J041-- Boiler Inspection, Testing, and Maintenance Services Base + 4
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) is soliciting quotes for Annual Boiler Inspection, Maintenance, and Testing Services at the Carl Vinson VA Medical Center in Dublin, GA. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due by April 13, 2026, at 10:00 AM EDT.
Scope of Work
The contractor will provide comprehensive inspection, testing, and maintenance services for various boilers located in the Boiler Plant (Building 27) and Mental Health Clinic (Building 87) at the Carl Vinson VA Medical Center. Key tasks include:
- Visual Inspections: Fireside, waterside, and combustion/controls.
- Boiler Tests: Pilot turndown, combustion settings, safety shutdown timing, and various interlock tests.
- Additional Services: Stack inspection, safety relief valve replacement, hydrostatic testing, and inspections of deaerator and condensate tanks.
- Special Requirements: Wet magnetic particle testing of deaerator tank welds in the base year.
- Compliance: All work must adhere to the VHA Boiler Plant Safety Device Testing Manual and NFPA 85.
- Equipment: Services cover boilers from Trane-Murray, Cleaver Brooks, Fulton, and Lochinvar manufacturers.
- Calibration: Semi-annual calibration and preventative maintenance for government-owned equipment, including electrical switches, gauges, and burner management systems.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: A base year (November 30, 2026 – November 29, 2027) with four (4) one-year option periods.
- Repair Contingency: A repair contingency fund not to exceed $50,000 per year is authorized for immediate, necessary system repairs, requiring prior COR approval.
Eligibility & Submission Requirements
- Set-Aside: This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered and active in SAM.gov and SBA VetCert verified as an SDVOSB at the time of quote submission and award.
- NAICS Code: 561210 (Facilities Support Services) with a small business size standard of $47.0 Million.
- Subcontracting: Offerors must indicate if they will self-perform 100% or provide a subcontracting plan detailing compliance with limitations on subcontracting (50% for services).
- Required Documents: Quote on company letterhead, UEI#, ORCA document, completed SF 1449, VAAR 852.219-75 certification, and acknowledgment of all amendments.
- Technical Requirements: Demonstrate understanding of the SOW, provide a detailed plan of action, and show ability to perform (minimum two years in business, capabilities statement).
- Past Performance: Provide a minimum of two (2) past performance references for similar services within the last two (2) years.
Evaluation Factors
Award will be based on a Best Value comparative analysis considering:
- Technical: Understanding of requirements, detailed plan, knowledge, and ability to perform.
- Past Performance: Relevance and recency of similar services.
- Price: Fully burdened fixed price for all Contract Line Item Numbers (CLINs).
Key Dates & Contacts
- Quotes Due: Friday, April 13, 2026, at 10:00 AM EDT.
- Submission: Email quotes to LaTerrica.Sewell@va.gov.
- Contact: LaTerrica Sewell, Contracting Officer, LaTerrica.Sewell@va.gov.