J061--EMERGENCY POWER SUPPLY SYSTEM SERVICE
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 Contract Office 21, is soliciting proposals for Emergency Power Supply System (EPSS) and Stored Emergency Power Supply System (SEPSS) Service at the VA Sierra Nevada Health Care System (VASNHCS) in Reno, NV. This Firm-Fixed-Price contract is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The services include comprehensive maintenance, repair, testing, and inspection of critical power systems. Offers are due March 20, 2026, at 10:00 AM PST.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and services for the EPSS and SEPSS, encompassing generators, Automatic Transfer Switches (ATS), and Uninterruptible Power Sources (UPS). Key tasks include:
- Weekly, monthly, quarterly, semi-annual, annual, and tri-annual inspections and tests.
- Generator load testing, fuel testing, ATS testing, and UPS battery replacement.
- Adherence to VHA Directive 1028, The Joint Commission (TJC), NFPA 70, 99, 110, OSHA, and manufacturer specifications.
- A 24/7 presence in the Reno, NV area with a 1-hour emergency response time.
- Compliance with the U.S. Department of Labor Wage Determination for Nevada.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: A base year (April 16, 2026 - April 15, 2027) with four one-year option periods, not to exceed five years total. An option to extend services for up to six months is available.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be "Verified" in veterans.certify.sba.gov and include VAAR Clause 852.219-75.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance), Size Standard: $12.5 Million.
- PSC: J061
Submission & Evaluation
- Offer Due Date: March 20, 2026, at 10:00 AM PST.
- Questions Deadline: Within five business days prior to the quote due date.
- Submission: Electronically via email to Kulvinder Brar at Kulvinder.Brar@va.gov. Quotes must be prepared in three separate parts: Technical Capability, Past Performance (using the provided template), and Price.
- Evaluation Factors: Proposals will be evaluated based on Technical Capability (Approach to PWS), Past Performance, and Price, with award made to the offer deemed most advantageous to the Government. Options will be evaluated.
- Notes: Offerors must follow submission instructions in Addendum to FAR 52.212-1 and 52.212-2. SAM registration and UEI are required. A site visit is recommended.
Special Requirements
Contractor personnel must possess Engine Manufacturer certification or equivalent training, OSHA 10-hour construction safety training, and at least three years of relevant experience in healthcare or similar facilities. Employees must hold a certified Electrical Contractor License for Nevada. Supplemental insurance requirements include General Liability ($500,000 per occurrence) and Automobile Liability ($200,000 per person; $500,000 per occurrence; $20,000 property damage).