Y1DA--561A4-18-113 Correct FCA D & F Deficiencies Boiler Plant

SOL #: 36C24226R0032Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

Lyons, NJ

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 2, 2025
2
Last Updated
Apr 14, 2026
3
Response Deadline
Dec 17, 2025, 9:00 PM

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 proposals for comprehensive construction services to correct Fire Alarm and Detection (FCA D&F) deficiencies in the boiler plant at the VA New Jersey Healthcare System’s Lyons Campus, NJ. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are due April 16, 2026, at 12:00 PM EST.

Scope of Work

The project, identified as Project Number 561A4-18-113, involves extensive architectural, structural, mechanical, electrical, and plumbing work. Key areas include:

  • Electrical System Upgrades: Relocating and replacing LED exit and emergency egress fixtures, replacing a 500KVA transformer, adding a UPS for the main gas valve, and installing seismic bracing.
  • Plumbing System 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, and water meters on boilers, gas train piping, piping to the deaerator, installing a new air compressor for fuel oil atomization, and replacing the blow-down tank and chemical feed pumps.
  • Structural Repairs and Enhancements: Installing grating and netting to prevent injury, repairing oxidized steel columns, and concrete infill for slab transitions.
  • General Trades: Saw cutting and removal of concrete slabs for piping access, backfilling and compaction, concrete infill, preparing structural columns for painting, and installing mezzanine grating, handrails, and guardrails.
  • Environmental Considerations: Magnesium pipe insulation (ACM) was identified in Building 14, reported in good condition. Contractors are responsible for verifying field conditions and quantities. Lead-based paint removal is also required.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Estimated Value: The magnitude of construction is between $5,000,000 and $10,000,000.
  • Period of Performance: 610 calendar days from the Notice to Proceed.
  • NAICS Code: 236220 (General Construction) with a size standard of $45 Million.
  • Mandatory Certifications: Offerors must submit VAAR 852.219-75 (Limitations on Subcontracting, requiring no more than 85% of contract amount to non-SDVOSB/VOSB firms for general construction) and FAR 52.225-2 (Buy American Certificate). Prevailing wage rates for Somerset County, NJ, apply.

Eligibility & Submission

This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Prospective contractors must be registered in SAM.gov and verified/certified as an SDVOSB through veterans.certify.sba.gov.

  • Proposals are due: April 16, 2026, at 12:00 PM EST.
  • Submission: All documents must be submitted in PDF format to Dayna.Dickson-Miller@va.gov.
  • Evaluation Factors: Technical Capability and Past Performance are the most important, followed by Schedule, with Price being the least important factor.

Key Amendments & Notes

Multiple amendments have been issued. Amendment 0003 extended the proposal due date to April 16, 2026, and scheduled an additional site visit on April 1, 2026. Amendment 0005 provided extensive responses to Request for Information (RFI) questions, clarifying details on asbestos abatement quantities, access, structural requirements, painting, and sanitary line materials. Offerors must acknowledge all solicitation amendments.

People

Points of Contact

Dayna Dickson-MillerContracting OfficerPRIMARY

Files

Files

Download
View

Versions

Version 7
Solicitation
Posted: Apr 14, 2026
View
Version 6
Solicitation
Posted: Apr 1, 2026
View
Version 5
Solicitation
Posted: Mar 26, 2026
View
Version 4
Solicitation
Posted: Mar 12, 2026
View
Version 3
Solicitation
Posted: Feb 5, 2026
View
Version 2
Solicitation
Posted: Jan 26, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 2, 2025