Opportunity
SAM #36C26226Q0755
Sewer Line Hydro Jetting and Cabling Services for VA San Diego Facilities
Buyer
VA 262 Network Contract Office 22
Posted
April 29, 2026
Respond By
May 08, 2026
Identifier
36C26226Q0755
NAICS
238220, 562991
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran Owned Small Businesses to provide comprehensive sewer line hydro jetting and cabling services for its San Diego Medical Center and multiple outpatient clinics. - Government Buyer: - Department of Veterans Affairs - Network Contracting Office 22 (NCO 22) - VA San Diego Healthcare System - Scope of Services: - Quarterly (every three months) hydro jetting and camera inspection of sewer and waste lines, including clean-outs, floor drains, grease traps, storm drains, and sewer lines - Emergency blockage cleaning with a required response time of less than one hour - Cabling services for toilets, urinals, showers, mop sinks, floor drains, and sinks using various snake cable lengths (25ft, 75ft, 150ft) - 24/7 emergency dispatch support - All labor, equipment, materials, hazardous/nonhazardous waste disposal, odor control, and necessary permits included - Notable Requirements: - Compliance with OSHA and VA safety standards - Service reports and documentation required - Services performed after normal working hours and on an emergency basis - Set aside for Service-Disabled Veteran Owned Small Businesses under NAICS 562991 - Locations: - VA San Diego Medical Center and 11+ associated clinics and administrative sites throughout San Diego County - No specific OEMs, part numbers, or product brands are named in the solicitation - Contract Structure: - Firm Fixed Price - Base year with four or five option years (total up to five or six years)
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.
It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses capable of providing the services described below. Documentation on technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: Company name Address Point of contact Phone, fax, and email SAM UEI number Cage Code Tax ID Number Type of small business, e.g., Service-Disabled Veteran Owned Small Business Capability statement addressing the organization’s qualifications and ability to perform the work described below
The Department of Veteran Affairs, Phoenix VA Health Care System, located at 650 East Indian School Road, Phoenix, AZ 85012-1839, intends to contract for Hydro Jetting with Camera Services in accordance with the detailed requirements outlined in the attached Statement of Work.
Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The NAICS code for this acquisition is 562991 - Septic Tank and Related Services ($9.0 Million dollars).
Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete the Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the SBA-Dynamic Small Business Search (DSBS) Registry located at https://dsbs.sba.gov.
All interested Offerors should submit information by e-mail to Charity.Cazee@va.gov. All submissions should be marked Attn: Charity Cazee, Contract Specialist, and must be received no later than 12:00 pm PST on May 8, 2026.
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Page 1 of 10
STATEMENT OF WORK CONTRACT TITLE: Sewer Line Hydro Jetting and Cabling Services PLACES OF PERFORMANCE: San Diego VA Medical Center, 3350 La Jolla Village Dr., San Diego, CA 92161, Phone: (858) 552-8585 Hours: Primary Care (Mon, Thurs, Fri): 7:00 a.m. - 5:30 p.m.; Tues, Wed: 7:30 a.m. - 5:30 p.m. Mental Health (Mon, Wed - Fri): 8:00 a.m. - 4:00 p.m.; Tues: 7:00 a.m. - 6:00 p.m.*
Additional Locations: Oceanside Clinic, 1300 Rancho del Oro Road, Oceanside, CA 92056 Sorrento Valley Clinic, 10455 Sorrento Valley Road, San Diego, CA 92121 Chula Vista Clinic, 353 H Street, Chula Vista, CA 92910 Comp and Pen Clinic, 3110 Camino Del Rio S, San Diego, CA 92108 SD Counseling Center, 7410 Mission Valley Road, San Diego, CA 92108 Kearney Mesa Clinic, 8875 Aero Drive, San Diego, CA ASPIRE Center, 2121 San Diego Ave, San Diego, CA 92110 Rio Clinic, 8989 Rio San Diego Dr., San Diego, CA 92108 SCM Warehouse, 9755 Birch Canyon Place, San Diego, CA 92126 SD Admin, 7630 Carroll Road, San Diego, CA 92121 SHOREHAM, 5120 Shoreham Place, San Diego, CA 92122
Period of Performance: Base: 07/01/2026 - 06/30/2027 OY1: 07/01/2027 - 06/30/2028 OY2: 07/01/2028 - 06/30/2029 OY3: 07/01/2029 - 06/30/2030 OY4: 07/01/2030 - 06/30/2031
Contract Type: Firm Fixed Price
Background: The Contractor shall furnish all labor, equipment, and materials necessary to perform sewer line hydro jetting and cabling services for sewer and waste lines at the VA San Diego Medical Center and shall provide emergency response services at Community-Based Outpatient Clinic (CBOC) locations as required.
Scope of Work: General Requirements: The Contractor shall: Provide all labor, materials, parts, equipment, tools, hazardous/nonhazardous waste disposal, odor control, and permits when required to perform all services for Sewer Line Hydro Jetting and Cabling Services at VASDHS. Comply with the Federal and State Occupational Safety and Health Act (OSHA), Title 29, CFR, Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137. Provide VA staff with service reports for all preventative and corrective maintenance performed for each site visit. Description and Specifications: The Contractor shall provide the following services every three (3) months, after normal working hours, to be completed on nights and weekends (Normal business hours are Monday through Friday from 7:30 am to 4:00 pm Pacific time): Hydro-jetting/See snake (Camera) service on three (3) clean-outs in the dishwash area, room B122. Hydro-jetting/See snake (Camera) service in the main kitchen, room B128, to remove excess grease in two (2) clean outs and five (5) floor drains. Hydro-jetting/See snake (Camera) service on floor drains and clean outs in room 1374. Hydro-jetting/See snake (Camera) service on grease and sewer main lines located in the warehouse area, two (2) main lines. Hydro-jetting/See snake (Camera) service on the inlet and outlet of the main grease trap. Hydro-jetting/See snake (Camera) service on two (2) exterior storm drains and jet back under the building. Hydro-jetting/See snake (Camera) service of the cooling tower and storm drains located in building 2, four (4) storm drains and eight (8) sinks. Hydro-jetting/See snake (Camera) service of building 2 (Cogen) indoor floor drains, building 2 (Chiller) indoor floor drains. Hydro-jetting/See snake (Camera) service of Basement Mezzanine & Main Grease Trap. Additional Requirements: Odor control measures are used to control potential releases of noxious or foul odors while providing services. Environments conditions are reviewed prior to performing services. Installation, maintenance, repair, and removal of temporary connections or lines, and returning all utilities to original conditions. Utility services shall not be interrupted unless authorized by the COR, with a written request submitted ten (10) calendar days prior. Blockages: The Contractor shall clean out blockages on lines not covered under this contract on an emergency basis, with response time less than one (1) hour. Clean-up: The Contractor is responsible for cleaning the work site after each day’s services and returning it to its original condition. Spill Reports: The Contractor shall report hazardous spills or discharges and be responsible for cleanup and remedial actions. Broken Pipes: The Contractor shall survey and notify the COR of any damage prior to services. The Government is responsible for pre-existing damages. Reporting damaged lines immediately via phone and email to the appropriate supervisors and submitting incident reports. Equipment, Machines, and Tools: Maintained in satisfactory condition, following manufacturer guidelines, including handling hazardous materials. Repairs: Troubleshooting, arranging repairs, testing, commissioning, and returning systems to operation with proper documentation. 24/7 Emergency Services: Support for cabling and hydro jetting, response within one (1) hour, on-site within eight (8) hours, and full restoration of services. Billing: Invoice based on hours worked and services provided, with detailed documentation and only for actual work performed. Subcontracting: The Contractor shall obtain approval before subcontracting and is responsible for all subcontractor-related records and quality control measures. Qualifications & Responsibilities: Contractor shall obtain necessary licenses, take precautions to protect personnel and property, and maintain liability insurance. The Government reserves the right to accept or reject personnel and address performance or conduct issues. Safety Requirements: All personnel shall comply with applicable safety and fire regulations, including OSHA standards. The Contractor shall provide PPE and maintain equipment in safe condition. Changes: Only the Contracting Officer has authority to make changes affecting the contract. Unauthorized changes are at the Contractor’s risk. VA Policy & Parking: Possession of weapons is prohibited. Enclosed containers are subject to search. Parking is only in designated areas, and personnel must wear ID badges at all times. Smoking Policy: Smoking is not permitted on VA grounds. Normal Working Hours & Outside Work: Work is generally during Monday to Friday, 7:30 am to 4:00 pm. Outside hours require approval. Work outside normal hours or on holidays is not reimbursable. Invoices & Payments: Monthly invoices are to be submitted electronically via Tungsten-Network. Invoices must include dates, description, invoice number, contract number, and obligation number. Payment is made monthly upon receipt of proper invoice. Wage Determination: Service Contract Act WD #: 2015-5635, Rev. 29, published 12/02/2025.