The Department of Veterans Affairs (VA), specifically the Veterans Health Administration, is conducting a Sources Sought Notice (Solicitation Number 36C26026Q0161) for a Grease Trap Replacement Contract at the Mann-Grandstaff VA Medical Center in Spokane, WA. This is a market research announcement to gauge interest and capabilities of Small Business firms for potential future solicitation, not a request for proposals. The estimated project magnitude is between $200,000 and $400,000. Firms with NAICS code 236220 (Commercial and Institutional Building Construction) and a size standard of $45.0 million are encouraged to respond by December 5, 2025, 5:00 PM Pacific Time. Responses, limited to two pages, must include contact information, business size/classification (including small business programs), a capabilities statement, estimated project time, identification of any conflicts with Buy American requirements, and past performance/experience on similar contracts. The contracting office address is NCO 20 Network Contracting Office in Vancouver, WA, and the point of contact is Quyen Mai (quyen.mai@va.gov).
This Statement of Work (SOW) outlines the requirements for Project 668-25-105, "Replace Grease Traps," at the Mann-Grandstaff VA Medical Center in Spokane, Washington. The project involves removing and replacing five kitchen grease traps with Zurn Z1170-400-ZS (stainless steel) or equivalent models, ensuring they are installed flush with the floor and connected to existing piping. The work includes cutting and patching floors with matching materials, and all installations must provide complete and usable grease interception according to specifications. The total project duration is 120 calendar days. The contractor must provide all necessary labor, materials, tools, equipment, transportation, and supervision. Performance of work requires adherence to VA Infection Control requirements, coordination with VA Dietetics and Canteen staff to minimize operational impact, and verification of space requirements. A qualified manufacturer’s representative must check the installation, place the system into service, and perform all adjustments, demonstrations, and testing. An operating test will be conducted with the Contracting Officer Representative (COR). Deliverables include manuals and warranty documents. The COR will monitor all work and testing, ensuring items are clean and in proper working condition. The contractor is responsible for all equipment and supplies, as no Government-Furnished Equipment will be provided. A systems demonstration by the installer in the presence of the COR is required for final acceptance.
The document outlines general requirements for Project 668-25-105,