Upgrade Master Program Boiler Logic Control-657-26-109JB
SOL #: 36C25526R0051Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
255-NETWORK CONTRACT OFFICE 15 (36C255)
LEAVENWORTH, KS, 66048, United States
Place of Performance
Saint Louis, MO
NAICS
Plumbing (238220)
PSC
Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Dec 19, 2025
2
Last Updated
Jan 14, 2026
3
Submission Deadline
Feb 6, 2026, 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 the Upgrade Master Boiler Program Logic Controls project (657-26-109JB) at the St. Louis Jefferson Barracks VA Medical Center, MO. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside aims to replace outdated boiler control systems with modern, supported platforms to enhance reliability, safety, and integration. Proposals are due by January 27, 2026.
Scope of Work
This project involves a comprehensive upgrade of the boiler control systems, including:
- Plant Master Panel: Replacement of existing PLC and HMI with new CompactLogix 5000 Series PLC, I/O modules, and PanelView Plus 7 Graphic Terminal. Programming and communication establishment with boilers and SCADA.
- Boiler PLCs (x3): For each of the three boilers, replacement of obsolete PLC and HMI with CompactLogix 5000 Series PLC, I/O modules, and PanelView Plus 7 Graphic Terminal. Upgrade of O2 PCC-III-Z000 to PCC-IV-Z000 Control.
- SCADA System: Replacement of Windows 7 PC with Windows 11 PC, obsolete printer with a new Canon printer, and obsolete Ethernet switch with a new SonicWall switch. Installation and licensing of iFIX v2024 SCADA software.
- Migration Cutover: Development and implementation of a phased cutover plan to minimize system downtime, including parallel SCADA operation and coordinated individual boiler PLC cutovers.
- The contractor will furnish all labor, supervision, materials, and equipment.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 180 calendar days after Notice to Proceed (NTP).
- Estimated Construction Magnitude: $250,000.00 to $500,000.00.
- NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors) with a size standard of $19.0 Million.
- A Bid Bond is required.
Eligibility & Set-Aside
- This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
- Contractors must be certified in SBAVetCert and registered in SAM.gov.
- Joint Ventures are permitted but must be VA SDVOSB Joint Ventures.
- The prime contractor must perform not less than 15% of the General Construction labor.
Submission & Evaluation
- Proposals Due: January 27, 2026, by 3:00 PM CDT.
- Submission Method: Electronically via email to maria.hoover@va.gov and kevin.mahoney3@va.gov.
- Evaluation: Lowest Price Technically Acceptable (LPTA) process.
- Technical Acceptability Factors: Relevant Past Performance, Technical Construction Experience (Prime & Mechanical Subcontractor), Technical Qualifications of Key Personnel, and Prime Contractor Safety Plan.
- Site Visit: January 20, 2026, at 10:45 AM CT. Attendance is highly encouraged.
- Questions Due: January 27, 2026, by 3:00 PM CDT.
- Offerors must acknowledge all amendments.
Contacts
- Primary: Kevin A Mahoney (Kevin.Mahoney3@va.gov, 9136840141)
- Secondary: Maria Hoover (maria.hoover@va.gov, 9139461130)
People
Points of Contact
Kevin A MahoneyPRIMARY
Maria HooverSECONDARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Jan 14, 2026
Version 1
Pre-Solicitation
Posted: Dec 19, 2025