Boiler Maintenance and Repair
ID: N4008525R2506Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF HEATING AND COOLING PLANTS (Z2NB)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for a federal contract focused on Boiler Maintenance and Repair services at the Naval Submarine Base in Groton, Connecticut. The contractor will be responsible for comprehensive maintenance and repair tasks, including the repair and replacement of steam valves, welding, and boiler certification, while ensuring compliance with safety and environmental regulations. This contract is particularly significant as it supports the operational readiness of critical infrastructure, emphasizing the importance of maintaining efficient boiler systems within military facilities. Interested small businesses must submit their proposals by November 28, 2024, following a mandatory site visit on October 30, 2024, and can direct inquiries to Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the maintenance and repair of boilers and associated distribution systems at the Naval Submarine Base in New London, Connecticut. This solicitation is exclusively set aside for small businesses, with a North American Industry Classification System (NAICS) code of 238220 and a small business size standard of $19 million. The contract involves a base period of performance of 12 months, with options for four additional one-year periods. Key requirements include a mandatory performance start within 15 calendar days of the award, completion within 365 days, and the necessity for performance and payment bonds. Proposals will be evaluated based on Lowest Price Technically Acceptable criteria, assessing corporate experience, safety, and past performance. Notable submission details include a site visit scheduled for October 30, 2024, and a deadline for proposals on November 28, 2024. The document emphasizes safety through compliance with established Davis Bacon Act wage determinations and safety performance metrics. This initiative reflects the government's commitment to enhancing its facilities while supporting small business participation.
    This government file outlines the details related to an RFP for Boiler Maintenance and Repairs at the Naval Submarine Base in New London, Groton, CT. It specifies a site visit scheduled for October 30, 2024, requiring participants to pre-register and adhere to strict identification and vehicle requirements for base entry. The procurement is a 100% small business set-aside with a non-recurring indefinite delivery indefinite quantity contract type and includes a minimum guarantee of $5,000. The effective performance period is planned for a 12-month base contract with four optional renewal periods. Bidders will be evaluated on a Lowest Price Technically Acceptable basis, and Davis Bacon Act wages will be applicable. The document emphasizes the mandatory submission of proposals by November 28, 2024, alongside specific forms and certifications. Questions from bidders will be addressed through written submissions. This RFP demonstrates the government’s intent to solicit maintenance services while outlining clear protocols for participation, ensuring compliance and transparency in the procurement process.
    The Spill Prevention, Control, and Countermeasures (SPCC) Plan for Naval Submarine Base New London, prepared by the Naval Facilities Engineering Command, outlines measures to prevent oil discharges into navigable waters. Key sections include plan administration, general facility information, and regulatory compliance. The plan emphasizes the facility's operations, location, and responsibilities of personnel in preventing oil spills. It mandates regular inspections, personnel training, and spill response protocols, aligned with federal regulations (40 CFR Part 112). The facility, located in Groton, Connecticut, supports naval operations and training while managing numerous oil storage containers. Procedures for secondary containment and spill response measures are detailed, ensuring compliance with state and local regulations. The document also addresses discrepancies and necessary amendments for modifications in operations. By ensuring stringent adherence to environmental standards, the plan underscores the Navy's commitment to operational integrity and environmental protection within its jurisdiction.
    The document is a Contractor Hazardous Material Inventory Log designed for compliance with the Emergency Planning and Community Right-to-Know Act (EPCRA) Sections 312 and 313. It serves to catalog hazardous materials used or stored on-site at a project location. Key components include product names, manufacturers, quantities, specific gravity, toxic ingredients, their CAS numbers, and percentages of toxic chemicals by weight. Additionally, the log requires a certification from contractors affirming that no hazardous materials or waste will be introduced or generated during the project. The submission process includes contact details for the contractor and the contract administrator. Overall, this log is a critical tool for promoting safety and environmental responsibility in federal and state/local projects. It ensures that contractors maintain transparency regarding hazardous materials, supporting regulatory compliance and community awareness regarding potential environmental hazards associated with their work.
    This memorandum from the Utilities and Energy Management Branch of New London outlines the Contractor Planned Utility Outage Process. It aims to ensure effective coordination of utility outages while minimizing customer impact. The process involves several roles, including the FEAD Engineering Technician, UEM Engineering Technician, Utilities Distribution Supervisor, Utilities Distribution Work Leader, UEM Engineer, and UEM Production Controller, each with specific responsibilities to manage the scheduling, notification, approval, and execution of outages. Key steps include scheduling outages at least 10 business days in advance, completing an Outage Notification Form, and ensuring that necessary information is submitted and verified in a timely manner. The memo clarifies that this process specifically applies to planned utility outages, distinguishing it from emergency outages, which require expedited procedures. The document includes attachments for the Outage Notification Form and a flow chart illustrating the overall process. This structured approach is essential for maintaining operational efficiency and ensuring that all stakeholders are informed and prepared for planned disruptions in utility services.
    The document serves as a Service Order Monthly Summary Report for a federal contract, outlining details regarding repair and maintenance work conducted by a contractor under a specific contract number. It includes essential information such as the period covered, MAXIMO number, building number, status of the service, description of the work performed, and notes or additional comments. Each service order is categorized based on urgency—emergency, urgent, or routine—and provides timestamps for when the work commenced and was completed. This report is crucial for documenting service deliveries, tracking contractors' performance, and ensuring compliance with federal guidelines for federal grants and RFPs. The succinct structure and organized presentation of data highlight the government's emphasis on accountability and transparency in managing contracts and monitoring service quality. By maintaining records of service execution, the report aids in evaluating contractor effectiveness and informing future procurements.
    The document outlines a Historical Service Order Workload, detailing the types of work orders issued by the federal government, including their descriptions, locations, types, and dates. This information is crucial for maintaining an organized record of historical service requests, which aids in resource allocation and project management within government agencies. The structure of the document suggests a systematic approach, categorizing work orders for efficient analysis and tracking. Furthermore, understanding these workloads can assist in assessing funding needs and priorities in federal grants and state/local RFPs, ultimately enhancing the effectiveness of government operations and services. Overall, the document serves as an informative resource for stakeholders involved in government contracting and project oversight, ensuring transparency and accountability in governmental service provision.
    The document outlines the General Information section of a performance-based service contract for the Naval Submarine Base New London, specifying service requirements, roles, and the performance-based acquisition approach. The contractor is responsible for providing all necessary labor, management, and materials for outlined services under a contract featuring Non-Recurring Work Items. The PWS (Performance Work Statement) is structured into various annexes, detailing project management, technical requirements, and service-related information. Key components include the Navy's approach to performance-based acquisition, emphasizing outcomes, measurable standards, incentives, and assessment plans. Contractors are urged to inspect work sites to assess local conditions affecting contract performance and are expected to leverage their expertise to maximize service efficiency while managing risks. Furthermore, the document states that proposals must meet performance objectives, ensuring accountability for the contractor's work. This summary encapsulates the Navy's expectations and the contract framework, integral to federal grant and RFP development processes, emphasizing structured service delivery and contractor accountability.
    The document outlines the Management and Administration requirements for contractors engaged in federal government projects, detailing administrative, personnel, and safety protocols. It spans key topics such as definitions, wage determinations, general administrative requirements, contractor responsibilities, and safety protocols. Contractors are mandated to comply with government working hours, obtain necessary permits and insurances, and maintain databases of their personnel. They must also implement quality management systems, submit key personnel qualifications, and develop comprehensive safety programs, including accident prevention plans. Additionally, the document emphasizes environmental management practices, including reducing hazardous materials, promoting sustainability, and adhering to mandated compliance requirements. It outlines specific contractor roles such as the Project Manager, Quality Manager, and Site Safety and Health Officer, all crucial for ensuring adherence to contract standards and safety regulations. As part of the overall governance structure, the contractor is required to foster a productive partnership with the government by participating in meetings, adhering to communication protocols, and maintaining compliance with security and access regulations. In essence, this framework aims to ensure quality, safety, and sustainability in federal contracting, underlining the significance of a well-structured management strategy in public works projects.
    The document outlines the deliverables required for a federal management and administration contract, detailing submission dates, distribution frequency, and copy requirements for each deliverable. Key deliverables include requests to work outside regular hours, permits and licenses, quality management plans, safety certifications, and compliance plans, which are to be submitted at various stages of the contract—primarily within 15 calendar days after award. Monthly and annual reports are also mandated, notably the Contractor Labor Hours report and the Contractor Hazardous Material Inventory Log. Other critical submissions include personnel security investigations and accident prevention plans, reinforcing the emphasis on safety and compliance with regulations. The structured approach to deliverables ensures that all aspects of contract performance are accounted for, establishing protocols for monitoring and reporting compliance throughout the contract period.
    The document outlines various attachments and supporting materials related to a federal RFP, primarily focusing on definitions, wage determinations, directives, invoices, and forms for contractors. Included are key terms like "Assessment," "Asset," and "Confined Work Space," which facilitate understanding of contractual obligations. The document establishes protocols for safety, inventory management, quality assurance, and compliance with federal standards such as the Service Contract Act. It is structured into a table of contents that categorizes attachments by topic, ensuring accessibility for contractors engaged in services and maintenance under the contract. Furthermore, the emphasis on safety through checklists, accident reporting, and material inventory logs indicates a commitment to risk management and operational efficiency. This structured approach is crucial for maintaining accountability and ensuring compliance with government regulations in executing maintenance and repair activities in federal facilities.
    The document outlines the specifications for a contract concerning Facility Investment services at Naval Submarine Base New London, Connecticut. It includes maintenance and repair requirements for Boilers, Air Compressors, and related systems. The contractor is tasked with providing qualified personnel and ensuring compliance with various certifications and standards such as ASME, EPA, and local regulations. The contract emphasizes the need for efficient management, emergency service orders, and a comprehensive Preventive Maintenance (PM) program to maintain optimal operational conditions. The document specifies different categories of service orders—emergency, urgent, and routine—with clear timelines for response and completion. Moreover, it mandates adherence to historical preservation standards for designated sites. Lastly, non-recurring work may be ordered and executed as per task orders, further ensuring that all facilities operate within required specifications. This initiative reinforces the government's commitment to infrastructure sustainment, restoration, and modernization while prioritizing safety and regulatory compliance across all operations.
    The Boiler Specifications document outlines the requirements and guidelines for the repair and maintenance of high-pressure steam boilers and associated systems within a government facility. It specifies the scope of work including the repair and replacement of steam valves, welding, refractory work, and air and water feed systems. Contractors must maintain a qualified workforce and adhere to strict compliance with industry standards and safety protocols. Emergency repairs demand prompt action, requiring contractors to mobilize within specified time frames. Detailed material specifications for refractory products are listed, and all repairs must be certified by authorized inspectors following relevant codes. The document also emphasizes the importance of minimizing service outages and maintaining the integrity of existing equipment during repairs. Safety measures, including obtaining permits for hot work and participating in radiological drills, are mandatory. The comprehensive and structured approach ensures that all work is carried out efficiently, safely, and within regulatory frameworks, reflecting the government's commitment to maintaining operational standards in power generation facilities.
    The document outlines the deliverables for the Facility Investment project, specifying requirements and submission timelines for various certifications and materials. Key deliverables include the certification and licenses to be submitted within 15 days of the award, and quarterly submissions of sewer discharges of compatible wastewater. Additionally, material samples, manufacturer's data, and certificates of compliance must be submitted five days prior to use as needed. Deviations from the manufacturer's design also require notification five days before implementation. Each deliverable's distribution is designated to specific individuals, ensuring proper oversight and compliance. This structured approach to deliverables underlines the project's emphasis on regulatory adherence and quality control within the context of federal and state RFPs.
    The Functional Assessment Plan (FAP) outlines the performance assessment and monitoring strategies for facility investment in managing boilers. It establishes three levels of assessment (AL1 to AL3) based on contractor performance, with each level increasing scrutiny if unsatisfactory results are observed. The FAP stipulates a variety of assessment frequencies ranging from monthly to quarterly, utilizing primary methods such as periodic sampling and customer evaluations. Additionally, the document discusses the ordering process for Indefinite Delivery/Indefinite Quantity (IDIQ) work via the DoD EMALL, specifying the contract's duration and the exact tasks to be completed. The monthly performance assessment summary section includes fields for tracking contractor performance, safety reviews, and technical ratings, providing a comprehensive picture of compliance against set standards. Overall, the FAP emphasizes systematic monitoring of contractor performance, compliance with safety protocols, and the importance of maintaining operational standards within the facility investment framework, essential for ensuring the effective functioning of critical infrastructure.
    The document outlines various attachments related to a federal Request for Proposal (RFP) on facilities maintenance and management. Its main purpose is to provide definitions, acronyms, references, site maps, and equipment specifications tied to the management of facilities, particularly focusing on boiler operations and weight handling equipment. Key topics include the classification of cranes, the life cycle of facilities, and an Integrated Maintenance Program (IMP) designed to enhance reliability and efficiency. Definitions clarify maintenance types such as preventive, routine, and emergency service orders. Supporting details include a variety of regulatory references such as the Boiler and Pressure Vessel Code and the Occupational Health and Safety Act. The structured approach of the document ensures comprehensive guidance for contractors on maintaining operational readiness while adhering to federal regulations and policies. This information is crucial for stakeholders involved in facility management, especially in the context of federal grants and RFPs.
    The government file outlines the evaluation criteria for awarding a contract related to Facility Investment. The basis for the award emphasizes the lowest priced, technically acceptable offer, with overall ratings of "Acceptable" required for eligibility. Proposals are evaluated on price and three main non-price factors: Corporate Experience (proof of relevant past projects), Safety (measured by DART and TCR rates and a safety management approach), and Past Performance (submission of evaluations or questionnaires relating to previous contracts). Specific submission requirements and evaluation methods are detailed for each factor, with a focus on ensuring the contractor’s ability to execute work comparable to the project’s demands. The solicitation indicates that proposals must adhere to strict guidelines, including documentation standards and performance data requirements. The overall aim is to ensure that the selected contractor demonstrates technical qualifications, safety adherence, and satisfactory past performance, aligning with the government's commitment to efficient procurement and rigorous evaluation standards in federal contracting contexts.
    The Performance Assessment Plan (PAP) outlines the government’s approach to evaluating contractor performance under Contract N40085-XX for Boiler Maintenance Services at Naval Submarine Base New London, CT. Its primary aim is to ensure contractors meet specified performance standards through measurable assessments and effective management of quality control systems. The document stresses the importance of a collaborative relationship between the government and contractors to achieve high-quality service delivery and timely project execution. Key components include defined roles and responsibilities of various personnel, a structured assessment process that includes periodic evaluations and safety assessments, and specific methodologies for assessing contractor performance. The assessment framework is tiered into levels (AL1, AL2, AL3), with corresponding methods of assessment and documentation requirements to capture compliance and deficiencies. Critical aspects of safety, management, and administration are also evaluated to ensure thorough oversight. Overall, the PAP serves as a living document, updated as necessary, to maintain standards of performance and accountability, ensuring taxpayer resources are used efficiently in alignment with federal grant objectives and local government requirements.
    The document presents a comprehensive building location map for the Naval Submarine Base New London in Groton, CT, detailing various building numbers and their corresponding grid coordinates. This reference serves to assist in navigation and logistics within the base, facilitating efficient access to facilities, including maintenance, administrative, and operational sites. The mapped buildings span a significant area of the base, with grid annotations that enhance understanding of spatial relations. Additionally, the layout indicates security measures and specific routes pertinent to base operations. This information could be relevant for federal and state agencies involved in planning, contracting, and security protocols related to military or infrastructural projects. The detailed inventory of building locations underscores a commitment to organized management of naval facilities, ensuring compliance with safety and operational standards. Overall, the document emphasizes practical considerations within military infrastructure and operational readiness.
    The document outlines a multi-year federal contract for labor and materials related to testing and maintenance of high-pressure steam boilers and associated equipment. The contract spans four years, with total costs allocated per year—starting with $444,900 for the base year, followed by $450,700, $438,500, and $450,700 for subsequent years. Labor categories specified include certified welders, boiler makers, electricians, and other skilled trades, all covered under the Davis-Bacon Act, which mandates certain wage standards. The provision of materials and various services also needs to be negotiated with the Contracting Officer (KO). Special notes emphasize the requirement for unit prices to be expressed clearly and aligned with estimated quantities. This document represents a structured process for securing federal labor contracts while ensuring adherence to legal and contractual obligations, reflecting governmental efforts to maintain operational efficiency and compliance in facility management.
    The NEPA Environmental Checklist outlines the requirements for the Boiler Maintenance Contract project at NAVFAC PWD New London. The project, identified under project number 1733441, involves maintenance and repair services for boilers and is scheduled to commence on September 1, 2024. Environmental assessments must be submitted 15 days prior to project start, detailing potential impacts, expected stormwater management, and any necessary permits concerning environmental regulations. The checklist categorizes environmental aspects to consider, indicating that the project qualifies for a categorical exclusion (CATEX) under NEPA, meaning it doesn’t require extensive environmental analysis due to the routine nature of the work. Though the project area is entirely impervious and no disturbance is anticipated, compliance with federal, state, and local environmental regulations is mandatory. Specific design and operational requirements are highlighted, such as managing hazardous materials, ensuring spill prevention, and coordinating wastewater discharge. Overall, the document communicates essential protocols and environmental implications tied to this maintenance project, underscoring the importance of environmental compliance within federal contracting processes. The completion of all environmental requirements will facilitate timely project execution while maintaining environmental stewardship.
    The document provides an inventory of boilers and related equipment, detailing specifications for each unit, including manufacturer, construction year, capacity, design pressure, and heating capabilities. There are four main boilers from Babcock and Wilcox and Cleaver Brooks, with capacities ranging from 76,500 pph to 1200 BHP and varying design pressures up to 775 psi. Additionally, two deaerators from Chicago Heater CO. are included, both capable of handling 350,000 PPH at 50 psig, showcasing their steel construction. The document also outlines hot water production systems and steam distribution details, with piping sizes from 1” to 14” and a maximum steam capacity listed as 50,000 pph, across approximately 8 linear miles of piping. This equipment inventory likely serves as a foundational resource for government RFPs and grants related to infrastructure maintenance and upgrades, ensuring compliance with safety and efficiency standards in state and local operations.
    The Contractor Incident Report System (CIRS) provides a structured framework for contractors to document accidents and incidents involving personnel on government projects. It captures essential details regarding the contract, incident type, location, timeline, and individuals involved. The report includes sections for a detailed description of the incident, involvement of hazardous materials, personal protective equipment (PPE) utilized, and contributing factors leading to the incident. Key information also covers the response and cleanup procedures, severity of injuries sustained, and follow-up actions including training and corrective measures. The CIRS emphasizes the importance of reporting OSHA recordable accidents and property damage within specified timeframes. This system is crucial for maintaining safety standards in government contracts, ensuring accountability, and facilitating continuous improvement in safety protocols. By systematically collecting and analyzing incident data, the CIRS aims to prevent future occurrences and promote a culture of safety within government contracting operations.
    The document is a template for a Contractor Quality Inspection and Surveillance Monthly Report, outlining the reporting structure for contractors involved in government projects. It includes sections for contract information, quality control (QC) results, safety issues, and inspection data. Key components of the report include the number of items performed versus those inspected, the count of passed and failed items, and any safety issues encountered during inspections. The report aims to ensure accountability and compliance with quality standards in federal and state/local government contracts. It requires contractors to provide comments on inspection results, corrected actions taken for any failures, and obtain a QC signature to validate the report's accuracy. This standardized format is critical for maintaining oversight in government contracting processes, building confidence in contractor performance, and addressing safety and quality concerns proactively.
    The document outlines a Prime Contractor On-Site Labor Monthly Summary Report, designed to track labor hours worked under various contract classifications. It includes sections for documenting prime contractor firm fixed-price work, prime contractor IDIQ work, subcontractor firm fixed-price work, and subcontractor IDIQ work, each requiring documentation of hours worked on-site and additional comments. The report aims to compile total hours for each classification and an overarching total hours worked on-site. This structure facilitates transparency and accountability in labor reporting for government projects, ensuring that contractors provide detailed insights into their workforce's engagement. By capturing all relevant labor hour data, the report supports proper allocation of resources and compliance with government contract requirements. This summary is essential in a broader context of federal grants and RFPs, as it underscores the importance of accurately documenting contractor performance, which is vital for funding and oversight processes.
    The document outlines various attachments related to contract and project specifications concerning the installation and maintenance of boiler systems in federal facilities. It contains critical technical details, including specifications for different boiler models (e.g., J150200006, J150200007), site maps, environmental assessments (NEPA), and compliance reports on contractor incidents and quality inspections. The file serves as a comprehensive resource, detailing not only the boiler specifications but also outlining safety protocols, spill control measures, and hazardous materials inventories. Additionally, it tracks previous work orders and service reports, ensuring accountability and oversight in ongoing and future boiler operations. This document is essential for government agencies and contractors in managing RFPs, federal grants, and state/local project requests, highlighting the importance of adherence to regulatory standards and effective resource management.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Install Steam Boilers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking qualified small businesses to install steam boilers at the Air Force Research Laboratory's Rome Research Site in New York. The project encompasses general construction, fire protection, plumbing, mechanical, and electrical work, with a focus on ensuring the complete installation of heating systems ahead of the 2025 heating season. This procurement is critical for maintaining operational efficiency and safety at the facility, and interested parties must respond with detailed qualifications, including evidence of relevant experience and compliance with small business participation requirements. Responses should be directed to Tabitha Haggart at tabitha.haggart@us.af.mil, with no solicitation currently issued, and the anticipated period of performance is 365 days.
    H244- Boiler Plant Testing and Inspections for Steam & Electric Boilers -Base Plus Four (4)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Northern Arizona VA Healthcare System, is seeking proposals for comprehensive testing and inspection services for steam and electric boilers under a contract titled "H244- Boiler Plant Testing and Inspections for Steam & Electric Boilers - Base Plus Four (4)." The procurement requires biannual inspections for steam boilers and annual evaluations for electric boilers, ensuring compliance with regulatory standards such as VHA Directive 1810 and NFPA 85, with a focus on safety device testing and calibration of related equipment. This contract is critical for maintaining the safety, reliability, and efficiency of boiler operations within the healthcare facility, emphasizing the importance of qualified technicians and adherence to safety regulations. Interested parties must submit their proposals electronically by October 23, 2024, with inquiries accepted until October 15, 2024; for further details, contact Contract Specialist Marco Ramos at Marco.Ramos1@va.gov.
    HVAC Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division in Newport, Rhode Island, is seeking proposals for HVAC maintenance and repair services under solicitation N66604-25-R-0046. The contract aims to provide comprehensive maintenance, repair, and technical support for HVAC systems, including chillers, air handling units, and boilers, with a strong emphasis on safety, operational efficiency, and compliance with relevant codes and standards. This procurement is particularly significant as it promotes the engagement of Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to high standards in facility management. Interested contractors must submit their quotes within a 30-day window, and for further inquiries, they can contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or Christopher J. Kenney at christopher.j.kenney@navy.mil.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract to replace the existing steam boilers and chillers at the Fort Thomas Domiciliary in Kentucky. The project involves comprehensive construction services, including the installation of new hot water systems, associated piping, controls, and electrical work, while ensuring minimal disruption to ongoing operations within the facility. This procurement is critical for maintaining efficient heating and cooling systems in a healthcare environment, with a project timeline of up to 913 calendar days for completion. Interested contractors must submit their offers by the extended deadline of November 1, 2024, at 10:00 A.M. EST, and can direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov. The estimated contract value ranges between $10 million and $20 million, with specific requirements for safety compliance and subcontracting limitations.
    Sources Sought for Rental of one (1) Flush Steam Boiler
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking sources for the rental of one flush steam boiler to be utilized at Naval Base Point Loma in San Diego, California. The procurement requires a boiler with a capacity between 52.3 BHP to 75 BHP, designed for outdoor use, and compliant with California emissions standards, along with necessary steam hoses, fittings, and licensed operators for maintenance during the testing period from January 24 to February 10, 2025. This opportunity is crucial for ensuring reliable steam supply for heating systems in support of naval operations. Interested vendors are encouraged to submit their company information and qualifications to Kyle Wilkinson via email by the specified deadline, with the procurement being set aside for small businesses under NAICS code 532490, which has a size standard of $40 million annually.
    Boiler Inspections, Post Wide
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide boiler inspection services at Fort Campbell, Kentucky, under a Total Small Business set-aside. The contractor will be responsible for conducting inspections of approximately 445 boilers across the installation, ensuring compliance with federal and state regulations, and maintaining safety and efficiency in government-managed facilities. This contract, which spans five years, requires periodic inspections every two years and emphasizes the importance of quality control, safety measures, and adherence to ASME standards. Interested parties should contact Thomas Haas at thomas.e.haas13.mil@army.mil or Relanda Young at relanda.f.young.civ@army.mil for further details, with the anticipated closing response date expected 15 days after the solicitation publication.
    Z2DA--Replace Boiler #2 and Correct Deficiencies at Boiler Plant
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of Boiler 2 and the correction of deficiencies at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The project requires the installation of a 350 HP firetube boiler, ensuring that at least two operational boilers remain functional throughout the construction process, with provisions for a temporary rental boiler if necessary. This initiative is critical for maintaining operational capacity and safety standards within the facility, reflecting the VA's commitment to modernizing its infrastructure for optimal healthcare delivery to veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by November 1, 2024, at 3:30 PM (AST), and can direct inquiries to Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    Maintenance and Repair Services of Regional Class III Training Support Equipment at Naval Station Oceana, Virginia Beach, VA, Naval Station Norfolk, Norfolk, VA, and Other Areas of Responsibility (AOR).
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for maintenance and repair services of Regional Class III Training Support Equipment at Naval Station Oceana and Naval Station Norfolk in Virginia. The contract encompasses a range of services, including emergent, urgent, and routine service orders, as well as preventative maintenance for HVAC and compressed air systems, with a focus on ensuring compliance with the Service Contract Act. This procurement is vital for maintaining operational readiness and reliability of critical training support equipment, reflecting the government's commitment to effective facility management. Interested contractors should note that the proposal due date has been extended to October 31, 2024, and may contact Christine Briggs at christine.t.briggs2.civ@us.navy.mil or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil for further information.
    J045--BPA Plumbing Inspection and Repair Services (VA-24-00097844)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for a Basic Purchasing Agreement (BPA) for Plumbing Inspection and Repair Services across various VA Medical Centers in Connecticut. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to establish a five-year agreement to address plumbing and pipefitting needs, including general repairs, inspections, and emergency responses. The selected contractor will be required to comply with VA standards, provide licensed technicians with experience in healthcare environments, and adhere to infection control and security protocols. Interested vendors must submit their proposals by November 8, 2024, to Nathan Langone at Nathan.Langone@va.gov, with evaluations focusing on technical ability and past performance rather than price.
    HAB Laundy and Galley Repairs IDIQ Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for the HAB Laundry and Galley Repairs IDIQ Contract, which will provide technical support for the maintenance, overhaul, repair, or replacement of galley and laundry equipment on U.S. Navy Aircraft Carriers and Surface Ships. Contractors will be responsible for supplying parts and personnel to perform necessary repairs and installations, with work primarily conducted on board naval vessels located in Norfolk, Virginia. This contract is set aside for small businesses under NAICS code 336611, with a total performance period anticipated from January 28, 2025, to January 27, 2030. Interested parties should prepare for the solicitation, expected to be available around November 1, 2024, and direct any inquiries to Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or by phone at 757-443-1219.