Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls

SOL #: 36C24125R0077Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

West Roxbury

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Hospital Buildings (Y1DZ)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 28, 2025
2
Response Deadline
Jan 21, 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.

523A4-20-208; Replace Boilers and Upgrade Controls

VA Medical Center West Roxbury, MA

Procurement Number: 36C24125R0077

This is a pre-solicitation notice synopsizing an upcoming unrestricted competitive solicitation satisfying the requirements of FAR 5.201. A request for proposal will be posted on or about November 21, 2025. All business sizes and classifications that meet the requirements of the solicitation are invited to participate.

The VAMC West Roxbury Campus has identified a need for Project 523A4-20-208 Replace Boilers & Upgrade Controls. For this requirement, the general contractor will be required to include general construction, demolition, modification, and renovation of the existing Central Boiler Plant (Building 8) in accordance with specifications, drawings, and other documentation.

The magnitude of construction as supplemented in accordance with VAAR 836.204 is between $50,000,000 and $100,000,000. The NAICS Code is 236220 and the small business size standard is $45 million. The period of performance is 943 calendar days from the issuance of the Notice-to-Proceed.

A bid bond is required in accordance with FAR 52.228-1, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. Performance and payment bonds in the amount of 100% of the contact award amount will be required in accordance with FAR 52.228-15.

This procurement will be solicited in accordance with FAR Part 15.101-1, Best Value Continuum Tradeoff Source Selection Process. A firm fixed price award will be made to the responsible offeror whose offer conforms to the solicitation, results in the best value to the Government, all factors considered. The purpose of the price evaluation is to provide an assessment of the reasonableness of the proposed price in relation to the solicitation requirements. Reasonableness of an offeror's proposal is evaluated through price analysis techniques as described in FAR Subpart 15.404-1. The Contracting Officer will establish the Veterans Preference Solely for purposes of price evaluation and implementation in accordance with VAAR 819.70 The VA Veterans First Contracting Program.

All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24125R0077 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued.

All offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/.

People

Points of Contact

Heather Libiszewski-GallienContracting OfficerPRIMARY

Files

Files

Download
View

Versions

Version 1Viewing
Pre-Solicitation
Posted: Oct 28, 2025
Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls | GovScope