J045--ANNUAL BOILER Maintenance Base Plus 4 Option Years for ECHCS
ID: 36C25926Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for annual boiler maintenance services for the Eastern Colorado Healthcare System (ECHCS), with a contract that includes a base year and four option years. The procurement requires comprehensive maintenance, inspection, and testing of four Cleaver Brooks boilers, a de-aerator tank, and a condensate/surge tank, ensuring compliance with safety standards and operational efficiency. This contract is critical for maintaining the functionality and safety of the healthcare facility's boiler systems, which are essential for heating and operational processes. Interested vendors must submit their quotes by November 21, 2025, at 16:00 MT, and can direct inquiries to Contract Specialist Natasha Holland at natasha.holland@va.gov or by phone at 303.712.5753.

    Point(s) of Contact
    Natasha HollandContract Specialist
    (303) 712-5753
    natasha.holland@va.gov
    Files
    Title
    Posted
    Amendment 0001 to RFQ 36C25926Q0011 for annual boiler maintenance at the Eastern Colorado Healthcare System (ECHCS) extends the quote deadline to November 13, 2025, at 14:00 MT. A mandatory site visit is scheduled for November 6, 2025, at 10:00 AM MT at the Rocky Mountain Regional VA Medical Center, with confirmation required by November 3, 2025. Questions are due by November 7, 2025, at 08:00 AM MT. Key clarifications include the requirement for H Stamp welding certification for boiler work, the need to replace eight relief valves set at 135 PSI and 140 PSI, and an update to the National Board Inspection Code reference from Part RB to Part 2. Unscheduled emergency repairs will be a "not to exceed" item, requiring vendors to acknowledge potential unplanned maintenance within contracted limits.
    This amendment (0002) to RFQ 36C25926Q0011 addresses annual boiler maintenance for the Eastern Colorado Healthcare System (ECHCS) by posting an updated Statement of Work (SOW) dated November 13, 2025, and answering vendor questions. Key clarifications include: combustion tuning is done a week after annual boiler inspections; De-aerator (DA) and Condensate tanks can be inspected during internal boiler inspections; DA tanks require 6-year magnetic particle testing; the contractor is responsible for cleaning boilers and tanks before inspections; the VA will provide gaskets; safety pressure relief valves need semi-annual testing and certification. Crucially, all requirements concerning the removal and upgrade of existing valves have been removed from the SOW. The quote deadline is November 21, 2025, at 16:00 MT. This is a new requirement with no incumbent, and a site visit was not mandatory.
    Amendment 0003 to RFQ 36C25926Q0011 extends the quote deadline for the annual boiler maintenance contract for the Eastern Colorado Healthcare System (ECHCS) by the Department of Veterans Affairs. The new deadline for submissions is November 21, 2025, at 16:00 Mountain Time. This extension provides additional time for interested parties to submit questions and for the contracting office to provide answers, with Amendment 0002 to be posted once all questions are addressed. The solicitation, identified by product service code J045 and NAICS code 238220, is a set-aside for the SBA.
    This Combined Synopsis/Solicitation Notice (RFQ #: 36C25926Q0011) from the Department of Veterans Affairs seeks quotes for annual boiler maintenance, including base and four option years, for the Eastern Colorado Healthcare System. The procurement is a 100% small business set-aside under NAICS code 238220. Quotes are due by 14:00 MT on October 30, 2025, and must be emailed to natasha.holland@va.gov and Thaddeus.gray@va.gov. The solicitation outlines line items for annual maintenance, unscheduled repairs, and emergency repairs with "not to exceed" amounts. Offerors must be OEMs or authorized dealers, and "gray market" items are prohibited. Evaluation factors are technical capability, past performance, and price, with technical capability and past performance being more important than price. Offerors need to provide technical proposals, past performance references, and complete the pricing schedule. All offerors must be registered in SAM and, if applicable, VIP verified for veteran-owned small businesses. The contract duration, including options, will not exceed 5 years and 6 months.
    This Statement of Work outlines the requirements for semi-annual inspection, safety device testing, and calibration of boiler plant burners, controls, instruments, and data management at the Department of Veterans Affairs – Eastern Colorado Healthcare BOILER PLANTS. The objective is to ensure optimal performance, safety, and compliance with federal and industry standards. Key areas include combustion analysis, pressure relief valve replacement, 5-year inspections with magnetic particle testing, and H stamp welding. Technicians must be highly qualified with specific experience and familiarity with relevant codes and directives. The document details site-specific equipment, extensive inspection and calibration procedures, burner performance requirements, and reporting guidelines, including immediate notification of safety deficiencies. It also covers annual internal and external boiler and deaerator inspections, repair protocols, emergency call-out services, work scheduling, and contractor responsibilities regarding resources, record management, and training. The work will be performed at the Rocky Mountain Regional VA Medical Center for a base year and four option years.
    The Department of Veterans Affairs' Eastern Colorado Healthcare is seeking semi-annual boiler maintenance, inspection, and testing services. This includes combustion analysis, safety device testing, pressure relief valve replacement, 5-year inspections with magnetic particle testing, and H stamp welding services. Technicians must have at least one year of trade school and five years of experience with institutional and industrial boiler plants, demonstrating familiarity with relevant codes and directives. The contract covers four Cleaver Brooks boilers, a deaerator tank, and a condensate/surge tank. The work involves comprehensive inspections, testing, and calibration of boiler components and controls, with specific performance requirements for burners and detailed reporting mandates. Repairs for identified deficiencies and up to six emergency call-outs per year are also part of the scope. The contractor must provide all necessary resources, and work will be performed at the Rocky Mountain Regional VA Medical Center for a base year and four option years, adhering to strict scheduling, safety, and records management protocols.
    This Statement of Work outlines requirements for semi-annual inspection, safety device testing, and calibration of boiler plant burners, controls, instruments, and data management at the Department of Veterans Affairs – Eastern Colorado Healthcare. The contract covers four Cleaver Brooks boilers, a de-aerator tank, and a condensate/surge tank, specifying maintenance frequencies from semi-annual to every six years for magnetic particle testing. Technicians must be highly qualified, possessing specific experience and familiarity with relevant codes and directives. The work involves comprehensive visual inspections, performance testing of safety interlocks, combustion analysis, and instrument calibration. Detailed reporting within one week of inspection is mandatory, including findings and recommendations. The document also specifies annual boiler inspections, emergency repair procedures, and the contractor's responsibility to provide all necessary resources. The period of performance is a one-year base with four option years at the Rocky Mountain Regional VA Medical Center.
    The Past Performance Questionnaire is a critical document used in government contracting to evaluate a contractor's past performance. It requires detailed information on services performed, including objectives, scope, achievements, and challenges, along with the contract's complexity, performance dates, and total value. The questionnaire also gathers organizational details of the company being reviewed and relevant contract numbers. A key section involves a performance rating, where the contractor is rated as Outstanding, Satisfactory, or Unsatisfactory, with mandatory additional comments for ratings other than satisfactory. The document concludes with a verification section for accuracy and authorization, emphasizing its role in assessing a contractor's reliability and capability for future government projects.
    This Wage Determination (No. 2015-5419, Revision 30, dated 08/07/2025) outlines minimum wage rates and fringe benefits for service contract employees in specific Colorado counties (Adams, Arapahoe, Broomfield, Clear Creek, Denver, Douglas, Elbert, Gilpin, Jefferson, Park). It details two Executive Orders: EO 14026 for contracts entered into or renewed after January 30, 2022, requiring at least $17.75/hour; and EO 13658 for contracts awarded between January 1, 2015, and January 29, 2022, requiring at least $13.30/hour. Both rates are adjusted annually. The document lists wages for various occupations, including administrative, automotive, food service, health, IT, and maintenance roles. It also specifies health and welfare benefits ($5.55/hour or $5.09/hour if covered by EO 13706 for paid sick leave), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover computer employees (exemptions), air traffic controllers/weather observers (night/Sunday pay), hazardous duty differentials, and uniform allowances. A conformance process is detailed for unlisted occupations using SF-1444.
    VHA Directive 1810 outlines policies and responsibilities for safe and efficient boiler and boiler plant operations in VA medical facilities. It updates previous guidelines, expands technical requirements, and assigns specific duties to various VHA leadership roles, from the Under Secretary for Health to individual medical facility directors. Key aspects include regular inspections, mandatory training for operators (including "Safe Steamin'" courses and NFPA 70E compliance), strict record-keeping, and detailed emergency procedures like load-shedding and fuel reserves. The directive emphasizes continuous monitoring, timely repairs of safety devices, and adherence to national codes and standards to ensure patient, staff, and visitor safety, as well as operational efficiency and protection of government assets. It also details notification requirements for OHE regarding new installations, equipment changes, incidents, and deviations from policy.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Stockton Outpatient Clinic Boiler Plant Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler plant maintenance services at the Stockton Outpatient Clinic, part of the VA Northern California Health Care System. The contractor will be responsible for comprehensive maintenance, including burner management systems, boiler inspections, preventative maintenance, and emergency call-back services, ensuring compliance with NFPA codes, TJC standards, and OSHA regulations. This maintenance is crucial for the safe and efficient operation of the facility's heating systems, which include specific Cleaver Brooks and Intellihot boiler models. The contract period begins on February 1, 2026, and extends through January 31, 2031, with a total of four option years. Interested parties should contact David J. Alvarez at david.alvarez4@va.gov for further details and must acknowledge receipt of the solicitation amendment by the specified deadline to remain eligible for consideration.
    Boiler / Chiller Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    J045--Boiler Safety Device Testing/Inspection Services
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit proposals for Boiler Safety Device Testing and Inspection Services for the Central Arkansas Veterans Healthcare System located in Little Rock/North Little Rock, Arkansas. The procurement aims to secure a contractor capable of providing essential testing and inspection services for the facility's central high-pressure boiler plant, which is critical for heating, air conditioning, and sterilization processes. Interested vendors must register in the System for Award Management (SAM) and are encouraged to express their interest or submit questions to Contracting Officer Arlene A. Blade at arlene.blade@va.gov. The Request for Quotation (RFQ) is expected to be posted on or around December 16, 2025, and the NAICS code for this opportunity is 238220, with a small business size standard of $19 million.
    J044--Mt. Home Boiler Analysis/Tuning
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking proposals for a boiler combustion analysis and tuning project at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors, who must be verified in the SBA Dynamic Small Business Search (DSBS), and involves a firm-fixed-price purchase order with a performance period from December 15, 2025, to December 14, 2026. The scope of work includes verifying fuel pressures, conducting flue gas combustion analysis, optimizing air-fuel combustion curves for three Nebraska D-Type Watertube Boilers, and providing detailed flue gas analysis reports for both natural gas and No. 2 fuel oil. Interested contractors should contact Adrian King at Adrian.King@va.gov for further details, and must ensure compliance with various FAR and VAAR clauses as outlined in the solicitation documents.
    Boiler Water Treatment and Boiler commissioning Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    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.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    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, 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.
    J045--Newington Campus BEI Corrections *Site Visit Update*
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for safety deficiency corrections at the VA Connecticut Healthcare System's Newington Campus Boiler Plant. This procurement, designated as RFQ 36C24126Q0062, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves critical repairs and upgrades to Boilers 1 and 2, as well as general site corrections, to ensure compliance with VA Directive 1810 and other applicable regulations. The work is essential for maintaining the operational safety and efficiency of the facility's boiler systems, following an inspection by the Boiler Efficiency Institute, Inc. Interested vendors must attend a mandatory pre-bid walkthrough on December 10, 2025, and submit their quotes by December 19, 2025, at 5:00 PM EST. For further inquiries, contact Nathan Langone at Nathan.Langone@va.gov or by phone at 603-624-4366.
    J030--Request for Quote Emergency Generator Repairs Baltimore VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to perform emergency generator repairs at the Baltimore VA Medical Center. The procurement involves corrective maintenance on six Cummins Allison diesel generators, requiring restoration to original equipment manufacturer (OEM) standards, including repairs to leaks, exhaust systems, and fuel pumps, while adhering to NFPA, EPA, and OSHA regulations. This contract is crucial for maintaining reliable emergency power infrastructure at the facility, ensuring compliance with safety and operational standards. Interested parties must submit their quotes by December 22, 2025, at 13:00 Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at Patricia.Thai@va.gov.
    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.