Y1EB--512-23-154 Construct Consolidated Boiler Spaces, Loch Raven VAMC, Baltimore MD

SOL #: 36C24526R0014Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States

Place of Performance

Baltimore, MD

NAICS

Plumbing (238220)

PSC

Construction Of Maintenance Buildings (Y1EB)

Set Aside

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

Timeline

1
Posted
Oct 20, 2025
2
Last Updated
Feb 25, 2026
3
Response Deadline
Feb 10, 2026, 3:00 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), Network Contract Office 5, is soliciting proposals for the construction of consolidated boiler spaces at the Loch Raven VAMC in Baltimore, MD. This project, identified as Y1EB--512-23-154, involves significant demolition and new construction to house essential boiler and hot water services. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 10, 2026, at 10:00 AM EST.

Scope of Work

The project entails the demolition of existing structures and the construction of a new, approximately 5,000 sq ft blast-resistant building. This new facility will house three boilers and related infrastructure, including two 15,000-gallon reserve fuel tanks, new natural gas lines, and a dedicated loading dock. The scope also covers the installation of new underground utility lines (sanitary, storm, water, gas), running additional water lines to campus buildings for hot water supply, tree removal, and landscaping. All work must adhere to VA, federal, state, and local standards, with minimal disruption to VAMC operations during typical duty hours (07:00-16:30 EST, Mon-Fri).

Contract Details

This is a Firm-Fixed-Price contract with an estimated period of performance of 730 calendar days from the Notice to Proceed. The estimated magnitude of construction is between $20,000,000 and $50,000,000. The designated NAICS Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a size standard of $19.0 million, though a NAICS code challenge is currently pending with the SBA.

Submission & Evaluation

Proposals must be submitted in two volumes: Volume I for technical evaluation (including CPARS reports) and Volume II for detailed pricing. Evaluation criteria include Specialized Experience (40%), Phasing (20%), Past Performance (20%), Professional Staff Qualifications (12%), and Capacity (8%), with Pricing evaluated as Acceptable/Unacceptable. Offerors must be registered with SAM.gov and certified as an SDVOSBC at veterans.certify.sba.gov. Joint Ventures must comply with 13 C.F.R. 128.402.

Key Documents & Amendments

Several amendments and key documents have been released:

  • Amendment 0004 (Jan 14, 2026): Extended the proposal due date to February 10, 2026, 10:00 AM EST, provided answers to RFIs, and included the Site Visit Sign-In sheet. No further site visits or RFIs will be accepted.
  • Bid Addendum 2 (Jan 12, 2026): Provided responses to Bid RFIs, VA Fire Life Safety Comments, and MDE Approved Plans. Clarified Alternate No. 1 regarding the deletion of mezzanine level fit out.
  • Geotechnical Engineering Report: Provides critical data on subsurface conditions, earthwork, and foundation design.
  • Fire Alarm Plan (FA101): Details fire alarm system requirements, including hazardous location devices.
  • Asbestos & Lead Survey & Analysis Report (HAZMAT): Identifies presence of ACM and LBP in boiler rooms, crucial for compliance and safety planning.
  • Pre-Construction Risk Assessment (PCRA): Outlines safety and risk management protocols for "Large Scale" construction activities.
  • Door Hardware Specifications (087100): Details requirements for door hardware, including compliance with ABAAS, IBC, and NFPA 80.

Important Notes

The VA is awaiting a response from the SBA regarding a NAICS code challenge, which has influenced the extension of the response date. An additional amendment will be posted if further extensions are necessary. All questions have been addressed, and no new RFIs will be accepted.

People

Points of Contact

Liana J HollandContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download

Versions

Version 11
Pre-Solicitation
Posted: Feb 25, 2026
View
Version 10
Pre-Solicitation
Posted: Feb 23, 2026
View
Version 9
Pre-Solicitation
Posted: Feb 9, 2026
View
Version 8Viewing
Pre-Solicitation
Posted: Jan 14, 2026
Version 7
Pre-Solicitation
Posted: Dec 4, 2025
View
Version 6
Pre-Solicitation
Posted: Dec 1, 2025
View
Version 5
Pre-Solicitation
Posted: Nov 13, 2025
View
Version 4
Pre-Solicitation
Posted: Nov 13, 2025
View
Version 3
Pre-Solicitation
Posted: Nov 13, 2025
View
Version 2
Pre-Solicitation
Posted: Nov 13, 2025
View
Version 1
Pre-Solicitation
Posted: Oct 20, 2025
View