J045--Boiler Safety Device Testing (VA-25-00024545)
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.
Boiler Safety Device Testing for VA Nebraska Western Iowa Health Care System.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.
This is a solicitation conducted using FAR Part 13 (Simplified Acquisition Procedures).
This announcement constitutes the only solicitation, quotes are being requested.
Solicitation number 36C26325Q0265 is issued as a request for quotes (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01.
This procurement is a total set-aside for Small Disadvantaged Veteran Owned Small Business (SDVOSB). Prospective offerors must be registered and current in the System for Award Management (SAM) database at time of offer to the Government (https://www.sam.gov).
Quotes will only be accepted from responsible contractors. The NAICS code for the solicitation is 238220 with a size standard of $19.0 million.
A list of the contract line items, quantities, and units of measure are listed within the attached solicitation documentation.
The VA anticipates one firm fixed price contract award to provide services to VA Nebraska Western Iowa Health Care System, 4101 Woolworth Avenue, Omaha, NE 68105.
Western Iowa Health Care System, 2201 N Broadwell Ave, Grand Island, NE 68803
The period of performance is 03/10/2025 to 03/09/2026 for the base year period of performance. There are four (4) one-year option periods available at the government s discretion.
FAR provisions 52.212-1, 52.212-2, and 52.212-3 apply to this procurement and are detailed within the attached solicitation document.
FAR clauses 52.212-4 and 52.212-5 apply to this procurement and are included within the attached solicitation document.
Additional requirements are listed within the attached solicitation document.
The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.
Technical questions on this solicitation are due via e-mail only to Erica Miller, Contract Specialist, at erica.miller5@va.gov no later than 05:00pm Central Standard Time (CST), 02/11/2025.
Quotes are due to the Contracting Office by 05:00pm CST, 02/20/2025. Quotes are required to be emailed to erica.miller5@va.gov prior to the solicitation closing date and time. It is the responsibility of the offeror to ensure their quote is received in its entirety by the Contracting Officer before the solicitation closing.
Contact Erica Miller, Contract Specialist, at erica.miller5@va.gov for information regarding the solicitation.