J044--SF Boiler Plant Testing Inspections IDIQ
ID: 36C26325Q0155Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS (J044)

Set Aside

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

    The Department of Veterans Affairs (VA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Boiler Plant Testing and Inspections at the Sioux Falls VA Healthcare System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the safety and operational reliability of boiler systems through comprehensive testing, inspections, and maintenance over a five-year period, with a total budget of $19 million. The services are critical for maintaining compliance with safety standards and operational efficiency in VA medical facilities. Interested contractors must submit their proposals by January 16, 2025, at 12:00 PM Central Time, and all inquiries should be directed to Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov or Joshua Imdacha.

    Point(s) of Contact
    Jennifer Watkins-SchoenigContract Specialist
    (319) 688-3631
    Jennifer.watkins-schoenig@va.gov
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation Notice from the Department of Veterans Affairs for a five-year, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Boiler Plant Testing and Inspections at the Sioux Falls SD VA Health Care System (VAHCS). The solicitation number is 36C26325Q0155, with a response deadline set for December 27, 2024, at 4:00 PM Central Time. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aligns with the appropriate product service and NAICS codes. Interested parties must submit questions by December 24, 2024, to designated contacts Jennifer Watkins-Schoenig and Joshua Imdacha. Additional documentation includes safety standards, operations directives, and prescribed forms necessary for compliance and execution. The notice emphasizes the VA's commitment to maintaining regulated safety standards within its facilities and outlines the necessity for qualified vendors to uphold these standards through regular inspections and testing of boiler systems.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for an Indefinite Delivery Indefinite Quantity (IDIQ) service agreement focused on Boiler Plant Testing and Inspections for the Sioux Falls VA Health Care System. The contract will span five years with a total budget of $19 million, aimed to ensure proper maintenance and safety of boiler systems through scheduled and emergent maintenance. Key aspects include strict requirements for contractor qualifications, including experience with institutional boiler plants and adherence to safety regulations. The work scope encompasses inspections, safety device testing, and calibration of equipment, emphasizing detailed reporting on findings and recommendations post-inspection. The sections specify responsibilities for both the contractor and the VA, operational hours, and safety protocols, as well as required qualifications for technicians. The contract aims to enhance operational reliability while adhering to federal procurement standards, ensuring transparency and accountability throughout the process. The RFP is designed to foster fair competition among service-disabled veteran-owned small businesses, aligning with federal initiatives to support small business participation in government contracts.
    The document outlines an amendment to a previous combined solicitation for Boiler Plant Testing and Inspection services for the Sioux Falls VA Healthcare System by the Department of Veterans Affairs. The solicitation number is 36C26325Q0155, with a response deadline set for January 3, 2025, at 4:00 PM Central Time. This project has been designated as a total service-disabled veteran-owned small business (SDVOSB) set aside, reflecting the government's commitment to empowering veteran-owned enterprises. Key details include the primary point of contact's information, Jennifer Watkins-Schoenig, who is responsible for addressing all inquiries related to the solicitation. The document specifies that responses to questions must be submitted 72 hours prior to the stated deadline. The contracting office for this solicitation is located in Coralville, Iowa. The amendment indicates a structured process for vendor participation, emphasizing transparency and clarity in communication throughout the solicitation period. Overall, the amendment serves to update potential bidders on requirements and deadlines for a critical service contract within the VA system, which plays a vital role in ensuring operational efficiency in healthcare facilities.
    This document is an amendment to a solicitation pertaining to a government contract. The main purpose of the amendment is to extend the deadline for submitting offers to January 3, 2025, at 4:00 PM CST. All other terms and conditions of the original solicitation remain unchanged. The document includes references such as contract ID, modifications, and procedural requirements for acknowledgment of the amendment. Interested contractors must acknowledge receipt through specified methods to ensure their offers are considered valid. The amendment is issued by the Department of Veterans Affairs, specifically the Network 23 Contracting Office located in Coralville, Iowa. This amendment illustrates the typical process surrounding government contracts, specifically the handling of solicitations and deadlines to facilitate participation from potential bidders.
    The Department of Veterans Affairs, specifically the NCO 23 contracting office, has issued an amendment to a previous combined solicitation for Boiler Plant Testing and Inspections at the Sioux Falls VA Healthcare System. This solicitation, identified by the number 36C26325Q0155, is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must be submitted by January 16, 2025, at 12:00 PM Central Time. The document specifies that all questions from potential bidders must be received no later than 72 hours prior to the response date, directed to the contract specialists via the provided email addresses. This initiative underscores the VA’s commitment to involving veteran-owned businesses in fulfilling its procurement needs while ensuring compliance with federal contracting regulations.
    The Department of Veterans Affairs (VA) has issued an amendment related to a solicitation for contracting services, extending the deadline for offers to January 16, 2025, at 12:00 PM CST, and responding to contractor queries regarding the statement of work. The document outlines specific equipment, including various transmitter models, detailing their locations and uses within the facility. It specifies testing requirements for burner fans, including the need for industry-standard vibration analysis, ensuring correct diagnostics for operational issues. Additionally, it clarifies contract requirements for commissioning new boilers on fuel oil and natural gas and confirms that factory standards must be upheld for optimal burner performance. Importantly, all other terms of the contract remain unchanged, reflecting the VA's commitment to maintaining compliance while facilitating a clear line of communication with contractors. This document serves as a critical update within the context of federal RFP processes, ensuring transparency and responsiveness in government contracting procedures.
    The "VHA Boiler and Associated Plant Safety Device Testing Manual" serves as a training resource for the United States Department of Veterans Affairs (VA), outlining standards and procedures for testing boiler safety devices critical to healthcare facilities. The manual emphasizes the importance of safety device functionality, detailing categories such as Water Level Control, Pressure Containment, Fuel Train Safety Devices, and Burner and Air Train Safety Devices. Key concepts include the "3 Question Criteria" for assessing compliance, the necessity of thorough testing protocols, and the consequences of device failures, which can lead to catastrophic incidents like explosions or system malfunctions. Detailed testing procedures and requirements for various safety devices are enriched with appendices providing templates, additional guidelines, and checklists. The document stresses that facilities must have site-specific testing strategies to ensure compliance with VA directives and safety standards while maintaining overarching system integrity. This manual is crucial for the VA's commitment to operational safety and reliability, ensuring the health of both patients and staff in its medical facilities.
    The VHA Directive 1810, issued by the Department of Veterans Affairs on January 4, 2023, establishes comprehensive policies regarding the operation and maintenance of boiler and boiler plant systems in VA medical facilities. The directive assigns clear responsibilities to various levels of leadership, including the Under Secretary for Health and VHA Office of Healthcare Engineering, ensuring safety and compliance with federal standards. Key modifications include updated technical boiler design standards and local procedural guidelines. Boilers must be designed, installed, and maintained safely to support essential services such as heating and sanitation. Training requirements for boiler operators and attendants are specified, promoting competency in safe operational practices. The directive also mandates regular testing, inspection, and documentation to maintain boiler efficiency and safety, as well as stringent incident reporting protocols following any operational issues. Moreover, the document outlines requirements for fuel storage, boiler safety device functionality, and records management, underscoring the importance of compliance with federal and state regulations. This directive aims to enhance operational reliability, safety, and energy efficiency in VA healthcare facilities, reflecting the organization's commitment to providing safe environments for patients and staff.
    The document outlines the "Form NB-6 Boiler-Fired Pressure Vessel Report of Inspection," a standardized form utilized by jurisdictions operating under the ASME Code for inspecting boiler-fired pressure vessels. Essential elements of the form include the inspection date, certification status, user numbers, equipment location, and nature of business. It requires detailed inputs concerning the inspection type—internal or external—alongside specifics about the equipment, such as its type, manufacturer, and operational history. Furthermore, the form addresses safety features, like low water cutoff installation and combustion controls, while inquiring about any outstanding violations and requiring comments from inspectors regarding any adverse conditions found. Certification by the inspector is also mandated, confirming the inspection's accuracy. This document serves a crucial role in ensuring compliance and safety standards for boiler and pressure vessel operators, highlighting its significance in government oversight related to federal grants and local regulatory requirements. It is essential for maintaining safety protocols and is pivotal in documenting the inspection processes, thereby supporting broader governmental regulations and compliance monitoring.
    This document is the "Report of Inspection" form (NB-7) used by The National Board of Boiler and Pressure Vessel Inspectors. It outlines the necessary information for the inspection, certification, and renewal of pressure vessels, including data on the equipment's location, the nature of business, type of inspection, manufacturer's details, and specifics about the vessel itself such as dimensions, capacities, and pressure settings. The form ensures compliance with the ASME code, requiring inspectors to log any adverse conditions, known violations, and results of pressure tests. It mandates certification from the inspector, confirming the accuracy of the report and adherence to safety standards. This document serves as a critical tool for maintaining safety regulations in pressures vessels, highlighting the importance of rigorous inspection processes within federal and state guidelines pertaining to public safety and compliance in industrial settings.
    The document is a Wage Determination issued by the U.S. Department of Labor concerning the Service Contract Act (SCA). It outlines minimum wage requirements for contracts in South Dakota, specifically Lincoln, McCook, Minnehaha, and Turner counties. For contracts effective after January 30, 2022, workers must receive at least $17.20 per hour or the applicable prevailing wage. Contracts awarded between January 1, 2015, and January 29, 2022, without subsequent renewals must pay a minimum of $12.90 per hour. The determination details various occupational classifications and corresponding wage rates across categories such as administrative support, automotive service, health occupations, and more. Key requirements include providing fringe benefits, paid sick leave under Executive Order 13706, and specific compensation structures for hazardous roles and uniform expenses. This document serves as a critical reference for contractors responding to federal RFPs or grants, ensuring compliance with wage obligations under federal laws. Overall, it emphasizes fair labor practices and establishes standards that contractors must adhere to in engaging service workers.
    The document outlines various line items related to the testing, inspection, calibration, and maintenance of boiler and plant safety devices at Veterans Health Administration (VHA) facilities. Key activities include boiler inspections, setups for fuel oil and natural gas, calibration of steam flow transmitters, and the assessment of condensate tanks and deaerator tanks. Each line item is numbered and categorized with specific focus areas, including parts for repair and various sensors for temperature and pressure monitoring. The ordering periods are structured in a 5-year timeline that starts from February 1, 2025, to January 31, 2030, indicating a systematic plan for equipment procurement and maintenance services. The principal NAICS code reflects the focus on plumbing, heating, and air-conditioning contractors. The document serves as a request for proposals for contractors to manage these essential services, ensuring safety, efficiency, and compliance in VHA operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    H945--BOILER INSPECTIONS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide boiler inspection services at the Salem VA Medical Center, with a total contract budget of $19 million. The procurement aims to ensure comprehensive inspection, maintenance, and calibration of the facility's boiler systems, adhering to safety regulations and recognized standards such as NFPA and ASME. This contract includes a base year and four one-year options, emphasizing the importance of operational efficiency and safety in institutional boiler operations, while also promoting engagement with veteran-owned small businesses. Interested parties should contact Contract Specialist Kristine E. Woodbury at Kristine.Woodbury@va.gov for further details.
    H245--Safety Device Testing & and Calibration of the Boiler Plant Burners
    Buyer not available
    The Department of Veterans Affairs is seeking contractor services for the testing, calibration, and inspection of boiler safety devices at the Saint Louis VA Healthcare System. This procurement aims to ensure the reliability and safety of boiler systems, with a focus on compliance with federal safety standards and operational efficiency. The contract is structured as a Firm Fixed Price, Indefinite Quantity agreement, with an estimated value of $12.5 million over a potential five-year period, and proposals are due by March 25, 2025. Interested contractors should contact Laura J. Ferguson at laura.ferguson@va.gov for further details and to ensure compliance with submission protocols.
    H945--Boiler Safety Device Testing Battle Creek
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide boiler safety device testing and maintenance services at the Battle Creek VA Medical Center in Michigan. The procurement involves biannual inspections and testing of four Babcock & Wilcox boilers and a deaerator, ensuring compliance with National Fire Protection Association regulations and Veterans Health Administration directives. This initiative is crucial for maintaining operational safety and reliability in heating systems, emphasizing the importance of qualified personnel and adherence to safety standards. The estimated contract value is $19 million, and interested parties should contact Contract Specialist Courtney R. Seevers at Courtney.Seevers@va.gov for further details.
    Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the MV Loop 1 Repair project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project entails the provision of all necessary tools, materials, and labor to address deficiencies in the facility's electrical systems, with an estimated cost between $100,000 and $250,000. This repair work is crucial for maintaining operational efficiency and safety within the healthcare environment. Interested contractors must submit their offers by March 13, 2025, following a site visit scheduled for February 25, 2025, and can direct inquiries to Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.
    Y1DA--589A5-25-192 REPLACE B1 STEAM TRAPS, EK
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the project titled "Replace B1 Steam Traps" at the Colmery-O’Neil VA Medical Center in Topeka, Kansas. The objective of this procurement is to replace steam traps in Building 1, with an estimated project cost ranging from $25,000,000 to $100,000,000, and a performance period of 60 days from the notice to proceed. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested contractors must submit their proposals by April 10, 2025, at 2:00 PM Central Time, and are encouraged to attend a mandatory site visit on March 25, 2025. For further inquiries, potential bidders can contact Contracting Officer Tim Fitzgerald at timothy.fitzgerald@va.gov or by phone at 913-946-1145.
    H342--Fire Pump Testing and Maintenance | Grand Junction VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for fire pump testing and maintenance services at the Grand Junction VA Medical Center, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract encompasses comprehensive inspection, testing, and maintenance of the fire pump system, adhering to National Fire Protection Association (NFPA) standards to ensure operational safety and compliance with federal regulations. This procurement is crucial for maintaining the functionality of fire protection systems within VA facilities, ultimately supporting the safety of veterans. The total award amount is capped at $19.5 million over a base year and four option years, with quotations due by March 18, 2025. Interested vendors should direct inquiries to Contract Specialist Jim Lewis at james.lewis114fbb@va.gov or call 303-712-5840.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    J045--Mixing Valves Install - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the installation and maintenance of mixing valves at the Nebraska Western Iowa Health Care System, specifically in Omaha and Grand Island, Nebraska. The project entails providing plumbing services, including the installation of anti-scald and mixing valves, along with annual testing and maintenance to ensure compliance with plumbing codes and safety standards, particularly to prevent scalding injuries. This initiative is crucial for enhancing facility safety and operational efficiency within the VA healthcare system. Interested contractors must submit their proposals by March 17, 2025, with a total contract value of approximately $19 million, covering a performance period from March 15, 2025, to March 14, 2030. For further inquiries, contact Contract Specialist Erica Miller at erica.miller5@va.gov or by phone at 319-688-3703.
    Z1DZ--619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the construction project titled "Correct FCA Deficiencies in Boiler Plant, Building 14" located in Montgomery, Alabama. The objective of this procurement is to address identified deficiencies in the boiler plant through comprehensive renovations, including the replacement of outdated systems and ensuring compliance with safety and operational standards. This project is crucial for enhancing the infrastructure of healthcare facilities dedicated to veterans, thereby improving service delivery and operational efficiency. Proposals are due by April 10, 2025, with a site visit scheduled for March 13, 2025, and inquiries accepted until March 24, 2025. Interested contractors can contact Ryan Crispin at ryan.crispin@va.gov or (706) 231-7600 for further information.
    R428--INDUSTRIAL HYGIENE SERVICES INTENT TO SET ASIDE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Industrial Hygiene Services, with a specific intent to set aside the contract for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to secure comprehensive environmental consulting services, including assessments of indoor air quality, asbestos, lead, and mold, adhering to the latest industry standards. This initiative underscores the VA's commitment to maintaining safe working environments across its facilities while promoting veteran-owned businesses in federal contracting. Interested vendors must submit their proposals by March 14, 2025, and can contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further information. The total expected award amount for this contract is approximately $19 million, with a performance period starting April 1, 2025, and extending through February 28, 2030.