J061--FY 26 Services (1X) - NYH Triennial Electrical Power Distribution System Maintenance and Testing
Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NY. Response deadline: Feb 11, 2026. Industry: NAICS 811310 • PSC J061.
Market snapshot
Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 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 2025-06. 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 York Harbor VA Healthcare System, Margaret Cochran Corbin Campus, is seeking to purchase triennial electrical distribution system 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 within six (6) months of award date. Place of Performance/Place of Delivery Address: 423 East 23rd Street, New York, NY Postal Code: 10010 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services All quoters shall submit the following: Capability statement demonstrating technical capability to meet all the requirement of the SOW and this solicitation, completed 36C24226Q0276 Pricing Worksheet , Technician Documentation, Sample Checklists, and Performance Plan/Schedule All quotes shall be sent to the Contract Officer via email at Nathan.northrup@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of RFO FAR 12. [CO 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.] 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. The following are the 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). 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 quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any 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. Site Visit: Contractors have opportunity to attend a site-visit on Tuesday, February 3rd, 2026, to view the requirements at the Margaret Cochran Corbin Campus. Contractors shall email the CO (Nathan.Northrup@va.gov) no later than Friday, January 30th, 2026, with their intention to attend and specifics 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. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/. FAR 52.233-2 Service of Protest FAR 52.240-90 Security Prohibitions and Exclusions Representations and Certifications FAR 52.252-1 Solicitation Provisions Incorporated by Reference 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation 52.204-7 System for Award Management Registration 52.229-11 Tax on Certain Foreign Procurements Notice and Representation The following solicitation clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services FAR 52.252-2 Clauses Incorporated by Reference 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-17, Contractor Employee Whistleblower Rights 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.217-8, Option to Extend Services 52.219-6, Prohibition on Contracting With Inverted Domestic Corporations 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.222-3, Convict Labor 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.222-55, Minimum Wages for Contract Workers Under Executive Order 14026 52.222-62, Paid Sick Leave Under Executive Order 13706 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.228-5, Insurance Work on a Government Installation CL-120, Supplemental Insurance Requirements 52.229-3, Federal, State, and Local Taxes 52.232-33, Payment by Electronic Funds Transfer System for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.244-6, Subcontracts for Commercial Products and Commercial Services VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference 852.201-70, Contracting Officer s Representative 852.203-70, Commercial Advertising 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors 852.215-71, Evaluation Factor Commitments 852.232-72, Electronic Submission of Payment Requests 852.233-70, Protest Content/Alternative Dispute Resolution 852.233-71, Alternate Protest Procedure 852.242-71, Administrative Contracting Officer To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein 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 for the exception(s), if any. Submission of your response shall be received not later than February 6th, 2026, at Nathan.northrup@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Nathan Northrup, Contract Officer RPO East, NCO 2 Contracting Office Nathan.northrup@va.gov
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.