabilities Statement/ Evidence/ Certifications which demonstrates that your company possesses the ability to perform the services required in the Performance Work Statement (DRAFT). Describe experience in providing services as described in the attached Performance Work Statement (DRAFT). List other Projects (Government and Commercial) that are similar in scope and size. Please include contract number (if for Federal Government). As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html 7a. Of the service actions listed above, which one(s) will your company perform as the prime contractor using its own personnel without subcontracting? 7b. With respect to the service actions listed above, which action(s) do you intend on subcontracting or using other than your company s own personnel? 7c. Of those services that will be performed, approximately what percentage will be paid to the subcontractor(s)? GSA Contract Number, if applicable. Fill out the attached informational price estimate CLIN UNIT QTY PRICE ESTIMATE 0001 08/01/2026-07/31/2027 Preventative maintenance and services IAW with the Performance Work Statement. MO 12 0002 08/01/2026-07/31/2027 Additional pre-priced line item for replacement parts/accessories (Labor/non parts not included)***NOT QUOTABLE*** YR 1 $100,000.00 1001 08/01/2027-07/31/2028 Preventative maintenance and services IAW with the Performance Work Statement. MO 12 1002 08/01/2027-07/31/2028 Additional pre-priced line item for replacement parts/accessories (Labor/non parts not included)***NOT QUOTABLE*** YR 1 $100,000.00 2001 08/01/2028-07/31/2029 Preventative maintenance and services IAW with the Performance Work Statement. MO 12 2002 08/01/2028-07/31/2029 Additional pre-priced line item for replacement parts/accessories (Labor/non parts not included)***NOT QUOTABLE*** YR 1 $100,000.00 3001 08/01/2029-07/31/2030 Preventative maintenance and services IAW with the Performance Work Statement. MO 12 3002 08/01/2029-07/31/2030 Additional pre-priced line item for replacement parts/accessories (Labor/non parts not included)***NOT QUOTABLE*** YR 1 $100,000.00 4001 08/01/2030-07/31/2031 Preventative maintenance and services IAW with the Performance Work Statement. MO 12 4002 08/01/2030-07/31/2031 Additional pre-priced line item for replacement parts/accessories (Labor/non parts not included)***NOT QUOTABLE*** YR 1 $100,000.00 GRAND TOTAL *Failure to provide the information requested above (items 1-9) will be considered non-responsive and will not be considered a viable source. RFQ number 36C26126Q0441 has been assigned and should be referenced on all correspondence regarding this announcement. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement. Notes: Contractors must have a current registration in the System for Award Management (SAM) at https://sam.gov/SAM/ To become a Certified VOSB or SDVOSB, visit https://veterans.certify.sba.gov/.
Background The Department of Veterans Affairs (VA) Network Contracting Office (NCO 21) is seeking information from contractors to provide preventative maintenance and services for housekeeping equipment at the VA Palo Alto Health Care System (VAPAHCS). This Sources Sought Announcement is intended to gather insights that will assist in determining the procurement strategy for these services. Work Details Contractors will be required to perform preventative maintenance services according to the standards and recommendations from the Original Equipment Manufacturer (OEM) for all EMS floor housekeeping equipment. Services include: 1. Preventative Maintenance: Conducting maintenance at manufacturer-recommended intervals to ensure equipment operates at intended design capacity. 2. Corrective Maintenance & Repair: Providing repair services for equipment that becomes inoperable or requires fixing, including all necessary parts, labor, and efforts needed to restore functionality. Personnel performing these tasks must be knowledgeable about OEM standards and have experience with similar equipment. The contractor must ensure adequate staffing levels are maintained throughout the contract duration. Period of Performance The contract performance period spans multiple years, starting from August 1, 2026, through July 31, 2031, with specific tasks scheduled monthly and annually as outlined in the Performance Work Statement. Place of Performance The contract will be performed at the VA Palo Alto Health Care System located at 3801 Miranda Ave, Palo Alto, CA 94304.
| Contact name | Gary Christensen |
|---|---|
| Contact email | gary.christensen@va.gov |
| Contact phone | (650) 493-5000 x65285 |
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
Agency: FCI Mendota
Location: California
NAICS: 311999
Agency: BLM California Region
Location: California
NAICS: 237310
Agency: Air Force Test Center
Location: California
NAICS: 334220