Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
ID: 36C25525R0138Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.

    Point(s) of Contact
    Jennifer HillContract Specialist
    (913) 946-1144
    Jennifer.Hill@va.gov
    Files
    Title
    Posted
    The Jefferson Barracks VA Health Care System is initiating a project (VA Project Number: 657-24-109JB) to replace hot water generators in Buildings 24, 51, and 53. This project involves comprehensive mechanical upgrades, including demolition, new equipment installation, and adherence to strict safety and infection control protocols. Key contacts include Gene Kengovskiy (COR) and Dave Haun (DAE). The project requires detailed coordination, including construction scheduling, staging, debris management, and security clearances, as buildings will remain occupied. Stringent measures for noise, odor, and material handling are outlined. The plan emphasizes specific requirements for utility shutdowns, firestopping, fire alarm/sprinkler systems, and interim life safety measures (ILSM). The project also mandates Class IV Infection Control Risk Assessment (ICRA) precautions, given the medical environment, and includes detailed mechanical schedules and piping diagrams. The overall goal is to modernize critical infrastructure while maintaining safety and operational continuity.
    This government file details a project to replace hot water generators in Buildings 24, 51, and 53 at the Jefferson Barracks Campus of the VA Health Care System in St. Louis, MO. The document outlines comprehensive demolition and new installation plans for mechanical and electrical systems, including detailed notes for each building. The mechanical demolition involves removing existing hot water generators, associated piping (DCW, DHW, DHWR, HPS, MPCR), and related equipment. Temporary water heater services will be implemented to maintain domestic water supply during the process. The new mechanical installations include connecting new hot water generators, pumps, and associated piping systems (HPS, DCW, DHW, DHWR, MPCR) to existing infrastructure, often requiring new concrete pads. Electrical plans involve disconnecting and removing existing electrical conduit and wiring from old hot water heaters, while new electrical work focuses on connecting the new hot water generators and circulation pumps to existing or new electrical panels with appropriate conduits, wiring, and breakers. The project emphasizes adherence to VHA infection control risk assessment (ICRA) requirements and compliance with electrical codes.
    The government file details Project Number 657-24-109JB, focusing on replacing hot water generators in Buildings 53, 51, and 24 at the Saint Louis VA Health Care System, Jefferson Barracks. The project involves extensive general construction, alterations, mechanical, plumbing, and electrical work, including demolition and removal of existing domestic water heating and piping equipment, and installation of new semi-instantaneous steam to water generators. The contract period is 365 calendar days. Key requirements include strict adherence to safety, security, and waste management protocols, detailed project schedules using the Critical Path Method, and comprehensive warranty management. The contractor must coordinate closely with the VA, manage site access, and ensure minimal disruption to the medical center's 24/7 operations. The document also outlines procedures for site surveys, utility usage, testing, and instruction for VA personnel on new equipment.
    The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has issued Amendment 0002 to Solicitation Number 36C25525R0138 for project 657-24-109, which involves replacing hot water generators in buildings B53, B51, and B52. This amendment extends the deadline for receiving offers to December 1, 2025, at 10:00 AM CST. A subsequent amendment will provide a sign-in sheet and answers to submitted questions. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to solicitation 36C25525R0138, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 15, extends the proposal submission due date to December 8, 2025, at 3:00 PM CST. This amendment addresses questions submitted by contractors for project 657-24-109JB, which involves replacing hot water generators in buildings B53, B51, and B24. It includes revised specifications and drawings that supersede previous versions, incorporating answers to the submitted questions. Additionally, the amendment publishes the site visit agenda and sign-in sheet from the October 23, 2025, site visit. All other terms and conditions of the solicitation remain unchanged.
    The Department of Veterans Affairs, NCO-15, issued Solicitation Number 36C25525R0138 for a construction contract to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis VA Medical Center. The project, valued between $500,000 and $1,000,000, falls under NAICS Code 238220 (Plumbing, Heating, and Air-Conditioning Contractors). Proposals are due by November 17, 2025, 10:00 AM (Central Time), and will be evaluated using a Best Value-Tradeoff process based on factors including contractor experience, project execution, key personnel experience, safety plan, past performance, and price. A mandatory site visit is scheduled for October 23, 2025. Contractors must be certified in SBA VetCert and registered in SAM.gov, and submit electronic proposals with a physical bid bond. The government intends to award a single Firm-Fixed-Price contract.
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for project 657-24-109JB, aimed at replacing old and failing hot water generators in Buildings 24, 51, and 53 at the St Louis VAMC Jefferson Barracks. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), involves the demolition and removal of existing hot water heating and piping equipment, and the installation of new systems. Specifically, Building 24 will receive two new horizontal instantaneous steam water heaters, Building 51 will get two identical semi-instantaneous vertical packaged steam water heaters, and Building 53 will also have two semi-instantaneous vertical packaged steam water heaters to replace existing units that do not meet Legionella prevention requirements. The contractor will be responsible for all supervision, tools, labor, materials, equipment, transportation, incidentals, and testing, encompassing general construction, alterations, mechanical, plumbing, and electrical work, all in accordance with VA and local codes. The response date for this solicitation is September 18, 2025.
    The Jefferson Barracks VA Health Care System is undertaking Project Number 657-24-109JB to replace hot water generators in Buildings 24, 51, and 53. This project involves the demolition of existing mechanical systems and the installation of new hot water generation equipment. Key considerations include maintaining building occupancy during construction, strict adherence to Infection Control Risk Assessment (ICRA) Class III/IV precautions due to the healthcare environment, and detailed logistical planning for debris removal, temporary utility provisions, and construction scheduling. The project emphasizes coordination with VA staff for security, access, and utility shutdowns, ensuring minimal disruption to ongoing operations while modernizing critical infrastructure for the VA campus.
    The project, "FCA - Replace Hot Water Generators in Buildings 53, 51 & 24" (Project Number: 657-24-109JB), is an initiative by the Saint Louis VA Health Care System at Jefferson Barracks. The main goal is to replace existing steam-to-domestic water heaters with new semi-instantaneous steam-to-water generators across three buildings (24, 51, and 53). The project involves general construction, alterations, mechanical, plumbing, and electrical work, including demolition of old equipment and installation of new systems. The contract period is 365 calendar days. Key requirements include strict safety protocols, infection control, detailed project schedules, and adherence to VA and local codes. The contractor is responsible for a comprehensive warranty management plan, as-built drawings, and providing training to VA personnel for new equipment. The document emphasizes security, utility coordination, and proper disposal of materials, ensuring minimal disruption to the Medical Center's 24/7 operations.
    The government file, 36C25524AP3679 - 657-24-109JB, details the replacement of hot water generators in Buildings 53, 51, and 24 at the St. Louis VAMC. This document is a Q&A tracking sheet addressing various technical and procedural questions from contractors. Key points include the requirement for commissioning, contractor responsibility for a "labor only" warranty on owner-furnished equipment, and the need for temporary hot water in Building 53 due to a non-operational existing unit. The project specifies that Cemline products meet Buy American Act requirements, and A307 bolts are no longer allowed. Contractors are responsible for all associated expenses, including taxes and equipment deposits. The VA will accept Procore for submittals and will approve payments for stored materials. Importantly, the project is not sales tax-exempt, and there will be no economic price adjustment clause. The NAICS code is 238220 with a $19 million small business size standard. No asbestos or lead-based paint is expected to be disturbed. Other details cover site logistics, parking, badging, and environmental protection plans.
    The document "VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction" outlines the Department of Veterans Affairs (VA) requirements for contractors regarding subcontracting limitations under 38 U.S.C. 8127(k)(2). Offerors must certify that if awarded a contract, they will comply with specific percentages for subcontracting to firms not listed as VIP-listed SDVOSBs or VOSBs. For services, contractors cannot pay more than 50% to non-VIP-listed firms; for general construction, this limit is 85%; and for special trade construction, it is 75%. The document clarifies that work further subcontracted by similarly situated VIP-listed subcontractors counts towards these limits, and material costs are generally excluded from calculations in construction contracts. It also warns offerors about the severe penalties for false certifications, including criminal, civil, or administrative actions. Contractors must be prepared to provide documentation to the VA to demonstrate compliance, and failure to do so may result in remedial action. A formal certification must be completed, signed, and returned with the offeror's bid, as offers without it will be deemed ineligible for evaluation and award.
    The Pre-Proposal Conference for Solicitation 36C25525R0138 addresses the replacement of hot water generators in Buildings B53, B51, and B52 at the St. Louis Jefferson Barracks VAMC. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 238220. The estimated cost ranges from $500,000 to $1,000,000, with a 365-calendar day period of performance. Key contractual requirements include a 25% prime contractor labor performance, active SAM and VetCert registrations, and current Vets 4212 reporting. Proposals, consisting of technical and price components, must be submitted electronically, with original bid bonds mailed separately. The selection process is a Best Value Trade-Off, with non-price factors (Construction Experience, Project Execution, Key Personnel Experience, Safety Plan, Past Performance) being significantly more important than price. Offerors must provide a surety letter for bonding capability and include state sales tax in their price proposals. All questions must be submitted in writing to Jenna Hill and Tonesha King by October 29, 2025, at 3:00 PM Central.
    Similar Opportunities
    Y1DA--657-26-109JB, Upgrade Master Boiler Program Logic Controls l STL
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to participate in a Sources Sought Announcement for the Upgrade Master Boiler Program Logic Controls at the St. Louis Jefferson Barracks, MO VAMC (Project 657-26-109JB). The objective of this procurement is to replace outdated hardware and software in the Plant Master Panel, three boiler PLCs, and the SCADA system with modern, supported platforms, ensuring improved reliability and safety. This project, estimated to cost between $250,000 and $500,000, requires contractors to provide all necessary labor, materials, and resources while adhering to specified regulations and standards. Interested firms must submit a Capability Statement by December 10, 2025, detailing their experience and socio-economic status under NAICS code 238220, and should contact Kevin A. Mahoney at kevin.mahoney3@va.gov for further information.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    Y1EB--Project 512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD 21218-2100
    Buyer not available
    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, demolition of existing structures, and installation of mechanical, plumbing, electrical, and fire protection systems, with an estimated construction cost between $20 million and $50 million. The initiative is crucial for modernizing the VA Medical Center's infrastructure and ensuring compliance with safety and regulatory standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit proposals by January 27, 2026, at 10:00 AM EST, and are encouraged to attend a mandatory site visit on December 9, 2025, at 10:00 AM EST. For inquiries, contact Contracting Officer Liana J Holland at Liana.Holland@va.gov.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Y1NZ--598-23-107 Med Gas Deficiencies
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a project titled "Y1NZ--598-23-107 Med Gas Deficiencies," aimed at addressing medical gas deficiencies at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and involves comprehensive construction work, including leak repairs, installation of new fittings, wiring, and controls, as outlined in a 2022 Medical Gas Analysis report. The project is valued between $2,000,000 and $5,000,000, with a performance period of 240 calendar days following the issuance of the Notice to Proceed, and proposals are due by January 23, 2026. Interested contractors must be VetCert SDVOSB verified, registered in the System for Award Management (SAM), and are encouraged to contact Contract Specialist Julius Jones at Julius.Jones@va.gov for further details.
    Z1DA--Replace Equipment in Mechanical Rooms Project No. 593-23-306 VAMC Las Vegas, NV
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the "Replace Equipment in Mechanical Rooms Project No. 593-23-306" at the VA Medical Center (VAMC) in Las Vegas, NV. The project involves decommissioning and demolishing existing clean steam generators and heating hot water pumps, procuring and installing a new reverse osmosis unit, and modifying existing ductwork, with a total estimated construction value between $2,000,000 and $5,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and the solicitation documents are expected to be available around December 16, 2025, with proposals due by December 5, 2025, at 10:00 AM Pacific Time. Interested parties should direct inquiries to Contract Specialist Christopher Whipple at christopher.whipple@va.gov.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Y1DA--36C25726R0015 | 671-22-118 Replace Cast Iron Drain 2nd and 3rd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cast iron drain lines and the chemical waste system on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project, identified as 671-22-118, requires contractors to provide all necessary labor, materials, and equipment, with a contract value estimated between $500,000 and $1,000,000. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of maintaining operational continuity within the medical center while adhering to strict safety and regulatory standards. Proposals are due by December 9, 2025, at 2:00 PM CDT, and interested parties should contact Cassandra S. King at Cassandra.King@va.gov for further information.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Phase 1 Development of the Jefferson Barracks National Cemetery in St. Louis, Missouri, aimed at expanding the cemetery's burial capacity by 33.6 acres. This project will provide approximately 36,511 new gravesites, including options for casketed and cremation burials, to serve the veteran population in the St. Louis area until fiscal year 2045. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a total performance period of 912 calendar days, with an Early Turnover phase required within 252 days. Interested parties must submit their proposals electronically by December 12, 2025, and can direct inquiries to Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov.