Opportunity
SAM #36C24226Q0459
Generator and Transfer Switch Maintenance Services for East Orange and Lyons VA Medical Centers
Buyer
VA Network Contract Office 02
Posted
May 08, 2026
Respond By
May 22, 2026
Identifier
36C24226Q0459
NAICS
811310
The Department of Veterans Affairs is seeking comprehensive generator and transfer switch maintenance services for the East Orange and Lyons VA Medical Centers in New Jersey. - Government Buyer: - Department of Veterans Affairs, New Jersey VA Healthcare System - 242-Network Contract Office 02 (36C242), RPO East, NCO 2 Contracting Office - OEMs and Vendors Mentioned: - No specific OEMs or vendors are named as required; however, equipment lists reference major generator brands such as Caterpillar, Detroit Diesel, Cummins, and transfer switches by ASCO. - Products/Services Requested: - Semi-annual, annual, and biennial generator maintenance for multiple generators at both campuses - Annual maintenance for automatic and manual transfer switches (ATS/MTS) - 2,000-hour generator maintenance (base year only) - Load bank testing and inspections - Unscheduled repair labor (500 hours per year, each option year) - Unscheduled repair parts (budgeted, not to exceed $150,000 for the contract) - Quantities: - Multiple maintenance events per year for each campus (see line items for details) - 500 labor hours per year for unscheduled repairs - Unique or Notable Requirements: - Emergency response capability (2-hour and 4-hour requirements) - Service-Disabled Veteran-Owned and Veteran-Owned Small Business (SDVOSB/VOSB) participation is an evaluation factor - Technical capability, staffing, management, quality control, and past performance are key evaluation criteria - All work must comply with the detailed Scope of Work and equipment lists provided in attachments - Period of Performance: - One base year from award, plus four one-year option periods - Place of Performance: - East Orange VA Medical Center, 385 Tremont Avenue, East Orange, NJ 07018 - Lyons VA Medical Center, 151 Knollcroft Road, Lyons, NJ 07939 - Utility Shop (East Orange), Equipment Repair Shop Foreman (Lyons) - Set-Aside: - Small business set-aside under NAICS code 811310
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01. This solicitation is set aside for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $12.5 million. The FSC/PSC is J061. The New Jersey VA Healthcare System, East Orange campus and Lyons campus specifically, are seeking to purchase generator/transfer switch testing, maintenance, and inspection services. All interested companies shall provide quotations for the following: See attached Scope of Work (SOW) and pricing worksheet. The contract period of performance is one (1) base year from award, plus the provision of four (4) option years. Place of Performance Address: East Orange VA Medical Center 385 Tremont Avenue East Orange, NJ 07018 Country: USA Address: Lyons VA Medical Center 151 Knollcroft Road Lyons, NJ 07939 USA The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. Solicitation Provisions and Site Visit The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services Site Visit: Contractors have the opportunity to attend a site visit on Tuesday, May 19th, 2026, to view the requirements at each facility. Contractors shall email the CO (Nathan.Northrup@va.gov) no later than Monday, May 18th, 2026, with their intention to attend. Details will be provided in return. No other site visits will be provided. Contractors that do not attend the site visit will not be excluded from competition; however, contractors are encouraged to visit the site to gauge the complexity of this requirement. Questions/Requests for Information: Shall be sent to the Contract Officer via email at Nathan.Northrup@va.gov no later than May 20th, 2026, 16:00 EST. All quoters shall submit at minimum: a capability statement demonstrating technical capability and approach to meet all the requirements of the SOW and evaluation factors listed below, and a completed 36C24226Q0459 Pricing Worksheet. All quotes shall be sent to the Contract Officer via email at Nathan.northrup@va.gov no later than May 22nd, 2026, 16:00 EST. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. [The Contracting Officer will include basis of evaluation in the quote/offer, e.g., Comparative evaluation is the side-by-side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. Evaluation Factors FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: In accordance with RFO FAR 12.201-1 and FAR 12.201-2, when appropriate, the contracting officer may (1) insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services. Decision Factors: Technical: The quotation will be evaluated to the extent in which it can meet or exceed the Government's requirements outlined in the Statement of Work (SOW). Staffing, Qualifications, and Experience; Management and Quality Control Approach; Emergency Response Capability: 2-hour and 4-hour requirements of SOW. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter's likelihood of success in fulfilling the solicitation's requirements as indicated by the record of past performance. This may be based on the contracting officer’s knowledge, customer surveys, past performance questionnaires, CPARS at http://www.cpars.gov/, or other reasonable basis. No relevant past performance shall be rated as neutral past performance. Price: The Government will evaluate the price by adding the total of all line-item pricing (see attached pricing worksheet). The total evaluated price will be that sum. Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. Veterans Involvement: In accordance with VAAR 852.215-70, the Government will assign evaluation credit for a Quoter which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in the SBA VetCert database at https://certifications.sba.gov/ and meet federal small business size standards for the NAICS code assigned to this solicitation. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values. The proposed subcontractors must also be registered and verified in the SBA VetCert database and meet the small business size standards at the time of both submission and award. Additional FAR and VAAR clauses and provisions are listed in the original document, including FAR 52.209-7, FAR 52.219-1, FAR 52.233-2, and others, as well as VAAR clauses such as VAAR 852.252-70, VAAR 852.201-70, etc. Terms and Conditions To facilitate the award process, all quotes must include a statement regarding the terms and conditions as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale if any. Late submissions shall be treated in accordance with FAR 52.212-1(c). Point of Contact Nathan Northrup, Contract Officer RPO East, NCO 2 Contracting Office Nathan.Northrup@va.gov Additional Links:Department of Veterans Affairs Website