Project Number 546-22-110 - Construct a New Boiler Building and Controls and Expand/Move the Graphic Control
ID: 36C24825R0079Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HEATING AND COOLING PLANTS (Y1NB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Jean Olivier Pierre
    jean.pierre1@va.gov
    Aldwyn Singleton
    aldwyn.singleton@va.gov
    Files
    Title
    Posted
    The Miami Veterans Affairs Healthcare System (MVAHCS) requires the construction of a new two-story boiler building and the expansion/relocation of its Graphic Control to address Heating, Ventilation, and Air Conditioning (HVAC) deficiencies and achieve N+1 boiler redundancy. The project involves six phases, beginning with the installation of two temporary 400 HP rental boilers and a control room to maintain hospital steam load during construction. The contractor is responsible for the temporary boiler plant's installation, maintenance, safety device testing, annual certification, emergency response, and eventual removal. The new facility will include three 400 HP boilers, expanding Utility Building 44 by approximately 10,000 square feet and renovating 1,665 square feet. The project also entails demolishing existing boilers and associated equipment, site preparation, and adhering to strict safety, health, and environmental regulations. Training for MVAHCS personnel on both temporary and new boiler systems is required. The project has a performance period of 730 calendar days and is classified as a Class III (Type D, High Risk Group) project due to infection control risks.
    This document, General Decision Number FL20240215, issued on August 9, 2024, outlines prevailing wage rates and labor requirements for building construction projects in Miami-Dade County, Florida. It specifies the application of Executive Orders 14026 and 13658, mandating minimum wage rates of $17.20 and $12.90 per hour, respectively, depending on the contract award date. The document includes detailed wage and fringe benefit rates for various crafts such as Asbestos Workers, Carpenters, Electricians, Elevator Mechanics, Ironworkers, Operators, Plumbers, Pipefitters, Sprinkler Fitters, Sheet Metal Workers, and several classifications under survey rates. It also addresses Executive Order 13706, requiring paid sick leave for federal contractors. The file details the appeals process for wage determinations and clarifies identifiers for union, survey, and union average rates. This decision ensures fair compensation and labor standards for federally related construction work in the specified region.
    The document outlines the sequence of operation and control architecture for a comprehensive steam system, including low- and high-pressure steam, feedwater, blowdown, and chemical water treatment. It details the integration of multiple local and system control panels, such as the Plant Master Panel, Boiler Control Panels, Water Treatment Control Panels, Fuel Oil Pump Skid Control Panel, Fuel Oil Tank Level Panel, and Refrigerant Monitoring Panel. The system incorporates gas detection, SCADA integration for alarming and monitoring, and specific control loops for condensate and deaerator levels. The document also provides piping and instrumentation diagrams (P&IDs) for the steam, condensate, feedwater, blowdown, water treatment, city/soft water, fuel oil, and boiler systems, along with an alarm annunciator display. It emphasizes adherence to codes and safety standards, outlining the responsibilities of equipment vendors and contractors for system integration.
    The Site-Specific Health and Safety Plan (HASP) for the Miami VA Healthcare System (Project #546-22-110) outlines protocols for managing potential hazards from contaminated soil during the construction of a boiler building extension. This plan, prepared by Tierra Group, addresses risks associated with arsenic, chromium, volatile organic hydrocarbons, and FL-PRO compounds identified from previous underground storage tank removals. The scope of work involves excavating approximately 20 cubic yards of arsenic-contaminated soil, with strict handling, testing, and disposal procedures. Key safety measures include establishing erosion and sediment controls, implementing dust suppression techniques (e.g., wet suppression, speed limits for vehicles), and mandating Level D personal protective equipment (PPE). The HASP also details decontamination procedures, heat exposure prevention, and emergency response protocols, including directions to Jackson Memorial Hospital. The construction contractor is responsible for employee health and safety, PPE provision, and OSHA compliance. An on-site Health and Safety Representative (HSR) will oversee soil handling and air monitoring. This plan serves as a critical guide to ensure worker safety and environmental protection during the project.
    The Miami VA Healthcare System's Project #546-22-110 involves constructing a boiler building extension on a site with known soil contamination (arsenic, chromium, volatile organic hydrocarbons, and FL-PRO compounds) from abandoned underground storage tanks. This Soil Management and Dust Control Plan, prepared by Tierra Group, outlines procedures for handling approximately 20 cubic yards of contaminated soil during excavation, including exploratory trenching, soil disturbing activities, stockpile inspection, testing, and off-site disposal. Strict dust control measures like wet suppression, speed limits, and covering stockpiles will be implemented. Real-time air monitoring for total and respirable dust will be conducted using a DustTrak II Aerosol Monitor, with work stopping if readings exceed 0.15 mg/m3 for more than five minutes. The plan emphasizes compliance with Miami-Dade County's soil reuse guidance and FDEP regulations for environmental protection and worker safety.
    The First Quarterly Groundwater Monitoring Report, prepared by Tierra Group for the Bruce W. Carter Veterans Affairs Medical Center in Miami, Florida, summarizes groundwater monitoring activities conducted in September 2024. This monitoring follows a Groundwater Sampling Plan approved by Miami-Dade County DERM in June 2024, necessitated by previous environmental evaluations revealing petroleum releases from underground and aboveground storage tanks. Analysis of groundwater samples from wells MW-3 and MW-8 detected total arsenic (2.4 ug/L at MW-3, 8.8 ug/L at MW-8) and chloroform (1.0 ug/L at MW-8). All detected parameters were below their respective Maximum Contaminant Levels (MCLs) and Groundwater Cleanup Target Levels (GCTLs). Tierra Group recommends continued groundwater monitoring to support a No Further Action with Controls (NFAC) status, aligning with Chapter 62-780, F.A.C.
    The document details Yarway blow-off valves, designed per ASME Power Boiler Code Section 1 for high-pressure boiler systems (up to 3,193 psi). These valves address challenges like dirt, sediment, scale, wire drawing, cavitation, corrosion, and precipitated solids. Two main types are available: seatless (sliding principle) and hardseat (seat-and-disc principle). Seatless valves are lauded for not scoring or leaking, while hardseat valves feature Stellite components for wear resistance. Unit tandem valves combine both types in a single body, reducing leaks and saving space, with options for manual or electric actuation. The document includes detailed specifications, materials, dimensions, and ordering information, emphasizing compliance and robust construction for demanding boiler environments.
    This report outlines the physical security and resiliency protections for the Miami VA Temporary Boiler Plant, adhering to the VA Physical Security & Resiliency Design Manual (PSRDM). It addresses the protection of temporary equipment and the necessity of risk assessments, referencing the VISN 8 Physical Security Design Manual Study. Key risk mitigation measures include locating the temporary boiler within the contractor laydown area, away from high-risk zones. The document proposes three standoff options to achieve the minimum 50-foot distance for unscreened vehicles or a 5-foot distance for screened vehicles, involving relocation of the boiler or implementing vehicle screening at the main public entrance. Additional measures include fencing, anti-ram barriers, and robust physical access control systems (PACS) and security surveillance television (SSTV) for restricted areas. Utility redundancy, including emergency power and fuel storage, is also mandated. Blast protection is not recommended for the temporary setup, but the protection plan requires adjudication by the Healthcare Engineering Oversight Committee on Physical Security and Resiliency (HEOC).
    Addendum No. 1 outlines comprehensive modifications to the construction documents for a new boiler and controls building at VAMC Miami, FL (Project No. 546-22-110). Key changes involve revising and adding several sections to the specifications, including the removal of fuel-fired domestic water heaters and decentralized unitary HVAC equipment sections, and the addition of domestic water heat exchangers, refrigerant piping, HVAC air cleaning devices, and computer-room air-conditioners. Numerous plumbing and mechanical drawings are revised to relocate sanitary lines, update water heater requirements, adjust trench drain locations, modify hydronic and chilled water piping, and update control sequences. Electrical modifications include deleting disconnect switches for various units, revising circuit designations, and adding chilled water pump circuits and a duct smoke detector. These updates aim to enhance the facility's boiler, plumbing, mechanical, and electrical systems.
    Addendum No. 1 outlines specifications for air coils in the construction of a new boiler building and controls at the VAMC Miami, Florida. The document details requirements for heating and cooling coils, including descriptions, related work sections, quality assurance, submittals, and applicable publications from organizations like AHRI, ASTM, NFPA, NEMA, and UL. Key product specifications cover materials, corrosion treatment for high humidity locations, tube and fin dimensions, header types, casing construction, pressure ratings, protection during shipping, and vent/drain requirements. It also specifies details for steam distributing coils, dampers, reheat coils, and water coils (including glycol-water types). The execution section provides instructions for installation, startup, testing, commissioning, and demonstration/training for VA personnel, emphasizing compliance with relevant HVAC commissioning sections.
    Addendum No. 1 outlines the requirements for constructing a new boiler building and controls, along with expanding/moving graphic control at the VAMC Miami, Florida. The document specifies room fan-coil units in detail, covering descriptions, related work sections (e.g., HVAC, seismic restraint, commissioning), quality assurance, and submittal procedures. It references applicable publications from ANSI/AHRI, NFPA, and UL for performance, installation, and safety standards. Product specifications for room fan-coil units include capacity certification, safety compliance, noise levels, chassis, cabinet, fans (with 3-speed motors), cooling and heating coils, piping packages, drain pans, and air filters. The execution part details installation guidelines, operational testing, startup and testing coordination with a Commissioning Agent, commissioning documentation, and demonstration/training for VA personnel on unit operation and maintenance.
    The Pre-Award Contractor Evaluation Form is a critical document for bidders/offerors responding to government RFPs, grants, or state/local RFPs. It requires companies to submit comprehensive safety and health program information. Key requirements include providing OSHA 300 Forms for the past three years, detailing man-hours, and cases involving days away from work or restricted activity, and calculating the Days Away, Restricted, or Transferred (DART) Rate. Bidders must also disclose any serious, willful, or repeat OSHA violations within the last three years, with specific violation thresholds leading to disqualification. Additionally, the form requests the company's six-digit North American Industrial Classification System (NAICS) Code, information on who administers their safety and health program, and their Insurance Experience Modification Rate (EMR) for the past three years. An EMR greater than 1.0 will disqualify the contractor, emphasizing the importance of a strong safety record and low EMR for eligibility.
    This government file outlines a Past and Present Performance Questionnaire, a critical tool for evaluating contractor performance in federal, state, and local government contracts. The document, marked "SOURCE SELECTION SENSITIVE," details a structured evaluation process that assesses a contractor's capabilities, quality control, problem-solving, adherence to schedules, financial responsibility, safety, and environmental compliance. It includes sections for general contractor information, respondent details, and a comprehensive performance information matrix with ratings from Exceptional to Unsatisfactory, requiring narrative explanations for marginal or unsatisfactory ratings. The questionnaire also covers specific work elements, contractor cooperation, and a final overall performance rating, concluding with a crucial question on whether the agency would award another contract to the contractor. This document ensures a thorough and objective assessment of a contractor's past performance to inform future source selection decisions.
    This addendum details the specifications for Computer-Room Air-Conditioning (CRAC) units as part of a project to construct a new boiler building and expand graphic control at VAMC Miami, Florida. It outlines requirements for process cooling split systems, defining terms like EER and COP. The document references various related work sections, quality assurance, and submittal procedures for manufacturer's literature, wiring diagrams, and certifications. Key product specifications include wall-mounted, self-contained units with galvanized steel cabinets, forward-curved centrifugal fans, hermetic scroll compressors, and direct-expansion evaporator coils. It also specifies remote air-cooled condensers with corrosion control via epoxy immersion coating. Installation guidelines cover handling, field refrigerant piping, electrical connections, and coordination with computer room access flooring. The addendum emphasizes field quality control, operational testing, startup procedures, commissioning, and training for VA personnel on operation and maintenance of the CRAC equipment.
    This addendum outlines the specifications for constructing a new boiler building and controls at the VAMC Miami, Florida, focusing on indoor central-station air-handling units (AHUs). It details requirements for AHU components, including fans, motors, drives, mixing boxes, filters, and coils. The document emphasizes quality assurance through certifications (AHRI 430, AHRI 260) and performance standards (ASHRAE 51, AMCA 210). Extensive submittal requirements cover manufacturer literature, drawings, performance data, sound levels, and shipping information. Products must adhere to specific construction standards for casing, base, and drain pans, utilizing galvanized steel or approved aluminum. The addendum also specifies installation procedures, leakage testing, vibration balancing, and startup services, ensuring compliance with various industry and military standards. Commissioning documentation is required per Section 23 08 00.
    Addendum No. 1 outlines specifications for HVAC air cleaning devices, particularly filters, for the VAMC Miami, Florida project, focusing on constructing a new boiler building and control systems. The document details requirements for air filters, including descriptions, related work sections, quality assurance, submittals, and applicable publications. It specifies various types of replacement filter elements, such as extended surface air filters (MERV 8, 11, 13, 14), HEPA filters (99.97% and 99.99% efficiency), and their construction, performance, and testing standards (ASHRAE 52.2, UL 900). The addendum also covers filter housings, support frames, instrumentation like Magnehelic gages, and mandates for factory filters in HVAC equipment. Installation, start-up, temporary use, and commissioning procedures are also detailed, emphasizing compliance with manufacturer instructions and relevant sections for HVAC systems.
    Addendum No. 1 outlines the specifications for constructing a new boiler building and controls, including expanding/moving graphic control, at the VAMC Miami, Florida. The document details requirements for refrigerant piping in direct expansion HVAC systems, emphasizing sizing, selection, and design according to manufacturer instructions. It defines key terms like 'refrigerating system' and 'brazed joint,' and references related work sections such as common HVAC results, HVAC, and boiler plant insulation. Quality assurance is mandated through compliance with ASHRAE Standard 15 and ASME B31.5. The addendum also specifies comprehensive submittal requirements, including shop drawings for components and piping layouts, certifications, and design manuals. Applicable publications from ARI/AHRI, ASHRAE, ANSI, ASME, ASTM, AWS, and UL are listed to ensure adherence to industry standards. Product specifications for piping, fittings, valves, gages, thermometers, pipe supports, electrical heat tracing, refrigerants, oil, roof penetration covers, and insulation are detailed. Installation procedures, joint construction, system protection, relief valve discharge, firestopping, signs, identification, and field quality control, including system testing and charging, are also thoroughly described.
    This addendum details the specifications for hydronic piping systems in the construction of a new boiler building and controls at VAMC Miami, Florida. It outlines the requirements for water piping connecting HVAC equipment, including chilled water, domestic water make-up, and glycol-water piping. The document references numerous applicable publications and standards from organizations like ASME, ASTM, and AWS. Key aspects include detailed submittal requirements for manufacturer literature, certified data reports, welder qualifications, and as-built documentation. Quality assurance measures, such as single-manufacturer components for couplings, fittings, and valves, are emphasized. The addendum also specifies products like pipe and tubing materials, fittings for various pipe types (steel, copper, plastic), dielectric fittings, valves (ball, butterfly, gate, globe, check, balancing), water flow measuring devices, strainers, flexible connectors, and other hydronic system components. Execution details cover general installation practices, pipe joint specifications, expansion joint installation, leak testing, and comprehensive flushing and cleaning procedures for piping systems. The document concludes with requirements for water treatment, startup, testing, commissioning, and demonstration and training for VA personnel.
    This addendum details the specifications for hydronic pumps for the construction of a new boiler building and controls at the VAMC Miami, Florida. It outlines requirements for pump capacity, head, and related work sections, including common work results for boiler plant and HVAC. The document specifies applicable publications from ASME and ASTM, submittal procedures for manufacturer's literature, characteristic curves, and operating manuals. Quality assurance measures cover design criteria, pump testing, and vibration tolerance. The addendum also addresses as-built documentation, spare materials, and installation guidelines. It provides detailed product specifications for centrifugal pumps, including construction materials, motor requirements, and variable speed pump features. Finally, it outlines procedures for installation, startup, testing, commissioning, demonstration, and training, emphasizing compliance with manufacturer instructions and coordination with the Commissioning Agent.
    Addendum No. 1 outlines the requirements for constructing a new boiler building and installing domestic hot water heat exchangers at the VAMC Miami, Florida. The project, identified as 546-22-110, details specifications for domestic hot water heat exchangers, including accessories, connections, and equipment for indirect water heating using steam or hot water. It emphasizes compliance with various standards from ASHRAE, ANSI, ASME, NFPA, NSF, and UL. Key requirements include detailed submittals for manufacturer literature, shop drawings, ASME compliance documentation, operating manuals, and commissioning checklists. Quality assurance mandates ETL listing, ASME HLW stamp, and adherence to NSF and ASHRAE efficiency standards. The document also specifies warranties for storage tanks, heat exchangers, and other components, along with detailed installation, leakage, performance testing, startup, commissioning, and training procedures for the new system and controls in the old incinerator area.
    Addendum No. 2 for Project No. 546-22-110 details revisions to the construction of a new boiler building and controls at VAMC Miami, FL. Issued on January 31, 2025, this addendum updates specifications and drawings across various disciplines. Key changes include adding a painting section, revising ASTM standards for hydronic and steam piping from A307 to A193, and relocating the temporary boiler plant. Numerous drawing updates address existing conditions, site plans, security measures, and the coordination of utilities, piping, and electrical requirements related to the temporary boiler plant's new location. The revisions ensure compliance with updated standards and refine project logistics.
    Addendum No. 2 details the specifications for constructing a new boiler building and controls, along with expanding/moving graphic controls, at the VAMC Miami, Florida. The document outlines requirements for steam and condensate heating piping, including descriptions, related work sections, and applicable publications from organizations like ASME, ASTM, and AWS. Key aspects cover submittals for manufacturer literature, data, coordination drawings, as-built diagrams, and operating/maintenance manuals. Quality assurance emphasizes adherence to codes, standards, and welding qualifications. Product specifications detail pipe types, fittings, dielectric fittings, various valves (gate, globe, angle, check), strainers, pipe alignment guides, and expansion joints. It also includes steam system components like pressure reducing valves, safety valves, flash tanks, steam traps, and air vents, along with gauges and pressure/temperature test provisions. Execution guidelines address general installation practices, welding procedures, pipe joints, expansion joint installation, steam trap piping, leak testing, flushing, cleaning, startup, testing, commissioning, and demonstration/training for VA personnel.
    This government file details existing conditions, demolition plans, and erosion control measures for the HVAC System Upgrade and Expansion B44 project at 1201 NW 16th St, Miami, FL, owned by the U.S. Dept. of Veterans Affairs. The project, including Addendum #2 dated 2025-01-31, is being engineered by Pennoni. The site information provides details on soil borings, building elevations, utility locations (including storm, power, water, and gas lines), fences, gates, ramps, and various concrete and asphalt areas. General notes emphasize the approximate nature of utility locations and the contractor's responsibility to verify them and notify the Sunshine One Call System before excavation. Demolition notes outline the contractor's responsibilities for utility disconnection, debris removal, repair of damaged utilities, and complete removal of building foundations and site structures. Erosion control notes detail measures for preventing erosion and sediment transport, including the use of approved barriers, protection of inlets, stabilization of disturbed areas, and requirements for dewatering plans. The project also involves the temporary relocation of a boiler.
    The Specialized Experience Form is a critical component for government contractors bidding on federal, state, and local RFPs, requiring detailed information on three past projects. This form collects comprehensive contractor data, including firm name, DUNS, CAGE code, contact information, contract numbers, award dates, and project titles. It mandates a clear description of the offeror's role (prime, subcontractor, joint venture), percentage of work performed, and if a subcontractor, prime contractor details. The form also requires information on the awarding government agency or company, including contact details for procurement officials. A crucial section demands a detailed description of the project's scope, the offeror's specific roles and responsibilities, and how the work is relevant to the current solicitation. Additionally, it asks for details on difficulties encountered, unforeseen conditions, and their resolutions. Contractors must provide performance periods, original and actual completion dates, and explain any uncompleted projects or reasons for termination. Financial details such as original and final contract prices, with explanations for differences, are also required. This form aims to evaluate the relevancy and successful execution of past projects to assess a contractor's capability for new government contracts.
    This government file details Project No. 546-22-110 for the VA Medical Center in Miami, Florida, focusing on constructing a new boiler building and controls in the old incinerator area, and expanding/moving graphic controls. The project involves extensive demolition, site work, general construction, and upgrades to mechanical, electrical, and plumbing systems. It outlines general requirements, safety protocols, security procedures for personnel and documents, and mandates a detailed warranty management plan. Key aspects include maintaining medical center operations 24/7, coordinating utility interruptions, protecting existing infrastructure, and ensuring all work adheres to VA specifications and local regulations. The document also includes a comprehensive list of drawing sheets for various project phases and systems.
    The document outlines the comprehensive painting and finishing requirements for the HVAC System Upgrade and Expansion project at VAMC Miami, Florida. It details the scope of work, including priming and painting various surfaces like ferrous metals, galvanized metals, concrete blocks, gypsum drywall, pipes, and other mechanical/electrical items. The file specifies related work sections, submittal requirements for materials and painter qualifications, and guidelines for delivery, storage, and quality assurance. Crucially, it mandates strict adherence to regulatory requirements concerning VOC emissions, lead-based paint, asbestos, and other hazardous materials. Safety and health protocols are emphasized, referencing federal, state, and local regulations. The document also provides extensive lists of applicable publications and Master Painters Institute (MPI) approved products, along with detailed instructions for surface preparation, paint application, and specific prime and finish coats for both interior and exterior surfaces. Identity painting for piping systems and fire/smoke partitions, including color codes and abbreviations, is also thoroughly described. The overall purpose is to ensure a high-quality, compliant, and safe painting execution for the VAMC Miami project.
    The Department of Regulatory and Economic Resources-Division of Environmental Resources Management (DERM) approved the Revised Contaminated Soil Management Plan (SMP) and Dust Control Plan (DCP) for the Miami VA Healthcare System. Key conditions include off-site disposal of stockpiled soil, prohibiting its reuse as backfill, and requiring a Source Removal Report (SRR) within 60 days of completion of source removal activities. The temporary storage of contaminated soil cannot exceed 90 days. Delivery tickets are required for imported fill material, with sampling necessary if not sourced from a Miami-Dade County quarry. Only municipal water can be used for dust suppression. DERM reserves the right to conduct split sampling and requires notification three working days prior to field activities. Failure to comply may lead to enforcement actions, and any aggrieved party may appeal to the Environmental Quality Control Board within 15 days.
    The Boiler Safety Device Interim Safety Measure Form (138-82) addresses deficiencies in boiler safety devices that do not meet VHA Directive 1810 and the VHA Boiler Plant Safety Device Testing Manual. This form is used to document and manage interim safety measures for Device X on boiler #X, which poses a risk of dangerous operating conditions, property loss, and personnel injury to boiler plant operators and supervisors. The interim safety measure requires boiler plant personnel to perform specific actions at a set frequency to ensure safe operation. The document necessitates multiple signatures from USROs, the Boiler Plant Supervisor, Chief Engineer, and Medical Center Director, and must be maintained in the Boiler Plant and Engineering Office.
    The Miami VAMC Boiler Plant Semi-Annual Safety Device Testing Documentation outlines comprehensive procedures for verifying the operational integrity of both ancillary and boiler-specific safety devices. The document details a series of semi-annual tests, including checks for high and low water alarms on condensate and deaerator tanks, deaerator overflow systems, various safety valves, and fuel pressure alarms. It also covers critical boiler safety tests such as steam limit switches, fuel gas pressure cutoffs, automatic fuel valve leak tests, flame scanner functions, and purge timings. Each procedure specifies location, plumbing, switch setpoint and mechanics, and logic checks, ensuring compliance with VHA Directive 1810. The overarching purpose is to certify that all safety devices are properly tested, documented, and free from failures, ensuring the safe and reliable operation of the boiler plant facilities.
    The document "138-82 Common and Emergency Parts Inventory Recommendation and Tracking Sheet" provides a detailed list of recommended spare parts and their corresponding par levels for equipment in Miami. The list is crucial for maintaining operational readiness and facilitating emergency repairs. It includes various components such as automatic shutoff valves for gas and oil, gaskets and filter elements for gas and oil filters, igniter components, boiler hand-hole and man-hole gasket sets, observation port lenses, gage/sight glass components, atomizing air compressor parts, boiler feedwater and condensate pump assemblies, fuel oil pump seals and gaskets, control regulators, transmitters, electric power drive units, Burner Management System (BMS) components, flame scanners, control panel indicator bulbs, control relays, and various pressure switches. The document also includes an inventory tracking sheet to record current stock levels against recommended par levels, ensuring efficient management of spare parts for critical systems.
    The document outlines the "Intelligent Rekey Plans" for the Miami, FL VA Health System, specifically for the Bruce W. Carter Medical Center at 1201 NW 16th St, Miami, Florida. The project, identified by DVA Project #: 36C24823Q0741 and CCG Project #: 40053, involves rekeying multiple buildings across various levels, including Building 1 (basement to thirteenth level), Building 2, Building 7, Building 10, Building 40, Building 44, Building 68, and several off-site clinics such as Flagler, Doral, Key Largo, Homestead, Pembroke Pines, Broward, Fort Lauderdale, Deerfield, Pompano Beach, and Hollywood. The plans include detailed sheet indexes, legends, notes, typical details for Intelligent Rekey Identification and Programming Devices (IPD), and overall site orientation plans. Keynotes address common issues like field verification, resurveying openings, and confirming the scope for specific lock types or inaccessible areas. The project aims to implement a new intelligent rekeying system, with Citizen Contracting Group, LLC as the system contractor.
    The SARGENT 10X Line Bored Lock is an advanced security solution designed for high-traffic, high-abuse environments, exceeding ANSI/BHMA Grade 1 performance standards by significant margins. This product offers superior resistance to vandalism and malicious attacks, ensuring reliable performance throughout its lifecycle. Key features include extreme resistance to locked lever torque, offset lever pull, and vertical impacts, as well as maintaining latch retraction under preload. The lock also boasts an innovative push/turn button design to prevent damage, 26 mechanical functions, 14 finishes, and compatibility with various cylinder and key systems, including an optional Microshield® antimicrobial coating. Its design simplifies installation and minimizes inventory requirements, making it suitable for both new and retrofit applications. This product is positioned to meet the stringent security and durability needs often outlined in government RFPs for public and institutional facilities.
    The SARGENT 10X Line Product Catalog details a range of cylindrical lever locks designed for high-traffic, high-abuse environments, exceeding ANSI/BHMA Grade 1 performance standards. These locks feature solid cast levers, anti-rotational through-bolts, and a durable push/turn button design. They are suitable for commercial, institutional, and government applications, including hospitals and schools. The locks boast extensive certifications, including UL/cUL listings for fire doors, ADA compliance, and windstorm/hurricane resistance under Florida Building Code. Technical specifications cover door prep, thickness, backset options, and various latch and strike configurations. The catalog outlines numerous mechanical and electromechanical functions, cylinder options including conventional and interchangeable cores, and competitive keyway compatibility. A notable feature is the optional MicroShield® antimicrobial coating for enhanced hygiene. The document also provides ordering instructions and architectural specifications, emphasizing durability, flexibility, and a broad offering of finishes and designs, backed by a ten-year limited warranty.
    The Medeco CLIQ system offers an intelligent key locking and access control solution combining electronic and mechanical technologies, ideal for government RFPs, federal grants, and state/local RFPs. It provides controlled access and accountability through cloud-based software, eliminating the need for complex wiring or changes to existing door hardware. Key features include electronic rekeying, detailed audit trails in both keys and locks, and physical security with attack-resistant designs. The system also offers wireless key updates via smartphones using the CLIQ Connect App, flexible scheduling, and various cylinder types to fit diverse applications. Medeco CLIQ addresses real-world issues such as costly rekeying, regulatory compliance, inventory control, and managing employee turnover efficiently.
    The VHA Pre-Construction Risk Assessment (PCRA) template outlines minimum requirements for assessing and mitigating safety risks associated with construction, renovation, and maintenance activities within VHA facilities. It categorizes activities into Inspection/Upkeep, Small-scale, and Large-scale, each with escalating control measures to protect patients, employees, and contractors. The document emphasizes using the activity's statement of work and drawings for assessment, and stresses communication and coordination plans with affected areas. It specifies that this PCRA focuses on non-infection-related safety and must be used in conjunction with the VHA Infection Control Risk Assessment (ICRA) when infection risks are present. The template also includes a fillable permit form to be posted at activity sites, detailing the activity type and required control measures. It further requires coordination with adjacent areas, categorizing them by occupancy type to ensure operations are not disrupted.
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.3, December 2024) provides minimum requirements for assessing and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: identifying the activity category (A, B, C, or D), assessing affected areas, determining the overall patient risk category (Low, Medium, High, or Highest), and establishing the necessary level of infection prevention and control precautions (I, II, III, or IV). The document details specific control measures for each precaution level, which build upon the preceding levels, and provides guidelines for post-activity cleaning and system verification. An infection prevention and control permit is mandatory for Level III and IV activities. An appendix offers an alternative to outdoor exhaust requirements for negative air systems, allowing for interior exhaust under specific, monitored conditions. This template ensures patient and employee safety by standardizing infection control protocols in healthcare construction environments.
    This government file outlines a
    The Base Offer Cost Breakdown form is a detailed financial template for government contractors submitting proposals for federal, state, or local RFPs and grants. It requires offerors to itemize labor and material costs across various construction divisions, from general requirements to specialized systems like fire suppression, plumbing, HVAC, and electrical. The form also includes sections for overhead, profit, and bond percentages, culminating in a total base offer cost. Its primary purpose is to provide the government with a granular breakdown of costs, enabling comprehensive price analysis and preventing lump-sum submissions. This ensures transparency and helps evaluators understand the financial components of each offer.
    VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) certification requirements for contractors regarding limitations on subcontracting for services and construction, as per 38 U.S.C. 8127(l)(2). Offerors must certify that they will comply with specific subcontracting limits to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For services, no more than 50% of the government-paid amount can go to non-certified firms, excluding certain direct costs. General construction limits this to 85%, and special trade construction to 75%, both excluding material costs. Subcontracted work by similarly situated SDVOSB/VOSB subcontractors counts towards these limits. False certifications can lead to criminal, civil, or administrative penalties, including prosecution under 18 U.S.C. 1001. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, and prosecution. Contractors must provide documentation to the VA upon request to verify compliance, with failure to do so potentially resulting in remedial action. A formal certification must be completed and submitted with the offer, or the offer will be deemed ineligible.
    The Department of Veteran Affairs' Miami Healthcare System is planning Project #546-22-110, titled "Construct a new boiler and control in the old incinerator area." This project, documented on March 13, 2024, involves constructing a new boiler and control system within the former incinerator area of the facility. The site plan, scaled at 1" = 50'-0", indicates the location near the Central Plant (Bldg. No. 44) and other key structures like the Main Hospital (Bldg. No. 1) and Community Living Center (Bldg. No. 10). The initiative, approved by Engineering Operations, aims to modernize the healthcare system's infrastructure by upgrading essential utilities, reflecting a commitment to improving facility operations at the Miami, V.A. Healthcare System.
    The document outlines plumbing legends, symbols, notes, and specifications for the construction of a new boiler building and controls in the old incinerator area, and the expansion/relocation of graphic controls at the VA Miami facility. The project involves extensive plumbing work, including demolition of existing systems and installation of new gravity and pressure piping, fixtures, and equipment. All work must comply with the 2021 VA Plumbing Design Manual and the 2000 Florida Building Code – Plumbing. Key aspects include detailed plans for temporary boiler plants, restroom facilities, and various plumbing fixtures with specific schedules and mounting details. The project also addresses the demolition and relocation of water treatment systems and backflow preventers, emphasizing coordination with other trades and adherence to ADA accessibility guidelines.
    The Miami Veterans Affairs Healthcare System (MVAHCS) is planning a significant renovation of its Boiler Plant and Utility Building (Building 44) to address existing heating, ventilation, and air conditioning (HVAC) deficiencies. The project will involve the construction of a new Boiler Plant and a Boiler Control Room, along with the installation of three new 400-horsepower boilers to ensure operational redundancy. Additionally, two rental boilers will be provided during construction to maintain steam supply. This procurement will be managed through a Request for Proposal (RFP) process, emphasizing a tiered set-aside evaluation for small businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and other veteran-oriented enterprises. It is estimated that the solicitation will be released in August 2025, with a project duration of approximately 730 days. The estimated construction budget ranges between $20 million and $50 million, adhering to the applicable NAICS code 236220. Interested contractors can submit inquiries via email to the designated contacts listed in the presolicitation notice. This project reflects the VA's commitment to improving facilities for veterans by enhancing operational efficiency and safety.
    This government Request for Proposal (RFP) from the Department of Veterans Affairs outlines a project to construct a new boiler building and control room, and to expand/move the graphic control at the Miami VA Healthcare System. The project, valued between $20,000,000 and $50,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Key requirements include installing temporary boilers to maintain steam supply during construction, demolishing existing boilers, and building a new two-story utility building with three 400-horsepower boilers. The contractor is responsible for all construction, maintenance, testing, and certifications, including adherence to VA directives and safety regulations. The period of performance is 730 calendar days from the notice to proceed, with specific deadlines for site visits, requests for information, and proposal submissions.
    This Sources Sought Notice from the Department of Veterans Affairs (VA) is for Project Number 546-22-110: Construct a New Boiler Building and Controls & Expand/Move the Graphic Control at the Miami VA Healthcare System. This is solely for market research, not a solicitation. The project aims to correct HVAC deficiencies by renovating and upgrading the existing steam generation and auxiliary systems in Utility Building 44. This includes constructing a new Boiler Plant, an extension to the utility building, and a Boiler Control Room with three new 400 HP boilers. The contractor will also furnish and install two temporary 400 HP rental boilers to maintain steam load during construction. The applicable NAICS Code is 236220, with a construction magnitude between $20 million and $50 million. Responses are due by September 8, 2025, at 11:00 AM EST, via email to Jean.Pierre1@va.gov. Submissions require company information, business size/type (including SAM and VetCert registration details for SDVOSB/VOSB), Federal Supply Schedule contract information, a capability statement, and three past performance references. Failure to submit requested items may affect set-aside procurement determinations.
    Similar Opportunities
    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.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    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.
    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.
    Y1DZ--NRM - CONSTR PROJ - 630-26-102 Design Build HVAC Bldgs. 4 and 5
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the "Design Build HVAC Bldgs. 4 and 5" project at the Manhattan Campus VA Medical Center in New York. This project aims to upgrade the air conditioning plants by installing three new chillers and associated cooling towers, addressing current ventilation insufficiencies and heat generated by new equipment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 236220 and a small business standard of $45 million; the estimated construction magnitude is between $2,000,000 and $5,000,000, requiring a 20% Bid Bond. The solicitation is expected to be posted around January 5, 2026, and interested parties can contact Kim Gomez at kimberly.gomez@va.gov for further inquiries.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@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.