J025--NEW DAV Auto Repair
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MI. Response deadline: Feb 25, 2026. Industry: NAICS 811111 • PSC J025.
Market snapshot
Awarded-market signal for NAICS 811111 (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 811111
Description
Sources Sought Notice Sources Sought Notice Page 3 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 SUBJECT* NEW DAV VAN Auto Repair Iron Mountain, Michigan GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 53214-1476 SOLICITATION NUMBER* 36C25226Q0272 RESPONSE DATE/TIME/ZONE 02-25-2026 10:00 CENTRAL TIME, CHICAGO, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* J025 NAICS CODE* 811111 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs 36C252 115 South 84th Street, Suite 101 Milwaukee WI 53214-1476 POINT OF CONTACT* Contract Specialist Debbie Bruening debbie.bruening@va.gov PLACE OF PERFORMANCE ADDRESS Oscar G. Johnson VA Medical Center 325 East H Street Iron Mountain MI POSTAL CODE 49801 COUNTRY USA ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION Page 5 of 5 SOURCES SOUGHT SYNOPSIS The Department of Veterans Affairs is issuing a sources sought synopsis as a means of conducting market research to identify firms having an interest in and the resources to support a requirement for the vehicle repair of the DAV VAN for the Oscar G. Johnson VA Medical Center (Iron Mountain VAMC). Located at 325 East H Street, Iron Mountain, Michigan. This is a one-time service. The result of this market research may contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 81111 General Automotive Repair (i.e., not combined with any other service). THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Tentative requirements: STATEMENT OF WORK 2024 FORD Explorer XLT 4D 4WD UTV 4-2.3L Turbocharged Gasoline Direct Injection. The contractor must be licensed and certified to conduct autobody work in the state of Michigan or Wisconsin. The contractor should be located within 120 miles of Iron Mountain, MI, to facilitate coordination and reduce transportation time and costs. The contractor is responsible for transporting the vehicle from the VA facility to their shop for repairs, as the vehicle is currently not drivable. Upon completion of the repairs, the contractor shall return the fully repaired vehicle to the VA facility. The contractor must ensure that the transportation process is secure and that the vehicle is safely handled to avoid any additional damage during transit. In accordance with the Scope of Work (SOW). This is a one-time service. The Contractor shall provide: DETAILED WORK TO BE DONE: Replace the front bumper, including: Overhaul the front bumper. Replace A/M CAPA bumper cover without auto park. Apply clear coat. Replace A/M CAPA left and right side trims without fog lamps. Replace lower cover XLT without fog lamps. Replace license bracket with deluxe holder without ST. Replace wire harness without auto park without fog lamps. Replace temperature sensor. Replace the grille, including: Replace grille XLT without sport package. Replace emblem without INTERCEPTOR. Replace front lamps, including: Replace A/M left and right headlamp assemblies without adaptive headlamps level 2. Aim headlamps. Replace radiator support and cooling components, including: Replace A/M CAPA radiator support with active shutter, without Timberline type 1. Replace A/M CAPA air and lower deflectors without INTERCEPTOR. Replace A/M radiator without trailer tow. Replace right and left side seals. Replace A/M reservoir tank. Replace A/M fan assembly. Replace intercooler, outlet tube, and rear duct. Replace air conditioner and heater components, including: Replace A/M condenser. Perform AC service to evacuate, recharge, and recover refrigerant. Replace hood components, including: Replace striker. Replace latch. Replace left front fender, including: Replace A/M CAPA left fender without HEV. Apply clear coat and edging. Replace A/M CAPA left fender liner. Replace A/M CAPA left wheel flare without auto park. Replace engine components, including: Replace air cleaner assembly. Replace air inlet and intake hose. Perform pre and post scan for repairs. Replace coolant. Replace car cover. Include sublet waste and corrosion protection. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Based on the responses to this synopsis and other market research, this requirement may be set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) (limitation of subcontracting would apply), small businesses (limitations on subcontracting would apply) or procured through full and open competition. VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 10:00 AM CST on Wednesday February 25, 2026. All responses under this Sources Sought Notice must be emailed to Debbie.Bruening@VA.GOV. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
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.