H244--Boiler Useful Life Study Services (VA-26-00043860)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically NETWORK CONTRACT OFFICE 23 (36C263), is soliciting quotes for Boiler Useful Life Study Services (VA-26-00043860) for the St. Cloud VA Medical Center in St. Cloud, MN. This is a combined synopsis/solicitation (RFQ 36C26326Q0522) for commercial items, anticipated to result in one firm-fixed-price contract. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due by 5:00 PM CST on April 17, 2026.
Scope of Work
The required services include comprehensive inspections, useful life studies (ULS), and condition assessments for the St. Cloud VA Medical Center's boilers (Cleaver Brooks Boilers 1-4), a DA Tank, and a Surge Tank. Key deliverables involve:
- Performing comprehensive inspections for safety, general condition, and life expectancy.
- Conducting Boiler Useful Life Studies and Condition Assessments to determine engineering needs for repair or maintenance.
- Inspecting boiler scaling using non-destructive testing methods (e.g., Ultrasonic).
- Inspecting for loss of tube thickness using non-destructive testing methods (e.g., IRIS/Submerged UT). All inspections and testing must be conducted by a National Board-Certified Boiler & Pressure Vessel Inspector and an ASNT Level II or III Technician. Due to operational constraints, only one boiler and DA Tank or Surge Tank can be offline at a time, necessitating multiple site visits.
Contract & Timeline
- Contract Type: Firm Fixed-Price (anticipated one award).
- Solicitation Type: Combined Synopsis/Solicitation (RFQ 36C26326Q0522) under FAR Subpart 12.6 and FAR Part 13 (Simplified Acquisition Procedures).
- Period of Performance: June 1, 2026, to July 31, 2026.
- Place of Performance: St. Cloud VA Medical Center, 4801 Veterans Drive, St. Cloud MN 56303.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14), with VAAR 852.219-73 applying.
- NAICS Code: 541350 (Building Inspection Services), with a size standard of $11.5 million.
- Technical Questions Due: 5:00 PM CST, April 10, 2026, via email to amanda.patterson-elliott@va.gov.
- Quotes Due: 5:00 PM CST, April 17, 2026, via email to amanda.patterson-elliott@va.gov.
- Published Date: April 7, 2026.
Eligibility & Submission
Prospective offerors must be registered and current in the System for Award Management (SAM.gov) at the time of offer. Quotes will only be accepted from responsible contractors. Offerors must provide evidence of specific experience and certifications for personnel performing the work, along with a minimum of two past performance references within the last five years. FAR provisions 52.212-1, 52.212-2, and 52.212-3, and FAR clauses 52.212-4 and 52.212-5 apply.
Evaluation
Award will be based solely on the lowest price among offerors who meet special standards of responsibility, including required certifications and demonstrated experience.