R799--Relocation Service - Sterilization Processing Service and Supplies

SOL #: 36C26126Q0601Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

Palo Alto

NAICS

Facilities Support Services (561210)

PSC

Other Management Support Services (R799)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 15, 2026
2
Response Deadline
Apr 29, 2026, 5:00 PM

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 (NCO 21), has issued a Sources Sought Announcement for Relocation Support Services at the VA Palo Alto Health Care System (VAPAHCS). This is market research to identify qualified contractors for deactivation and activation services related to the Supply Chain Service (SCS) and Sterile Processing Services (SPS) Functional Realignment Project. Responses are due by April 29, 2026, at 10:00 A.M. PST.

Purpose

This is a Sources Sought announcement for planning purposes only; no solicitation is currently available. The VA is gathering information to facilitate decision-making and determine its procurement strategy. The information provided will not be paid for by the Government and will be used internally.

Scope of Work

The required services involve deactivation and activation for the VHA Palo Alto campus. This includes:

  • Activation Services: Relocating equipment, furniture, and sterile supplies from existing areas to three new temporary modular buildings and four to five existing basement rooms.
  • Deactivation Services: Disassembling and disposing of old equipment, relocating furniture to VA storage, and removing wall-mounted fixtures from the existing Sterile Processing area.
  • General: Furniture, Fixtures, & Equipment (FF&E) moves, installation, and equipment disassembly/reassembly. The contractor must develop a detailed move plan, execute it, repair any damaged items, and remove all trash and site preparation materials.

Key Requirements & Performance

  • Personnel: Key Personnel (Senior Program Manager, Project Manager, Team Leader, Installers) must be permanent employees of the prime contractor and cannot be subcontracted. All personnel must be US citizens or have appropriate work permits and comply with VA security requirements.
  • Coordination: Close coordination with end-users and the Contracting Officer's Representative (COR) is required to minimize service disruption. On-site inspections, damage reporting, and timely resolution of punch list items are critical.
  • Hours: Approximately 80% of work will occur during normal business hours (Mon-Fri, 8 AM-4:30 PM), with 20% during non-business hours/weekends.

Contract Details (Anticipated)

  • NAICS Code: 561210 Facility Support Services, with a small business size standard of $47.0 Million.
  • Period of Performance (DRAFT): July 1, 2026, to December 31, 2026.
  • Contract Type (Anticipated): Firm Fixed Price.
  • Set-Aside: Socioeconomic status is requested from respondents. For small businesses, a Limitations on Subcontracting clause (FAR 52.219-14 and 52.219-27) will apply, requiring at least 50% of personnel costs to be expended for employees of the prime concern.

Submission Requirements & Deadline

Interested contractors must respond via email to Gary.Christensen@va.gov by April 29, 2026, at 10:00 A.M. PST. Responses must include:

  • Company's legal name and Unique Entity ID (SAM).
  • Primary point of contact (phone, email).
  • Socioeconomic Status (e.g., small business, large business, SDVOSB, VOSB), including SBA registration status for SDVOSB/VOSB.
  • A Capability Statement demonstrating ability to perform services outlined in the DRAFT PWS.
  • Description of relevant experience and similar projects (Government/Commercial).
  • Details on prime contractor performance vs. subcontracting plans, including approximate percentage paid to subcontractors.
  • GSA Contract Number, if applicable.
  • A completed attached informational price estimate. Note: Contractors must be registered in SAM. Failure to provide requested information may result in non-consideration. Reference RFQ number 36C26126Q0601 on all correspondence.

People

Points of Contact

Gary ChristensenContract SpecialistPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 15, 2026
R799--Relocation Service - Sterilization Processing Service and Supplies | GovScope