J073-- Veteran Canteen Equipment Preventative Maintenance and Service Contract - This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR ****, as supplemented by the current Federal Acquisition Circular ( FAC 2026 01) and the Department of Veterans Affairs Acquisition Regu
AI helper
This is a combined synopsis solicitation for commercial services for the maintenance, repair, and rebuilding of food preparation and serving equipment. The acquisition is 100% set aside for verified SDVOSBs. Offerors must be listed as verified in the SBA veteran small business certification vetcert database. The North American Industrial Classification System (NAICS) code is 811310. The Department of Veterans Affairs (VA) Connecticut Healthcare System (VACHS) requires comprehensive preventive maintenance, inspection, corrective service, and emergency repair for Veterans Canteen Service (VCS) equipment at the West Haven and Newington campuses. The place of performance is the VA Connecticut Healthcare System, West Haven VA Medical Center and Newington VA Medical Center. The base contract period is 06/01/2026 - 05/31/2027, with four option years. To be eligible, bidders must have a field service representative located within 200 miles of the campuses and be trained by the original equipment manufacturer (OEM) on the specific equipment. Bidders must provide documentation of factory-certified service maintenance training. The contractor shall maintain sufficient stock of parts or be able to secure them within 24 hours, using only new OEM parts. The scope of work includes full maintenance, scheduled preventive maintenance (PM), inspections, corrective service, and 12-hour 5-day per week call-back support with after-hours emergency services. The vendor must be able to respond to issues within six hours from 6:00 AM to 6:00 PM, Monday through Friday, excluding federal holidays. A minimum annual inspection will be conducted, and a detailed quote will be provided. Inspection reports are due within seven business days, and emergent repairs must be identified within 24 hours. Ice machines and soda fountain machines require quarterly servicing and bi-annual filter supply and changes. The vendor shall submit inspection reports and PM checklists via email within 48 hours of work completion. Technician certification and licensure must be submitted prior to work start. Safety plans, including LOTO, electrical safety, and SDS for chemicals, must be submitted for approval. Site visits must be scheduled with the COR. Authentic OEM parts are required. Downtime for refrigerators and freezers is limited to 2 hours maximum, and cooking equipment must be fully functional by the end of the day. Work sites must be left clean. All vendor technicians must report to facility service for badge check-in/out. The contractor is responsible for infection control measures. Service calls require prompt response, with arrival time not exceeding contract stipulations. A contingency allowance of $2,**** for parts is included. Unscheduled emergency repairs will be performed at the direction of the VA Contracting Officer, with agreement on scope, labor hours, and parts cost prior to commencement. An annual work schedule must be submitted within ten working days of contract start. PM shall be performed during normal business hours. Hours of performance vary by location. All personnel must sign in and out. Submittals include hard copy and electronic copies of all reports within seven business days. The contractor is responsible for their conduct and compliance with all laws and regulations. A joint inspection will be conducted two months before contract expiration. The award will be made to the response most advantageous to the government, with technical and past performance being more important than price. Questions must be submitted in writing via email by May 1, 2026, 4:00 PM EST. Responses are due by May 8, 2026, 4 PM. Interested parties must be registered in the System for Award Management (SAM) and VISTA.
The submission of your response must be received not later than 8 May 2026 by 4pm.
The award will be made to the response most advantageous to the government, with technical and past performance, combined, being more important than price.
To be considered eligible for consideration, potential bidders shall have a field service representative located within 200 miles of the West Haven and Newington campuses of the VA Connecticut Healthcare System and have been trained by the original equipment manufacturer (OEM) on the specific model of equipment that he she is being asked to provide services for. Bidders must provide upon request documentation of factory certified service maintenance training on the specific equipment under the terms of this contract.
The contracting officer may take deductions from moneys due the contractor for any deficiency that remains uncorrected when this contract expires.
The vendor shall schedule all site visits, to include emergencies, with the COR.
The cut off date and time for receipt of questions is 1 May 2026 by 4:00 pm est.