Project 546-22-110 - Construct a New Boiler Building and Controls in the Old Incinerator Area Expand/Move Graphic Control
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 Contracting Office 8, is soliciting proposals for Project 546-22-110: Construct a New Boiler Building and Controls at the Bruce W. Carter VA Medical Center in Miami, FL. This unrestricted, Firm-Fixed-Price opportunity, valued between $20M and $50M, aims to upgrade the facility's steam generation and auxiliary systems. Proposals are due May 8, 2026, at 11:00 am EST.
Purpose & Scope
This project involves the construction of a new two-story utility building (approx. 5,000 sq ft per story) and renovation of existing areas (approx. 1,665 sq ft). The scope includes installing three new 400-horsepower (HP) boilers, constructing a Boiler Control Room, and expanding/relocating the graphic control system. A critical component is the provision, installation, and full maintenance of two 400 HP rental, stand-alone, dual-fuel mobile temporary boilers for continuous steam supply during the 1095-day (3-year) construction period. The project also requires demolition and disposal of existing boilers and ancillary equipment, compliance with 100% Design, Narrative, Addendum, and Specifications, and training for VA Boiler Plant Personnel.
Contract Details & Key Dates
- Contract Type: Firm-Fixed-Price
- Estimated Magnitude: $20,000,000 to $50,000,000
- Period of Performance: 1095 Calendar Days from Notice to Proceed (NTP)
- Set-Aside: Unrestricted (No set-aside applies)
- Site Visit: April 13, 2026, at 09:00 am EST
- Proposals Due: May 08, 2026, at 11:00 am EST
- Submission: Via email to Aldwyn.Singleton@va.gov and Jean.Pierre1@va.gov
Submission & Evaluation
Proposals will be evaluated based on Technical Approach (Specialized Experience, Technical/Management Approach, Project Planning/Scheduling, Energy Efficiency/Environmental Impact), Past Performance, and Price. Technical Factors and Past Performance combined are significantly more important than Price. Offerors must be registered in SAM, provide a Bid Guarantee (20% of proposal price or $3,000,000, whichever is less), and will be required to furnish Payment and Performance Bonds upon award. Funds are contingent upon appropriation.
Key Requirements & Notes
Bidders must complete and submit specific forms, including a Base Offer Price Breakdown (CSI-organized Excel template), Specialized Experience Information Sheet, and Past Performance Questionnaires. Mandatory pre-award requirements include an Experience Modification Rate (EMR) not exceeding 1.0 and compliance with OSHA 300 forms data. The solicitation also requires adherence to VAAR 852.219-75 regarding subcontracting limitations (e.g., 85% for general construction to certified SDVOSB/VOSB firms). Personnel roles such as Superintendent and Quality Control Manager cannot be "double-hatted." Strict environmental and safety protocols, including a Site-Specific Health and Safety Plan (HASP) and Soil Management and Dust Control Plan for contaminated soil (arsenic), and compliance with VHA Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) are mandatory. PCI certification (A1) is required for precast fabricators and steel erectors.