Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the 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 26, 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) is soliciting proposals for Project 512-23-154, "Construct Consolidated Boiler Spaces" at the Loch Raven VAMC in Baltimore, MD. This project involves the demolition of existing structures and the construction of a new ~5,000 sq ft blast-resistant building to house three boilers and related infrastructure. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 26, 2026, at 3:00 PM EST.

Scope of Work

The project encompasses comprehensive construction, including architectural, mechanical (heavy plumbing concentration), and electrical components, along with extensive site preparation and landscaping. Key deliverables include:

  • Construction of a ~5,000 sq ft PSRDM-compliant blast-resistant building for boilers and a control room.
  • Installation of two 15,000-gallon reserve fuel tanks, new natural gas lines, and a dedicated loading dock.
  • Demolition of existing mechanical equipment and structures.
  • Installation of new underground utility lines (sanitary, storm, water, gas) and additional water lines to campus buildings for hot water supply.
  • Tree removal and landscaping. Work must adhere to all VA, federal, state, and local standards, guidelines, and regulations, performed during typical duty hours (07:00-16:30 EST, Mon-Fri) with minimal campus disruption.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: 730 calendar days from Notice to Proceed.
  • Estimated Magnitude: Between $20,000,000 and $50,000,000.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a size standard of $19.0 million.

Key Requirements & Technical Details

Bidders must thoroughly review provided documentation, including:

  • Geotechnical Engineering Report: Essential for understanding subsurface conditions, earthwork, and foundation design.
  • Hazardous Material Investigation (HAZMAT): Asbestos and Lead Survey & Analysis Report for boiler rooms, critical for planning abatement/remediation and ensuring worker safety.
  • Fire Alarm Plan (FA101): Specifies fire alarm system requirements, including explosion-proof devices for hazardous locations and integration with sprinkler/access control systems.
  • Drawings & Specifications: Comprehensive architectural, engineering, mechanical, electrical, plumbing, and fire protection drawings, along with detailed specifications for materials, installation, and quality assurance. Deduct alternates are specified for pricing strategies.
  • Pre-Construction Risk Assessment (PCRA): Outlines safety and risk management protocols, including control measures and hazard analyses, particularly relevant for "Large Scale" activities.
  • Civil Plans: MDE-stamped and approved plans for sediment control and stormwater management, site logistics, and utility installations.

Submission & Evaluation

  • Proposals Due: February 26, 2026, at 3:00 PM EST.
  • Submission: Two volumes required: Volume I for technical evaluation (including CPARS reports) and Volume II for detailed pricing.
  • Evaluation Criteria: Specialized Experience (40%), Phasing (20%), Past Performance (20%), Professional Staff Qualifications (12%), Capacity (8%), and Pricing (Acceptable/Unacceptable).
  • Eligibility: Contractors must be registered with SAM.gov and certified with https://veterans.certify.sba.gov/. Joint Ventures must comply with 13 C.F.R. 128.402.

Important Notes

A site visit was held on December 9, 2025, and no further site visits will be arranged. No additional Requests for Information (RFIs) will be accepted. The VA is awaiting a response from the SBA regarding a NAICS code challenge, which has led to previous response date extensions.

Contact Information

Contracting Officer: Liana J Holland (Liana.Holland@va.gov).

People

Points of Contact

Liana J HollandContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
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 9Viewing
Pre-Solicitation
Posted: Feb 9, 2026
Version 8
Pre-Solicitation
Posted: Jan 14, 2026
View
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