Correct FCA D & F Deficiencies Boiler Plant.
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 the Network Contract Office 02 (36C242), has issued a Solicitation (36C24226R0032) for construction services to Correct FCA D & F Deficiencies in the Boiler Plant at the VA NJ Health Care System, Lyons Campus in Lyons, NJ. This is a Firm-Fixed-Price contract with an estimated value between $5,000,000 and $10,000,000. Proposals are due Thursday, March 19, 2026, at 12:00 PM EST.
Scope of Work
This project involves comprehensive construction services to address deficiencies in the boiler plant. Key areas of work include:
- Electrical Upgrades: Relocating/replacing LED exit/emergency egress fixtures, replacing a 500KVA transformer, adding a UPS to the main gas valve, and installing seismic bracing.
- Plumbing Improvements: Replacing waste piping below the basement slab, installing new water service with backflow prevention, connecting a new blow-down tank, and replacing the existing sump pump.
- Mechanical System Overhauls: Replacing steam header valves, fuel oil pump set and controls, gas/oil/water meters, gas train piping, deaerator piping, air compressor, economizer relief piping, boiler safety valve piping, blow-down tank and piping, and chemical feed pumps and tanks.
- Structural & Architectural: Installing grating, repairing oxidized steel columns, saw cutting and removing basement floor slab, backfilling, compacting soil, concrete infill, preparing existing structural columns, and installing mezzanine components. Detailed specifications are outlined in the provided Table of Contents and comprehensive architectural and engineering drawings.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: 610 calendar days from the Notice to Proceed.
- Estimated Value: $5,000,000 to $10,000,000
- NAICS Code: 236220 (General Construction), with a size standard of $45 Million.
- Proposal Due Date: Thursday, March 19, 2026, at 12:00 PM EST.
- Site Visit: Scheduled for February 4, 2026, at 10:00 AM EST.
- Questions Due: February 19, 2026, at 12:00 PM EST.
- Submission: All documents must be submitted in PDF format.
Eligibility & Evaluation
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered in SAM.gov and verified/certified as an SDVOSB. Proposals will be evaluated based on:
- Technical Capability (most important)
- Past Performance (most important)
- Schedule (less important than 1 & 2, more important than 4)
- Price (least important) Mandatory submission documents include the VAAR 852.219-75 Limitations on Subcontracting Certificate (85% limit for general construction to non-SDVOSBs/VOSBs) and the FAR 52.225-2 Buy American Certificate. Bidders must adhere to prevailing wage rates as per the provided Wage Determination.
Contact Information
For inquiries and proposal submission, contact Dayna Dickson-Miller, Contracting Officer, at Dayna.Dickson-Miller@va.gov or 518-903-0065.