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) is soliciting proposals for the "Replace Boilers and Upgrade Controls" project (523A4-20-208) at the VAMC West Roxbury Campus, MA. This project involves extensive general construction, demolition, modification, and renovation of the existing Central Boiler Plant (Building 8/5). The estimated magnitude of construction is between $50,000,000 and $100,000,000. Proposals are due March 20, 2026, by 4:00 PM EDT.
Scope of Work
The project's objective is to replace existing boilers and upgrade controls, including the demolition of the current boiler plant, relocation of utilities, and construction of a new central energy building. Key deliverables include the installation of new steam generation and condensate return systems, fuel oil storage and delivery systems, electrical and control upgrades, and new structural, architectural, and mechanical systems compliant with VA and Massachusetts engineering standards. The scope also covers new lighting, fire alarm integration, communication cabling, and energy-efficient controls. Hazardous materials abatement is required. Specific brand-name components are mandated for fire alarm (GE/EST-3), door hardware (Corbin Russwin, Kaba Peaks), HVAC (Trane DDC BMS, AHU), automatic transfer switches (Russelectric), generators (Cummins), and boilers/burners (Cleaver-Brooks) due to existing campus standardization and compatibility requirements.
Contract Details
- Contract Type: Firm-Fixed-Price
- Magnitude of Construction: $50,000,000 to $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.
Submission & Evaluation
- Proposal Submission Deadline: March 20, 2026, by 4:00 PM EDT.
- Submission Method: Electronic submission via email to Heather.Libiszewski-Gallien@va.gov and NCO1ConstructionTeam2Proposals@va.gov.
- Evaluation Approach: "Best Value" tradeoff process, where Technical and Past Performance are significantly more important than Price. Veteran preference will be considered. A Project Labor Agreement is required upon contract award.
- Required Forms: Offerors must complete Exhibit A (Project Information Sheet), Exhibit B (Subcontractor Information and Consent Form), Exhibit C (Past Performance Questionnaire), and Exhibit D (Cost Breakdown).
Key Dates & Actions
- Second Site Visit: January 28, 2026, at 11:00 AM EST at VAMC Roxbury, Building 5 conference room. Contact COR Neel Patel (774-273-5388).
- Requests for Information (RFIs) Due: February 20, 2026, by 4:00 PM EST.
- Compliance: Offerors must be registered in SAM.gov, provide a bid guarantee, and secure performance and payment bonds. Compliance with prevailing wage rates (MA20260001), Infection Control Risk Assessment (ICRA), Pre-Construction Risk Assessment (PCRA), and OSHA standards is mandatory.