Skip to content
Department of Veterans Affairs

J041--36C25526Q0174 | ICE MACHINE MAINTENANCE Topeka VA Medical Center EKHS

Solicitation: 36C25526Q0174
Notice ID: e528fbabd4764ee0ad51184e582bd968
TypeSources SoughtNAICS 811310PSCJ041DepartmentDepartment of Veterans AffairsStateKSPostedJan 28, 2026, 12:00 AM UTCDueFeb 13, 2026, 11:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: KS. Response deadline: Feb 13, 2026. Industry: NAICS 811310 • PSC J041.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$44,922,173
Sector total $250,450,224 • Share 17.9%
Live
Median
$11,842
P10–P90
$5,116$879,780
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
17.9%
share
Momentum (last 3 vs prior 3 buckets)
+5514%($43,349,741)
Deal sizing
$11,842 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for KS
Live POP
Place of performance
Topeka VA Medical Center, 2200 Gage Blvd • Topeka, Kansas • 66622-0001 United States
State: KS
Contracting office
Leavenworth, KS • 66048 USA

Point of Contact

Name
Lisa Fischer
Email
Lisa.Fischer1@va.gov
Phone
913-946-1993

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
255-NETWORK CONTRACT OFFICE 15 (36C255)
Office
Not available
Contracting Office Address
Leavenworth, KS
66048 USA

More in NAICS 811310

Description

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER 1. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 2. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION: Ice Machine Maintenance, Repair and Cleaning 3. This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 811310. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After reviewing the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. 4. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: Contractor adheres to manufactures recommendations while performing cleaning and sanitizing ice machines at Colmery-O Neil VAMC, Topeka, KS. Unless otherwise specified, the contractor shall provide all supplies, materials, tools, personnel, equipment, supervision and other items necessary for the maintenance of the equipment as defined in this scope. VA Medical Center maintenance staff will provide water filters to the contractor for the ice machines. The contractor shall also provide PREVENTIVE MAINTENANCE: The machines throughout the facility are to be thoroughly cleaned, descaled and sanitized quarterly following ice machine manufacturers cleaning and sanitizing recommendations. The contractor shall provide SANITATION PREVENTIVE MAINTENANCE: Ice machines must be sanitized after cleaning or when evaporator is free of ice. Follow manufacturers complete instruction when sanitizing ice machines. Contractor personnel performing maintenance services and providing technical support must be fully qualified and competent. They must provide certification to the COR before beginning to work on the equipment. Technicians must have Environmental Protection Agency refrigerant certification cards. 5. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the requirement. If you are interested, and are capable of providing the sought-out services, please provide the requested information as well as the information indicated below. Failure to respond to all questions in this sources sought will determine the interested party as non-responsive which may affect a set-aside decision for a resulting solicitation. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please provide your UEI number. b. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.)? c. Is your company considered small under the NAICS code identified under this RFI? d. Are you licensed in licensed and permitted- Technicians must have Environmental Protection Agency refrigerant certification cards. All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations (i.e. Sterile Processing Directives for the cleaning of Reusable Medical Equipment). e. If you are identified as a SDVOSB/VOSB or SB, identify how you intend to meet the requirements found in the limitations on subcontracting FAR or VAAR clauses. (providing 51% of the work outlined in section 4 above) f. Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number(s). g. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described above to include required licensing. 6. Responses to this notice shall be submitted via email to Lisa Fischer at Lisa.Fischer1@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday February 13th, 2026, at 1700 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Location of Ice Machines Bldg. Wing Rm Model No. Serial No. Make 1 AC 101 50FB400W L16923 FOLLETT 1 A 108 50FB400W 6064 FOLLETT 1 A 101 (STARBUCKS) QM45A MANITOWAC 1 A 101 (STARBUCKS) QM45A MANITOWAC 1 A 134 50FB400WS C69060 FOLLETT 1 C 204 50FB400W C78945 FOLLETT 1 C 302 50FB400W B13422 FOLLETT 1 A 406 50FB400W K51929 FOLLETT 1 B 401 50FB400W L20224 FOLLETT 1 C 415 50FB400W 006035 FOLLETT 1 C 530 50FB400W 08341500613 FOLLETT 2 B 132 12CI414A-S S10855 FOLLETT 2 B 211 50FB400W C69059 FOLLETT 2 C 238 50FB400WS K51012 FOLLETT 2 C 365 50FB400W D75125-28812 FOLLETT 3 B 126 50FB400W D8924201313 FOLLETT 3 A 223 50FB400W K50831-23213 FOLLETT 4 B 113 50FB400W D75122-25812 FOLLETT 4 B 209 50FB400W D75118-28811 FOLLETT 4 C 265 50FB400W D83419-00613 FOLLETT 5 B 226 50FB400W L20357 FOLLETT 6 C 150 50FB400W L38448 FOLLETT 6 D 154 50FB400W E793650891 FOLLETT 9 C 030 50FB400WS L74343826220 FOLLETT 9 A 115 50FB400W J87939 FOLLETT 9 A 220 50FB400W 5365 FOLLETT 20 - 101A 50FB400W 95M0 FOLLETT 20 - 112 1207132001194 C0530MA-1 SCOTTSMAN 24 A 113 OAG2 D74262-28112 FOLLETT 24 - 107 5Y0504A 110092710 MANITOWAC 41 - 111 50FB400WS C68723 FOLLETT 42 - 109 173G G23173G HOSHAZAKI 43 - 108 3JA1 184238 FOLLETT Junction City CBOC North CNF201A-161 1121186257 MANITOWAC Junction City CBOC South F01105M MANITOWAC

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.