Z2DA--Project #667-25-200 Replace Building 55 1st and 2nd Floor Boiler (Con)
ID: 36C25625R0083-2Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of the first and second floor boiler at Building 55 of the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project, identified as Project #667-25-200, requires contractors to provide all necessary labor, materials, and expertise to complete the installation of a new heating hot water boiler, ensuring compatibility with existing utilities and adherence to safety and infection control measures. This initiative is crucial for maintaining operational efficiency and healthcare standards within the facility, with an estimated construction cost ranging from $250,000 to $500,000. Interested contractors must submit their proposals electronically by May 23, 2025, and are encouraged to review all associated documents and attend the scheduled site visit on April 30, 2025, for further insights into the project requirements. For inquiries, contact Contracting Officer JB Herbst at jennings.herbst@va.gov or 318-466-2241.

    Point(s) of Contact
    JB HerbstContracting Officer
    (318) 466-2241
    jennings.herbst@va.gov
    Files
    Title
    Posted
    The document is a presolicitation notice for the replacement of the 1st and 2nd floor boiler at Building 55 of the Overton Brooks VA Medical Center in Shreveport, LA. The government seeks proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) in compliance with Public Law 109-461. The project, identified as Project #667-25-200, has an anticipated construction cost between $250,000 and $500,000, under the NAICS code 238220. Interested contractors are advised that this notice is an announcement for an upcoming solicitation, with proposals not being requested at this time. The official solicitation is expected to be issued around April 18, 2025, on SAM.gov. The notice outlines the eligibility criteria for SDVOSBs, including registration in the System for Award Management (SAM) and certification in the SBA database. A single site visit will occur, and no additional visits will be allowed. The document emphasizes the importance of completing a clause certification as part of the proposal submission to ensure eligibility for evaluation and potential award.
    This document serves as an amendment to a federal solicitation issued by the Department of Veterans Affairs for the Alexandria VA Health Care System. The amendment, identified as project number 36C25625R0083, provides necessary specifications for the contracting process associated with the project. It requires all offerors to acknowledge receipt of this amendment by either returning signed copies or confirming via electronic communication. The amendment clarifies that the contents and terms of the original solicitation remain unchanged except for the specific modifications outlined. The document underscores adherence to federal procurement regulations, ensuring that offers are received by the specified deadline to avoid rejection. The inclusion of attached project specifications is critical for bidders to accurately prepare their proposals, thereby promoting efficient and compliant procurement practices within the context of government contracting. Overall, the amendment reflects the federal government's commitment to transparency and clarity in its solicitation process, facilitating effective engagement with potential contractors.
    This document is an amendment related to the solicitation and modification of a federal contract associated with the Department of Veterans Affairs. The primary purpose of the amendment is to provide a site visit sign-in sheet for participants involved in the bidding process. The amendment also serves as a formal acknowledgment of the changes to the previous solicitation and outlines how contractors can confirm receipt of this amendment. All other terms and conditions of the original solicitation remain unchanged. Key points include information about the contracting office, the solicitation numbers, and the effective dates relevant to the amendment, ensuring compliance with regulations. The amendment specifies that failure to acknowledge the amendment properly could lead to the rejection of offers. Overall, this document facilitates transparency and communication among the bidders while maintaining compliance with federal contracting protocols. It underscores the significance of following proper procedures in federal procurements to safeguard the integrity of the solicitation process.
    The document is an amendment to a solicitation related to a contract with the Department of Veterans Affairs, specifically involving the Alexandria VA Healthcare System. The key purpose of this amendment is to extend the deadline for the receipt of offers to May 29, 2025, at 14:00 CDT, providing a completed Request for Information (RFI) Register as an attachment. The amendment indicates that all other terms and conditions of the original solicitation remain unchanged despite this modification. The document is organized into sections detailing the change order specifics, including amendment type, issuance details, and contact information for the contracting officer. This amendment serves to facilitate better communication and provide needed documents to potential bidders, ensuring they have ample information and time to prepare their offers for the contract. The context of this document lies within federal procurement processes, which aim to maintain transparency and efficiency in government contracting activities.
    The "Replace Building 55 1st and 2nd Floor Boiler" project at the Overton Brooks VA Medical Center in Shreveport, Louisiana, aims to replace outdated heating systems while ensuring minimal disruption to hospital operations and patient care. The contractor is responsible for site preparation, demolition, and installation, adhering to safety protocols and infection control measures. The project must comply with various construction regulations, maintain existing utility services, and coordinate work to avoid interference with the Medical Center's operation. A detailed Project Schedule using the Critical Path Method (CPM) is required for effective monitoring, and the contractor must submit regular updates alongside their payment requests. Documentation of all construction phases, including as-built drawings, is necessary for compliance and review purposes. The contractor's responsibilities also extend to protective measures for existing structures and vegetation, maintenance of security protocols, and ensuring environmental controls throughout the construction period. This project underscores the VA's commitment to modernizing its infrastructure while prioritizing the safety and continuity of health services during construction.
    The document outlines a project initiated by the U.S. Department of Veterans Affairs (VA) to replace boilers on the 1st and 2nd floors of Building 55 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. Set for completion by January 9, 2025, this construction project is a part of the VA's broader efforts to maintain and upgrade its facilities, ensuring that they meet current operational standards. The documentation includes various mechanical plans such as room layouts and heating hot water schematics, emphasizing the design's adherence to full sprinkler coverage for safety. The project necessitates meticulous planning and coordination among architects, engineers, and construction crews to ensure compliance with safety regulations, optimize operational efficiency, and modernize essential hospital infrastructure. Overall, this initiative highlights the VA's commitment to providing quality healthcare facilities for veterans, as well as its ongoing investments in infrastructure improvements.
    The Overton Brooks VA Medical Center outlines Class III precautions and additional measures for infection prevention during the replacement of Building 55's boiler. The guidelines detail requirements for controlling airborne dust, including the use of HEPA vacuums and isolation of work areas. Key steps include maintaining negative pressure in the work area, sealing access points, ensuring proper waste containment, and routine cleaning of environmental surfaces and HVAC systems. Upon completion, areas must be inspected for safe downgrading of precautions. Critical barriers must be maintained during dust-generating activities, and HVAC systems should be inspected to ensure they meet original specifications. These procedures aim to minimize infection risks during construction activities, thereby safeguarding patient health in the medical facility. The document emphasizes rigorous cleaning and monitoring protocols, aligning with the VA's commitment to maintaining a safe and compliant environment during facility upgrades.
    The document details the requirements for a Performance Relevancy Survey associated with the federal solicitation for the replacement of the boiler systems in Building 55. It outlines the submission process for offerors, specifically requiring references to no more than five relevant projects completed within the last five years. Offerors must provide detailed information about their performance as either prime contractors or subcontractors, including contract values, completion timelines, and project relevance ratings (Very Relevant, Relevant, or Somewhat Relevant). Additionally, the document requests information about any liquidated damages and encourages submission of details regarding any encountered issues and corrective actions taken. Offerors are also prompted to highlight past performance considerations, including awards and unique skills. This structured survey serves to evaluate the qualifications of potential contractors in relation to the specific technical requirements of this project, ensuring that only qualified firms are considered for the contract. The document emphasizes the importance of clear communication with references and the responsibility of offerors to ensure all necessary documentation is submitted before the proposal deadline.
    The document outlines a consent form for subcontractors and teaming partners involved in the proposal for Project #667-25-200, which entails replacing the boiler on the 1st and 2nd floors of Building 55. This form is essential for enabling the release of past performance information to the prime contractor as mandated by the U.S. government regulations. It specifies the need for consent from participating subcontractors to disclose their past and present performance details during the government's source selection evaluation process. The form requires the subcontractor to provide their information, consent signature, and references related to previous contracts, detailing their roles and performances. Emphasis on past performance underlines its critical role in ensuring best value in government contracting. This document serves both as a procedural guideline and a legal prerequisite for transparency and performance assessment in the procurement process.
    The document pertains to the evaluation of contractors for the replacement of boilers in Building 55, specifically focused on construction safety aspects. Contractors are required to report detailed safety metrics, including man hours, incidents resulting in time away from work, and their corresponding DART (Days Away, Restricted, or Transferred) rate for the years 2022 to 2024. Additionally, contractors must disclose any serious OSHA violations from the past three years, along with explanations. The document also inquires about the administration of the company’s Safety and Health Program and mandates submission of the current Insurance Experience Modification Rate (EMR) from their insurance provider. If the EMR exceeds 1.0, a justification and future reduction plan must be provided. This reflects the government’s emphasis on safety compliance and risk management in construction projects, ensuring that contractors maintain a high standard of workplace safety. The overall purpose of the document is to gather necessary information to assess contractor qualifications related to safety practices within a federal RFP context.
    The document is a Surety Form intended for submission as part of the technical proposal package for the project "Replace Building 55 1st and 2nd Floor Boiler" under RFP 36C25625R0083. It outlines the information required from the offeror's surety to assess the contractor's qualifications. Key elements include the contractor's basic details, the surety's information, and questions regarding the contractor’s bonding history, insurance ratings, project completion experience, and any issues related to subcontractor payments. The purpose of this form is to evaluate the financial stability and reliability of the contractor by gathering essential data regarding their bonding capacity and past performance in managing obligations to subcontractors and suppliers. This is critical for ensuring that selected contractors can meet project requirements and obligations in compliance with federal contracting standards. Overall, the Surety Form is an integral component of the contractor evaluation process in government RFPs.
    This document outlines the Request for Information (RFI) process for the replacement of the first and second floor boiler in Building 55, associated with project #667-25-200. The primary aim is to facilitate pre-proposal inquiries from interested parties, who must submit their questions using a designated RFI form via email to a specified contact at the VA. Each inquiry must be organized numerically, ensuring clarity and ease of response. The form requires key details such as the submitting company name, contact information, and date of submission, along with space for multiple inquiries. This process aims to streamline communication, enable potential contractors to clarify project requirements, and ensure a well-informed proposal submission for the boiler replacement project. Overall, it highlights the structured approach of the federal government in managing project inquiries to maintain transparency and responsiveness in its procurement process.
    The government document outlines a Request for Proposal (RFP) targeting improvements in community infrastructure through federal grant funding. The initiative aims to enhance public transportation systems, utilities, and recreational facilities across various municipalities. Key areas of focus include increasing accessibility for disabled citizens, implementing eco-friendly technologies, and ensuring compliance with federal regulations. The RFP emphasizes collaboration between state and local governments, private sector involvement, and community engagement in the planning process. Detailed project proposals should demonstrate sustainability, cost-effectiveness, and clarity of implementation strategies, with an emphasis on innovative solutions. The application process contains specific guidelines regarding eligibility, funding limits, and submission deadlines, designed to ensure fair and equitable access to the grant funds. Overall, this RFP reflects the government’s commitment to fostering community development through targeted infrastructure enhancements and intergovernmental cooperation.
    The Overton Brooks VA Medical Center aims to replace the Building 55 boiler while incorporating infection prevention and control measures during construction. The project outlines activities categorized into four types based on their scale and associated risk: Type A involves minor inspections with limited disturbances; Type B encompasses short-duration work with minimal dust; Type C includes larger renovations producing moderate debris; and Type D addresses major construction activities with significant risk. The document emphasizes assessing risk levels based on locations affected, from low-risk areas like public hallways to high-risk zones like patient care units. An Infection Control (IC) Matrix categorizes precautions required depending on construction type and patient risk group. Notably, environmental conditions like mold or sewage may alter precaution classifications, necessitating strict compliance with infection control documentation. Overall, this initiative reflects the facility's commitment to maintaining health standards during construction activities and aligns with federal requirements for health safety in government projects.
    The document outlines a federal solicitation (36C25625R0083) issued by the Department of Veterans Affairs for the project to replace the boilers at Building 55 of the Overton Brooks VA Medical Center in Shreveport, Louisiana. This project is designated as a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, requiring contractors to be certified in the SBA’s Veteran Small Business Certification site. Offers must be submitted electronically by May 23, 2025, at 2 PM CDT, and organized site visits for potential bidders are scheduled. The estimated project budget is between $250,000.00 and $500,000.00, and the proposal preparation must include a comprehensive safety and past performance record of the bidding contractors. Proposals will be evaluated based on price, professional qualifications, and specialized experience, with an emphasis on compliance with federal acquisition regulations. Key provisions include the requirement for performance bonds, adherence to construction wage rates, and incorporation of the Buy American Act in submittals. The evaluation focuses on ensuring the offerors can meet the project's complexity and technical demands while maintaining safety standards. This solicitation reflects the government’s commitment to enhancing veteran services through facility improvements while promoting small business participation.
    The Overton Brooks VA Medical Center requires the replacement of the heating hot water boiler in Building 55 due to the existing boiler’s irreparable condition. The new boiler must match the heating capacity and be compatible with current utilities to avoid modifications. The contractor is responsible for removing the old boiler, installing the new one, ensuring all controls are replaced, and interconnecting with the third-floor boiler. The project involves constructing piping, accommodating ductwork, and ensuring the installation meets specified codes. Work must occur after hours, accommodating hospital needs, and requires a phased approach to ensure comprehensive testing and balancing of the heating system. The contractor must adhere to infection control measures and the applicable regulations to ensure safety and compliance. The project is situated at 510 E. Stoner Ave, Shreveport, LA and consists of a pre-construction period of 60 days followed by a 30-day construction period, with oversight from the VA. This summary encapsulates the requirements and expectations outlined in the Statement of Work for the boiler replacement project, highlighting the commitment to operational efficiency and regulatory adherence within VA facilities.
    The Overton Brooks VA Medical Center requires the replacement of the heating hot water boiler in Building 55, serving the first and second floors, due to a cracked water tube and obsolete parts. The contractor must provide a new boiler with equivalent heating capacity, ensuring compatibility with existing utilities without modifications. Tasks include complete removal of the existing boiler, installation of the new system, interconnecting with the third-floor boiler, and necessary modifications to the facility's infrastructure, including electrical and ductwork adjustments. Work must occur after hours, with strategic planning to ensure heating system functionality above 70°F. The project includes a pre-construction period for material approvals and a construction phase to be completed within 30 days post-Notice to Proceed, with significant work done outside regular hours. Infection control measures, safety requirements, and adherence to all relevant codes are mandated throughout the process. The initiative illustrates the VA's commitment to maintaining healthcare facility standards and operational readiness.
    The document outlines the wage determination applicable to construction contracts in Caddo County, Louisiana, under the Davis-Bacon Act. It specifies minimum wage rates based on Executive Orders 14026 and 13658, effective for contracts entered into or renewed after specified dates. For 2025, contractors must pay at least $17.75 per hour—or a higher rate if applicable—for workers on contracts after January 30, 2022; otherwise, a minimum of $13.30 applies for contracts awarded between January 1, 2015, and January 29, 2022. It lists various construction crafts and their corresponding wages, such as electricians, plumbers, and laborers. Notably, the document indicates that for classifications not listed, contractors may submit requests for conformance. Furthermore, the Executive Order on paid sick leave mandates contractors to provide paid sick leave to employees under specific conditions. The summary concludes with details about the appeals process related to wage determinations, directing disputes to appropriate channels within the Department of Labor. This file serves to ensure lawful wage rates and worker protections on government-funded building projects, that align with federal mandates and local regulatory requirements.
    The document outlines the RFI (Request for Information) register for Project #667-25-200, addressing several proposals related to roles, plans, and specifications for a construction project overseen by the VA. It clarifies that separate individuals are required for superintendent, safety, and QA/QC functions, and mandates that contractors submit specific QA/QC and safety plans tailored to the project. Discrepancies noted in the specifications require a clear understanding of equipment capability, particularly for a dual fuel boiler that must function on natural gas. The existing boiler's flue will need modifications to comply with code, although specific details for these changes are not provided in the RFI. The document stresses the necessity of clear drawings and adherence to compliance standards, ensuring that all modifications and operational requirements are met for the project. Overall, it highlights the VA’s commitment to maintaining project integrity and regulatory compliance throughout the construction process.
    The document is a sign-in sheet for a site visit regarding the project to replace the first and second floor boiler at Building 55 of the OBVAMC. This project is identified by the project number 667-25-200 and is scheduled for April 30, 2025, at 9:00 AM local time. Attendees are required to sign in, and there is a request for their email addresses to send a completed copy of the sign-up sheet. The emphasis on participants providing contact information suggests a level of organization and follow-up expected by the project coordinators. This sign-in sheet plays a crucial role in documenting attendance for the site visit, which is part of the broader process involved in responding to federal RFPs related to facility upgrades and maintenance projects, ensuring all stakeholders are informed and engaged in the process.
    Lifecycle
    Similar Opportunities
    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.
    Construction - (PROJ 546-22-110) - Construct a New Boiler Building and Controls in the Old Incinerator Area Expand/Move Graphic Control
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a new boiler building and controls at the Miami VA Healthcare System, specifically in the old incinerator area. This project, identified as PROJ 546-22-110, involves extensive demolition, installation of temporary boilers, and the construction of a two-story utility building equipped with three 400-horsepower boilers, all while maintaining continuous operations of the medical center. The contract, valued between $20 million and $50 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires adherence to various safety and regulatory standards. Interested contractors should contact Jean Olivier Pierre at jean.pierre1@va.gov or Aldywn Singleton at Aldwyn.Singleton@va.gov for further details, with proposals due within the specified deadlines outlined in the solicitation documents.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    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.
    J044--Boiler Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Boiler Maintenance services for the Central Virginia VA Health Care System located in Richmond, Virginia. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with the applicable NAICS Code being 811310 and a size standard of $12.5 million. The maintenance services are critical for ensuring the operational efficiency and safety of the medical center's boiler systems. The solicitation (36C24626Q0211) is expected to be released around December 19, 2025, with a response deadline of December 29, 2025. Interested parties should direct all correspondence via email to Cedric Frasier at cedric.frasier@va.gov, as telephone inquiries will not be accepted.
    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--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.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    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.
    Boiler Water Treatment and Boiler commissioning Services
    Veterans Affairs, Department Of
    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.