Z2NB--657-26-110JB - Upgrade Boiler Safety Valves , STL
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), specifically Network Contracting Office 15, is soliciting proposals for the Upgrade Boiler Safety Valves project (Project #657-26-110JB) at the Jefferson Barracks VA Medical Center in St. Louis. This is a Firm-Fixed-Price construction contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves replacing and upgrading steam safety valves in Building 75. Proposals are due February 25, 2026, by 12:00 PM CST.
Scope of Work
The contract requires construction services to replace and upgrade a total of eight steam safety valves within the steam boiler system in Building 75. This includes:
- Six Steam Safety Valves on Boiler (SVB): Removal of existing and installation of new SVBs (two types with specific pressure and capacity requirements), requiring flange reducers, upgraded bolts, and potential modification of steam escape piping.
- One Safety Valve Following PRV (SVFPRV): Removal of the existing valve upstream of the Deaerator and installation of a new Kunkle valve with specific pressure and capacity requirements.
- One Deaerator Safety Valve (DASV): Removal of the existing DASV and installation of a new DASV with specific pressure and capacity requirements. The contractor must furnish all labor, supervision, materials, tools, equipment, and temporary structures. Responsibilities include safe shutdown/restart of boilers, scaffolding, leak testing, and disposal of project-related equipment. All new work and equipment must comply with VHA Directive 1810 and "release for construction" project specifications.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 180 calendar days after Notice to Proceed (NTP) issue date.
- Estimated Construction Magnitude: Between $200,000.00 and $1,000,000.00.
- NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors) with a small business size standard of $19.0 Million.
Submission & Evaluation
Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) Source Selection Process. Technical acceptability will be based on five factors: Relevant Past Performance, Prime Contractor Technical Construction Experience, Mechanical Subcontractor Technical Construction Experience, Proposed Key Personnel Qualifications, and Prime Contractor Safety Plan. Proposals must be submitted electronically via email. The government plans to award without discussions but reserves the right to hold them.
Eligibility / Set-Aside
This solicitation is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. All contractors and Joint Ventures must be certified in SBAVetCert (VetCert) and registered in SAM.gov under NAICS 238220. Offerors must comply with subcontracting limitations for SDVOSBs.
Key Dates & Additional Notes
- Site Visit: February 13, 2026, 9:00 AM CT (attendance highly encouraged).
- Questions Due: February 20, 2025, 3:00 PM CDT.
- Proposal Due Date: February 25, 2026, 12:00 PM CST.
- A Bid Bond is required and must be included in the emailed proposal.
- Offerors must monitor SAM.gov for any amendments.
- Attachments include detailed specifications, existing equipment drawings, and records management/privacy clauses.