Z2DA--542-23-105 | Temporary Boiler Stub-outs | NCO 4 Construction East (VA-25-00031452)
ID: 36C24425R0061Type: Solicitation
AwardedAug 15, 2025
$4.8M$4,810,133
AwardeeHOME MAINTENANCE GROUP LLC CHADDS FORD 19317
Award #:36C24425C0048
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the installation of temporary boiler stub-outs at the Coatesville VA Medical Center, identified as Project No. 542-23-105. The project involves significant construction and electrical work, including the installation of block valves, connections for boiler feed lines, and the establishment of a temporary control room, all while ensuring compliance with safety and operational standards. This initiative is crucial for maintaining reliable steam supply and operational integrity during ongoing construction activities, reflecting the VA's commitment to modernizing healthcare facilities. Interested contractors should note that the submission deadline for proposals has been extended to July 17, 2025, and can contact Contract Specialist Vanessa V Chmielewski at vanessa.chmielewski@va.gov for further details. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline anticipated by April 15, 2026.

    Point(s) of Contact
    Vanessa V ChmielewskiContract Specialist
    vanessa.chmielewski@va.gov
    Files
    Title
    Posted
    The document outlines the requirements and specifications for the Temporary Boiler Stub Outs project at the Coatesville VA Medical Center in Pennsylvania. The primary objective is to prepare the site for constructing integrating temporary boiler systems into the existing operations while ensuring safety, compliance, and minimal disruption to healthcare services. Key components include significant construction work, removal of Asbestos Containing Materials (ACM) and Lead-Based Paint (LBP), installation of mechanical, plumbing, and electrical systems, and adherence to strict safety and operational protocols. The contractor must provide a comprehensive project schedule, including coordination with third-party inspections, record daily logs, and ensure all personnel meet health regulations, such as vaccinations. Safety measures are emphasized throughout the document, requiring inspections, detailed plans, and procedures to safeguard existing environment conditions and operations of the Medical Center. Furthermore, the contractor must ensure that all utilities remain functional during construction, submitting requests for any service interruptions in advance. This project exemplifies the VA's commitment to modernizing healthcare facilities while ensuring stringent safety and regulatory compliance.
    The document outlines the project details for the temporary boiler stub outs at the Coatesville VA Medical Center, managed by the U.S. Department of Veterans Affairs. Announced as Project No. 542-23-105, with an issue date of December 10, 2024, the project aims to enhance mechanical systems, including boiler houses and security electronics across multiple facilities. It involves collaboration with several engineering firms, including Pennterra Engineering, Inc. and GRW, Inc., and emphasizes strict adherence to safety regulations, infection prevention, and fire protection. Detailed engineering drawings, site plans, and material specifications are provided, outlining construction standards to ensure compliance with local and federal guidelines. The initiative not only aims to improve existing infrastructure but also showcases a commitment to maintaining the quality of care and safety at the medical facility, demonstrating the VA’s dedication to modernizing its services while ensuring regulatory compliance and prioritizing patient safety.
    The document outlines the bid specifications for a project at the Coatesville VA Medical Center involving the installation of temporary boiler stub-outs. It details the contractor's responsibilities, which include labor and materials for the project, including connections for steam and condensate, electrical, mechanical, plumbing work, and environmental controls. The contract entails a projected timeline of 270 days for completion and specifies safety, inspection, and quality control protocols. Key points include requirements for hiring a qualified superintendent and adherence to strict safety and security measures, especially regarding confined spaces and hot work. The contractor is tasked with relocating or mitigating hazardous materials like asbestos and lead-based paint. Furthermore, the document highlights construction waste management, environmental protection, and the necessity for precise coordination to prevent disruptions to ongoing medical operations. All activities must comply with VA guidelines to ensure safety, efficiency, and regulatory compliance throughout the project duration, showcasing the VA's commitment to modernizing facilities while safeguarding staff and patient welfare during construction.
    The document outlines the specifications and requirements for the Coatesville VA Medical Center's Temporary Boiler Stub Outs (Project No. 543-23-105). It details the scope of work involved in installing temporary boiler facilities, emphasizing adherence to safety, quality, and operational standards. The document is structured into various divisions, covering general requirements, electrical installations, heating, plumbing, and mechanical systems. Key objectives include ensuring reliable steam supply and maintaining existing operational integrity during construction. This involves detailed plans for temporary services that match the existing boiler plant's performance, continuous inspection by certified professionals, and thorough documentation procedures. It highlights the necessity of accessible equipment for maintenance, clear identification of all components, and compliance with applicable codes and standards. The collaboration between contractors and VA requirements is critical, with specific attention to quality assurance, safety protocols, and equipment compatibility. Overall, the document reflects the VA's commitment to providing functional and safe healthcare facilities while enhancing operational efficiency amidst significant upgrades. These guidelines are essential for contractors seeking to fulfill the government's performance expectations in federal RFPs.
    The Coatesville Veterans Affairs Medical Center (CVAMC) plans to solicit construction of temporary boiler stub-outs as part of a project to enhance their steam supply system. The work involves installation of stub-outs on an outside wall, including block valves for safety, connections for boiler feed water and electrical controls, and installing monitoring equipment. The project aims for a maximum completion period of 270 days and is set aside for small businesses under NAICS code 238220. The estimated construction cost ranges from $1,000,000 to $5,000,000. Contractors must adhere to safety and regulatory standards while coordinating with VA personnel. Key requirements include removing debris, overseeing all labor and tools, and notifying the Contracting Officer of any safety risks. Interested bidders should access solicitation documents on SAM.gov starting May 15, 2025, and must ensure they are registered as certified small businesses. The notice underscores the VA's commitment to improving facility infrastructure while emphasizing compliance with military and industry standards.
    The Department of Veterans Affairs has issued a Request for Proposal (RFP) for a construction project at Coatesville VAMC focusing on installing temporary boiler stub-outs for connecting to the steam supply. This project, identified as Project # 542-23-105, is estimated to fall within the contract value range of $1,000,000 to $5,000,000 and is set aside for small businesses. Proposed work includes installing block valves, connecting boiler feed lines, and electrical controls, all while adhering to relevant safety and code requirements. Contractors must provide proof of OSHA-certified personnel on-site, verify training records, and ensure that all work aligns with necessary liability insurance and worker safety laws. A site visit is scheduled, and key deadlines are established, including submission dates for proposals and requests for information. Contractors are required to comply with various provisions, such as inclusion in the System for Award Management (SAM) and adherence to the Buy American Act, presuming all materials used are sourced domestically as much as possible. This RFP exemplifies the federal government’s commitment to prioritizing small business participation while ensuring safety, compliance, and quality in public sector construction initiatives.
    The document is an amendment to Solicitation No. 36C24425R0061 issued by the Department of Veterans Affairs' Network Contracting Office 4. It relates to the project "Temporary Boiler Stub-Outs," Project No. 542-23-105. This amendment updates the solicitation to include new specifications and drawings necessary for prospective bidders. Specifically, it provides information on three attached documents: Specifications-Volume I, Specifications-Volume II, and Drawings, dated December 10, 2024. The amendment outlines the required acknowledgment of the amendment by bidders and retains the original contractual terms unless specifically altered by this documentation. The updates are aimed at clarifying project requirements to facilitate compliant bidding, ensuring that future construction meets established standards and specifications. The amendment is signed by Elizabeth Wilson, the contracting officer, affirming its authority and validity for contractors interested in this government procurement opportunity.
    The amendment to Solicitation 36C24425R0061 from the Department of Veterans Affairs relates to Project No. 542-23-105, focusing on the installation of temporary boiler stub-outs. This document addresses contractor inquiries and provides necessary clarifications, including the contractor's responsibilities for supplying and installing temporary boiler equipment, the coordination of Georgia Avenue closure, and specific design requirements for trailer platforms. Key answers outline expectations for signage and traffic management, details on temporary boiler controls, and rental timelines for equipment. The amendment emphasizes the contractor's obligation to remove temporary facilities post-project and provides guidance on evaluation criteria for proposals. A second site visit can be scheduled upon request. Emissions and permit compliance with PADEP are also highlighted as critical factors for the project, as the awarded contractor must ensure adherence to safety regulations and standards. This amendment is a crucial update aimed at optimizing project execution and facilitating compliance with regulatory requirements.
    This document is an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs, Network Contracting Office 4, regarding project number 542-23-105 for Temporary Boiler Stub-Outs. The amendment extends the submission deadline for RFP responses to June 20, 2025, at 10:00 AM EDT. It informs all potential bidders that this deadline modification is part of an ongoing solicitation process, and additional information will be provided in forthcoming amendments. The document emphasizes the importance of acknowledging receipt of the amendment to ensure that proposals are accepted without issue. Overall, this amendment serves to facilitate the bidding process and ensure transparency with potential contractors.
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for Project #: 542-23-105, focusing on the construction of Temporary Boiler Stub-outs. The RFP has been amended to extend the submission deadline to July 3, 2025, and to clarify evaluation criteria and submission requirements. The government seeks to select a contractor through a “Best Value” tradeoff process, emphasizing Technical Capability and Past Performance alongside Price. Offerors must submit detailed proposals, structured into two volumes: Technical Proposals and Price Information. Technical Proposals should include a narrative addressing the contractor’s team and construction approach, with emphasis on innovative methods. Past Performance must highlight recent and relevant construction projects, demonstrating the contractor's capability in projects of similar scope and value. Price Information must be presented in a well-structured format, detailing costs associated with various components of the project. The evaluation process will consider technical merits and past performance independently before a price evaluation, culminating in a comprehensive review to ensure the best value to the government. This solicitation underscores the importance of compliance, effective communication, and a strategic approach to project execution in a government contracting environment.
    The document outlines an amendment to solicitation 36C24425R0061 issued by the Department of Veterans Affairs (VA) for Project 542-23-105, concerning the temporary installation of boiler stub-outs. The amendment includes an extension of the deadline for offer submissions to July 17, 2025, and outlines changes in various project details, including modifications to general requirements and construction drawings. The project entails significant construction and electrical work, including installations for boiler operations, a temporary control room, driveway repairs, and integration of monitoring systems. The base contract, known as Contract Line Item Number (CLIN) 0001, focuses on general construction and commissioning tasks, anticipating completion by April 15, 2026. A deduct alternate (CLIN 0002) provides an option to reduce costs associated with the temporary boiler's extended operation. The document emphasizes adherence to VA regulations and construction codes, underlining safety and thoroughness in execution as essential for the project's success. This amendment illustrates the federal procurement process's responsiveness to operational needs related to facility management and infrastructure improvements at VA sites.
    Similar Opportunities
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    Z2NB--657-26-110JB - Upgrade Boiler Safety Valves , STL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Upgrade Boiler Safety Valves, STL," located at the Jefferson Barracks VA in St. Louis, MO. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement and upgrade of eight steam safety valves within the steam boiler system in Building 75 to enhance facility safety and efficiency. The contractor will be responsible for all labor, materials, equipment, and related services, including boiler shutdown/restart, scaffolding, and leak testing, with an estimated project cost ranging from $150,000 to $500,000 and a performance period of 180 calendar days. Interested contractors must be registered in SAM and VetCert, with the solicitation package expected to be available by December 19, 2025, and proposals due around January 15, 2026. For further inquiries, contact Kevin M. Farrell at kevin.farrell@va.gov or by phone at 913-946-1168.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    J045--Newington Campus BEI Corrections Updated SOW
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for safety deficiency corrections at the Newington Campus Boiler Plant within the VA Connecticut Healthcare System. The project aims to address critical safety concerns identified by the Boiler Efficiency Institute, Inc. (BEI) through necessary repairs and upgrades to Boilers 1 and 2, along with general site corrections to ensure compliance with VA Directive 1810 and other applicable regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, emphasizing the importance of maintaining safe and efficient boiler operations in healthcare facilities. Interested contractors must submit their quotes by December 19, 2025, following a mandatory pre-bid walkthrough on December 10, 2025, and can contact Nathan Langone at Nathan.Langone@va.gov or 603-624-4366 for further details.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.