Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
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), Network Contract Office 01, has issued a Solicitation for Project 523A4-20-208, "Replace Boilers and Upgrade Controls," at the VAMC West Roxbury Campus, MA. This project involves comprehensive general construction, demolition, modification, and renovation of the existing Central Boiler Plant (Building 8) to modernize its heating infrastructure. Proposals are due by April 3, 2026, at 4:00 PM EST.
Scope of Work
The project's primary objective is to replace existing boilers and upgrade controls, including the demolition of the current boiler plant and construction of a new central energy building. Key tasks include:
- Installation of new steam generation, condensate return, fuel oil storage, and delivery systems.
- Electrical and control upgrades, integrating with the existing Supervisory Control and Data Acquisition System (SCADA).
- New structural, architectural, and mechanical systems compliant with VA and Massachusetts engineering standards.
- Hazardous materials abatement (asbestos, lead paint) is required.
- Specific brand-name components are mandated for standardization and compatibility, including Cleaver-Brooks boilers, Russelectric Automatic Transfer Switches, Corbin Russwin/Kaba Peaks door hardware, TRANE Direct Digital Control Building Management System and Air Handling Units, Cummins Diesel Generators, and General Electric/EST-3 Fire Alarm System.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Magnitude: Estimated between $50,000,000 and $100,000,000.
- NAICS Code: 236220 (Commercial and Institutional Building Construction).
- Period of Performance: 943 calendar days from the Notice to Proceed.
- Set-Aside: Unrestricted competitive procurement, with Veterans First Contracting Program preferences for SDVOSB and VOSB offerors.
- Bonds: Bid guarantee (SF24), Performance (SF25), and Payment (SF25A) bonds are required.
- Project Labor Agreement: Required upon contract award.
Submission & Evaluation
- Proposal Due: April 3, 2026, at 4:00 PM EST.
- RFI Due: March 6, 2026, at 4:00 PM EST.
- Submission Method: Electronic submission via email to Heather.Libiszewski-Gallien@va.gov and NCO1ConstructionTeam2Proposals@va.gov.
- Evaluation: "Best Value" tradeoff process, where Technical and Past Performance are significantly more important than Price. Veteran preference will be considered.
- Requirements: Offerors must be registered in SAM.gov. Subcontractor information and consent forms (Exhibit B) and Past Performance Questionnaires (Exhibit C) are critical. A detailed cost breakdown (Exhibit D) is required.
Key Requirements & Documents
Bidders must adhere to stringent requirements, including:
- Compliance with the VHA Boiler and Associated Plant Safety Device Testing Manual.
- Implementation of Infection Prevention and Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) protocols.
- Adherence to the latest prevailing wage rates (WD MA20260001).
- Review of comprehensive bid specifications (Volumes I-IV) and detailed architectural, structural, civil, mechanical, electrical, plumbing, fire protection, and security electronics drawings.