526-22-900 Replace Boiler Plant Construction - Bronx VAMC
ID: 36C77625B0028Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HEATING AND COOLING PLANTS (Y1NB)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the construction project titled "Replace Boiler Plant Construction - Bronx VAMC," aimed at replacing the existing boiler plant at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as VA Project No. 526-22-900, involves comprehensive upgrades including the installation of new boilers, fuel systems, and associated electrical and mechanical components, with an estimated project cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by the deadline of August 27, 2025, and are encouraged to contact Jason Phillip at jason.phillip@va.gov or Joseph Rossano at joseph.rossano@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is Amendment 0001 to Solicitation Number 36C77625B0028 for the Department of Veterans Affairs. Dated July 28, 2025, this amendment extends the offer due date and provides two key updates: the site visit sign-in sheet and updated construction wage rates for the Bronx Boiler Plant Construction project. The amendment, issued by the Department of Veterans Affairs, Program Contracting Activity Central, requires offerors to acknowledge receipt to ensure their proposals are considered. All other terms and conditions of the original solicitation remain unchanged, reinforcing the administrative nature of these modifications.
    This document is Amendment 0002 to Solicitation Number 36C77625B0028, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, effective August 4, 2025, modifies the original solicitation dated July 14, 2025. Its purpose is to revise Sections 2.3 (SDVOSB SET-ASIDE) and 2.8 (Proposal Requirements) of the solicitation, with attached detailed revisions. Additionally, the amendment removes Cleaver Brooks equipment as a brand-name requirement for specific items (A & B) because other manufacturers can meet the specifications. This change is supported by a revised Brand Name Justification document, also attached. Offerors must acknowledge receipt of this amendment by returning signed copies, acknowledging it on their offer, or sending a separate communication, ensuring receipt by the specified deadline to avoid rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment to Solicitation Number 36C77625B0028, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, number 0003, with an effective date of August 11, 2025, addresses several key points. Its primary purpose is to provide responses to technical questions received, update the point of contact for future inquiries to Joseph Rossano via email (Joseph.Rossano@va.gov), provide the updated warrant number for the Contracting Officer, Joseph Rossano, and provide current wage rates. The amendment also includes attached documents such as the "Tech Questions Tracker - Bronx 8.7_Responses," "Bronx VAMC Boiler Plant RBM Survey Report - Final," and "Construction Wage Rates - Bronx - 8-8-25." This modification is critical for all offerors/bidders as it updates essential information and clarifies requirements for the solicitation.
    This document is Amendment 0004 to Solicitation Number 36C77625B0028 for the Department of Veterans Affairs. Issued on August 14, 2025, this amendment serves two main purposes: to provide responses to clarification questions (questions #30-#40 on the tracker) and to announce a change in the Contract Specialist for the project. Effective August 15, 2025, Sharese McKinney will be replaced by Jason Phillip, to whom all future correspondence and bids should be sent. Joseph Rossano must still be included on all correspondence. This amendment ensures all offerors are updated on project details and contact information.
    The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs for a construction project to replace the boiler plant at the James J. Peters VA Medical Center in Bronx, NY. This competitive solicitation is designated exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires them to meet specific bidding and performance criteria. Key details include a project cost estimate between $20 million and $50 million, a construction timeline of 750 days post-award, and mandatory performance bonds for the awarded contractor. Bidders must submit their proposals electronically by the specified deadline and include necessary documentation such as a bid guarantee and representations regarding small business status. The solicitation also mandates a pre-bid site visit and outlines various compliance protocols regarding labor agreements, safety standards, and qualifications. Overall, the RFP signifies the VA's ongoing efforts to ensure quality construction services while supporting veteran-owned enterprises in the procurement process.
    This document is an amendment to a solicitation related to a construction project managed by the Department of Veterans Affairs (VA), specifically concerning the Bronx Boiler Plant. The amendment outlines significant updates, including the provision of a site visit sign-in sheet and updated wage rates, indicating compliance with federal contracting regulations. Contractors and bidders are required to acknowledge receipt of this amendment to ensure their offers are considered valid. The modification emphasizes the project’s administrative updates without altering the overarching contract terms, ensuring continuing alignment with regulatory standards. The amendment includes named officials, contact information, and the specific amendment details to facilitate clarity and communication among all stakeholders involved in the procurement process.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs related to a project identified by Contract ID 36C77625B0028, effective from July 14, 2025. The amendment outlines several key changes: first, it revises sections related to Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and proposal requirements; second, it removes the brand name requirement for specific equipment initially specified as Cleaver Brooks, allowing for other manufacturers to meet the necessary specifications. This shift came as a result of inquiries received during the solicitation process, indicating that alternative options with similar capabilities are available. Supporting attachments include revised solicitation sections and a brand name justification document. The changes aim to enhance vendor participation and meet project requirements more flexibly, reaffirming the VA's commitment to ensuring fair competition and compliance in federal procurement processes.
    This document is an amendment to Solicitation Number 36C77625B0028 for the "Replace Boiler Plant Construction - Bronx VAMC" project, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, number 0005, dated 08-19-2025, primarily serves to provide call-in information for the Bid Opening meeting. It also indicates that the hour and date specified for the receipt of offers are not extended. The document reiterates that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offer is not rejected.
    The Department of Veterans Affairs (VA) is soliciting bids for the replacement of existing boilers at the James J. Peters VA Medical Center in Bronx, NY. The project, VA Project No. 526-22-900, involves comprehensive general construction, demolition, and alterations to the existing boiler plant. This includes installing temporary facilities and equipment, replacing boilers, deaerators, condensate tanks, pumps, electrical equipment (including a new generator), and fuel systems, along with associated structural, plumbing, and finishing work. The bid documents, issued on June 17, 2025, outline detailed specifications across various divisions, from special sections to utilities, and include extensive lists of drawings covering general, hazardous materials, civil, structural, architectural, fire suppression, plumbing, mechanical, electrical, fire alarm, and security electronics aspects. The project emphasizes stringent safety, security, and environmental control requirements, with specific protocols for site access, material storage, utility interruptions, and document control. Contractors must adhere to strict work hours and coordinate closely with the VA to ensure minimal disruption to the Medical Center's 24/7 operations.
    This government file, "Replace Existing Boilers VA Project No. 526-22-900," outlines the comprehensive specifications and requirements for replacing boilers at the James J. Peters VA Medical Center in Bronx, NY. The project, bid on June 17, 2025, falls under federal government RFPs, specifically for the Department of Veterans Affairs. It details extensive work across various divisions, including HVAC (Division 23), which is the primary focus, along with general requirements, existing conditions, concrete, masonry, metals, thermal and moisture protection, openings, finishes, specialties, furnishings, fire suppression, plumbing, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. Key aspects include adherence to numerous codes and standards (e.g., ASME, NFPA, VA manuals), rigorous quality assurance for equipment and installation, strict submittal requirements for documentation (including coordination/shop drawings, maintenance data, and test plans), and detailed protocols for job conditions, particularly regarding maintaining plant operations during the replacement process. The project emphasizes safety, reliability, efficiency, and accessibility, requiring experienced contractors and authorized service providers.
    This government file details the specifications for replacing existing boilers at the James J. Peters VA Medical Center in Bronx, NY (VA Project No. 526-22-900). The document, Volume III, Divisions 26-33, outlines comprehensive requirements for electrical installations, low-voltage electrical power conductors and cables, and grounding and bonding for electrical systems. It emphasizes adherence to national codes and standards such as NEC, UL, IEEE, and NFPA, specifying minimum requirements for materials, equipment, and installation practices. Key aspects include qualifications for manufacturers and products, material protection, work performance, equipment installation and identification, submittal procedures, acceptance checks and tests, warranty, and instruction for Government personnel. The document also provides detailed color-coding for conductors, guidelines for splices, connectors, and control wiring, and mandates specific ground resistance values for the grounding system.
    The US Department of Veterans Affairs is seeking construction services to replace the boiler plant at the James J. Peters VA Medical Center in Bronx, NY. The project involves replacing three 40,000 lb/hr boilers and associated equipment within Building 101, which were installed in 1977. Key objectives include enhancing system reliability and meeting VA design guidelines. The scope of work encompasses comprehensive civil, structural, architectural, fire suppression, fire alarm, plumbing, mechanical, and electrical upgrades. This includes site demolition, installation of new fuel oil tanks and an emergency generator, structural reinforcements, new architectural layouts for various rooms, and modernizing all utility systems. The project mandates temporary boiler operations, adherence to strict safety and environmental regulations, and the use of the Autodesk Construction Cloud platform for project management. The contractor must assign an experienced site superintendent and project manager for the duration of the project.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides a standardized framework for assessing and mitigating safety risks during construction, renovation, and maintenance activities within VA facilities. This document, intended for use in conjunction with the VHA Infection Control Risk Assessment (ICRA), categorizes activities by type (Inspection/Upkeep, Small-scale, Large-scale) and outlines corresponding control measures to protect patients, employees, and contractors. It mandates thorough pre-assessment using statements of work and drawings, emphasizing communication and coordination with affected areas. The PCRA details specific control measures for each activity type, requiring re-evaluation as work progresses. It also includes an affected adjacent area assessment to prevent operational disruptions and a fillable permit for posting at activity sites, ensuring compliance and safety throughout the project lifecycle. The document includes a specific example of a large-scale boiler plant replacement project, demonstrating the application of the PCRA, including identified affected areas and required control measures.
    The document outlines a federal government request for proposals (RFP) focusing on infrastructure upgrades and maintenance, likely for a facility or system. It details requirements for mechanical, electrical, plumbing (MEP) systems, and includes specifications for various components such as sprinkler systems, ductwork, and electrical installations. The RFP emphasizes adherence to standards, safety protocols (including infection control and fire watches), and coordination among different trades. It also touches upon hazardous material surveys, indicating a need for environmental assessments and remediation. The repetitive numerical and character sequences suggest a highly structured, possibly form-based, document typical of government procurement processes. The document appears to seek comprehensive solutions for modernizing and maintaining critical infrastructure, prioritizing compliance, safety, and operational efficiency.
    The Department of Veterans Affairs (VA) is issuing a Justification and Approval (J&A) for Other Than Full and Open Competition for the "Replace Boiler Plant Construction" project at the Bronx VA Medical Center. This justification supports the procurement of specific brand-name construction materials, including boilers (Cleaver Brooks), emergency generators (Caterpillar), transformers (Powersmiths), electrical components (Schneider Electric USA/Square D, ASCO, Leviton), fire alarm systems (Johnson Controls Simplex), building automation systems (Independent Temperature Control Inc. (ITC)), security cameras (Motorola Avigilon), fuel tank monitoring systems (Veeder-Root), and mortar flooring (Stonhard). The total project value is estimated between $20,000,000 and $50,000,000. The rationale for brand-name only procurement is based on standardization throughout the facility, ensuring compatibility, operational integrity, and safety for patients, staff, and visitors. Using alternative brands would lead to significant duplication of costs, potential system incompatibility, operational failure, and compromise the reliability and code compliance of critical infrastructure. Market research confirmed the compliance of these brand-name items with the Buy American Act. The overall procurement will be a Service-Disabled Veteran-Owned Small-Business (SDVOSB) set-aside, ensuring competition for the entire project while maintaining brand-name requirements for specified components.
    The document, Project No. 526-22-900, titled "Replace Boiler Plant Construction – Bronx VAMC," is a justification for other than full and open competition for specific brand-name components. The project requires the installation of electrical panelboards, circuit breakers, receptacles, disconnect switches (all Schneider Electric USA/Square D), Leviton receptacles, Johnson Controls (JCI) Simplex fire alarm system, Independent Temperature Control Inc. (ITC) for the Building Automation System (Tridium-based JCI FX system), Motorola Avigilon security camera system, Veeder-Root fuel tank monitoring system, and Stonhard mortar flooring. The justification emphasizes the critical need for these specific brands to ensure compatibility, maintain system integrity, and ensure life safety and operational effectiveness of the existing infrastructure at the Bronx VAMC. Using alternative components could lead to operational failures, delayed maintenance, and compromise code compliance. The procurement will be a Service-Disabled Veteran-Owned Small-Business (SDVOSB) set-aside, with market research confirming the
    VAAR 852.219-75 outlines the VA's limitations on subcontracting for services and construction, specifically addressing contracts with Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For general construction contracts, contractors cannot pay more than 85% of the government-paid amount to non-certified SDVOSBs or VOSBs. The cost of materials is excluded. For services, this limit is 50%, and for special trade construction contractors, it's 75%. Any subcontracted work by a similarly situated certified SDVOSB/VOSB subcontractor counts toward these limitations. The offeror certifies compliance, acknowledging potential criminal, civil, or administrative penalties for false certifications. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors must provide documentation to the VA upon request to demonstrate compliance, with failure to do so potentially resulting in remedial action. A formal, signed certification must accompany the offer for it to be considered for award.
    A mandatory site visit for the 526-22-900 Replace Boiler Plant Project is scheduled for Monday, July 28, 2025, at 10:00 AM (ET) at the James J. Peters VA Medical Center in Bronx, NY. Attendees must enter through the main gatehouse, park in the contractor's lot, and check in with Engineering Service at Room GC-100 in the Main Hospital (Building 100). A valid ID is required for a visitor's badge. Carpooling and early arrival are recommended due to limited parking. For further directions, contact the Engineering office at 718-584-9000 extension: 3630. This visit is crucial for potential bidders to assess the project site and understand the scope of work.
    Pillori Associates conducted a geotechnical investigation for a 30,000 Gallon Fuel Oil Tank at the Bronx Boiler Replacement Project, Bronx, NY. The investigation, detailed in a revised January 2025 report, aimed to assess subsurface soil/rock conditions at an alternative location (across from Building 16) to inform foundation design. Two borings (B-1 and B-2) were drilled, revealing a surface layer of miscellaneous fill, overlying very dense glacial till, and/or decomposed Gneiss bedrock. The report classifies these materials according to NYCBC standards and provides engineering recommendations for conventional spread/strip footings and retaining walls, excavation, dewatering, and backfill. It designates the site as
    The document pertains to federal procurement activities for the Department of Veterans Affairs (VA), specifically focused on the replacement of existing boilers at the James J. Peters VA Medical Center in Bronx, NY (Project No. 526-22-900). It outlines the bid documents and specifications organized into various divisions, detailing structural requirements, safety protocols, administrative expectations, and the responsibilities of contractors. Key elements capture the construction scope, including demolition, installation of new boiler systems, plumbing, and electrical work, with an emphasis on minimizing disruption to existing VA operations. Securing compliance with health and safety standards is critical, alongside adherence to a strict schedule to ensure continuity of services. The document details operational logistics, including the requirement for site access permissions, surveillance protocols, and the management of sensitive information. Additionally, it mandates robust documentation practices, urging contractors to provide as-built drawings and follow warranty management plans post-completion. Overall, this project aims to modernize essential heating infrastructure while prioritizing both veteran care and regulatory compliance within the construction framework.
    The James J. Peters VA Medical Center in Bronx, NY, is embarking on a project to replace existing boilers, designated as VA Project No. 526-22-900, with bid documents dated June 17, 2025. This initiative is part of the Department of Veterans Affairs' efforts to ensure that mechanical, plumbing, and HVAC systems comply with safety and operational standards. The project encompasses comprehensive work specifications outlined in Division 23: Heating, Ventilating, and Air Conditioning (HVAC), which detail the requirements for boiler plant and steam generation systems. Participants in the bidding process must adhere to rigorous quality control standards, including submittals of shop drawings, product data, and testing plans. The document emphasizes the necessity for coordination among various trades to facilitate efficient installation and operation, ensuring minimal disruption to ongoing facility operations. Safety measures, such as site cleanliness and equipment protection, are paramount, along with adherence to applicable codes and VA-specific guidelines. This project signifies a commitment to enhancing facility infrastructure to meet the increasing demands for effective service to veterans, ensuring their safety and comfort in care environments while fulfilling federal compliance requirements.
    The document outlines the bid specifications for the replacement of existing boilers at the James J. Peters VA Medical Center in Bronx, NY, under VA Project No. 526-22-900. It details requirements for various construction divisions, including electrical installations, low-voltage conductors, and grounding and bonding systems. Compliance with industry standards, such as the National Electrical Code (NEC) and those from Underwriters Laboratories (UL), is mandatory for materials and installation processes. Key elements include precise specifications for the types of conductors, splices, grounding techniques, and safety protocols to be followed during installation. A focus is placed on quality assurance, with extensive requirements for material certifications and testing. The document stresses the importance of minimizing disruption to existing systems during construction and ensuring long-term maintenance accessibility. This bid project reflects the government's commitment to modernizing infrastructure within veteran facilities, ensuring safety, compliance, and efficiency in project execution as per federal standards and regulations.
    The Bronx Boiler Replacement project under the U.S. Department of Veterans Affairs aims to enhance fire safety and operational efficiency at the James J. Peters Medical Center. The project includes the installation of a new boiler system, ensuring compliance with the NFPA life safety codes and building codes. Key components involve creating a life safety plan, evaluating existing structures, and coordinating construction activities with infection control measures to protect patient areas. The project includes provisions for maintaining fire protection systems during construction and ensuring all work adheres to safety standards. The comprehensive approach addresses fire barriers, exit strategies, and the management of hazardous materials, prioritizing minimal disruption to ongoing medical operations. This initiative reflects the VA's commitment to maintaining high safety standards and improving service infrastructure for veterans.
    The US Department of Veterans Affairs is seeking proposals for construction services related to the replacement of the boiler plant at the James J. Peters Bronx VA Medical Center. The project focuses on replacing three outdated 40,000 lb/hr boilers with new high-efficiency water-tube boilers and renovating related infrastructure to improve reliability and compliance with VA guidelines. Key activities include detailed site preparation, temporary plant operations, extensive civil, structural, and mechanical work, and updating critical safety systems such as fire suppression and electrical systems. The contractor must ensure the identification of all existing underground utilities, adhere to environmental regulations, maintain temporary boilers during construction, and implement thorough safety and security measures. The proposal also underscores physical security requirements for new structural elements and the integration of advanced fire alarm and sprinkler systems throughout the facility. Overall, this project reflects the VA's commitment to enhancing operational efficiency and ensuring safety for veterans and staff at the medical center while adhering to stringent federal standards and guidelines.
    The VHA Pre-Construction Risk Assessment (PCRA) template outlines the procedures for evaluating risks associated with construction, renovation, and maintenance activities in healthcare facilities. Its primary focus is on ensuring the safety of patients, employees, and contractors by categorizing activities based on their potential risks and establishing necessary safety controls. The PCRA serves as a baseline document that can be customized to fit specific site requirements, and it must be used alongside the Infection Control Risk Assessment (ICRA) when infection risks are relevant. The document defines varying activity types—ranging from inspection/upkeep to large-scale construction—each with specific control measures that must be in place. It emphasizes the importance of communication and coordination with affected areas to minimize disruptions during the work. Additionally, it mandates evaluations of adjacent areas and requires collaboration with infection control personnel when health risks are present. This comprehensive approach showcases the commitment to maintaining safety standards in healthcare settings during any construction or renovation efforts, ensuring that all activities comply with federal guidelines and regulations. The provision of permits and safety plans further emphasizes the procedural rigor necessary to manage risks effectively.
    The document primarily pertains to federal and state requests for proposals (RFPs) and grants, detailing various initiatives aimed at improving governmental operational efficiencies and services. It outlines the procedural requirements for applicants to ensure compliance with federal guidelines, providing a framework for successful proposal submissions. Key topics include eligibility criteria, project objectives, required documentation, and evaluation processes. The document emphasizes collaboration between state and local entities, urging potential applicants to consider innovative solutions that address identified community needs. It discusses funding allocations, program priorities, and strategic partnerships as essential components for achieving grant objectives. Furthermore, the narrative indicates the necessity for thorough compliance with legal standards and regulations. It makes clear that applicants must demonstrate their capacity to manage public funds responsibly while fulfilling the intended outcomes of the projects proposed. Overall, this document serves as a comprehensive guide for organizations looking to navigate the complexities of the federal and state grant application processes, underlining the importance of structured planning and community engagement in the pursuit of public service advancements.
    The Department of Veterans Affairs (VA) is initiating the Replace Boiler Plant Construction project at the Bronx VA Medical Center, aiming to ensure safe and efficient heating systems for the facility. This project will be procured as a firm-fixed price contract without full and open competition, necessitating specific brand-name components to maintain system compatibility and reliability. Key items include boilers, deaerators, emergency generators, electrical equipment, fire alarms, and specific flooring—each sourced exclusively from established manufacturers like Cleaver Brooks, Caterpillar, and Schneider Electric to avoid operational failures and maintain safety standards. The procurement is recognized as a Service-Disabled Veteran-Owned Small-Business set-aside, and all components are confirmed to comply with the Buy American Act. Market research indicates these items are essential for compatibility with the existing infrastructure and to prevent any disruptions to vital services that affect patient care and staff safety. The project's anticipated cost ranges between $20 million and $50 million, and fair pricing will be assessed by the Contracting Officer before the award, ensuring the integrity of the upcoming construction efforts.
    The Bronx VAMC's project (No. 526-22-900) focuses on replacing the boiler plant and involves installing various electrical and safety systems crucial for operation and compliance with safety regulations. Key installations include new electrical panelboards, circuit breakers, receptacles, disconnect switches, a fire alarm system, and a building automation system. The procurement emphasizes using brand-name components from established manufacturers like Schneider Electric, Leviton, and Johnson Controls to ensure compatibility with existing systems, thereby maintaining reliability and safety for patients and staff. The project is set as a Service-Disabled Veteran-Owned Small-Business (SDVOSB) set-aside and aims to be cost-effective, with market research confirming the necessity of brand-name components to avoid operational failures or delays. The document outlines the required approvals and justifications for not pursuing full and open competition due to the need for compatibility with existing systems. Overall, this project underscores the VA's commitment to enhancing healthcare facilities while ensuring operational safety and efficiency.
    The VAAR 852.219-75 outlines the limitations on subcontracting for contracts awarded by the Department of Veterans Affairs (VA) to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The offeror certifies compliance with specific subcontracting limitations: for service contracts, a maximum of 50% can be subcontracted to non-certified firms; for general construction, it’s 85%, and for special trade construction, it’s 75%. Costs for materials are not considered part of subcontracting limits. The document emphasizes the importance of good faith compliance, highlighting potential penalties for misrepresentation, including criminal charges. Offerors may be required to provide documentation to prove compliance, such as invoices and subcontractor lists. Failure to comply could lead to remedial actions by the government. The certification must be signed and returned with bids, as offers lacking this certification will be deemed ineligible. This regulation aims to ensure that SDVOSBs and VOSBs maintain a significant role in government contracting by limiting subcontracting to non-certified businesses and reinforcing accountability.
    The document outlines details regarding a scheduled site visit for the Replace Boiler Plant Project at the James J. Peters VA Medical Center in Bronx, NY. Set for July 28, 2025, at 10:00 AM (ET), participants will meet at the main entrance, with parking available in a designated contractor’s lot. Due to parking constraints, attendees are encouraged to arrive early or carpool. All visitors must check in at the Engineering Service office (Room GC-100), present a valid ID, and will receive a visitor's badge. For additional directions, the Engineering office can be contacted. The purpose of this site visit is to facilitate the understanding and planning of the boiler plant replacement, part of a federal initiative aimed at upgrading infrastructure and improving facility operations within the VA healthcare system. The organization of this visit highlights the project's significance in enhancing the medical center's operational efficiency and compliance with federal standards.
    Pillori Associates, P.A. prepared a Geotechnical Investigation Report for Miller-Remick, LLC regarding the 30,000 Gallon Fuel Oil Tank for the Bronx Boiler Replacement Project in New York. The investigation, conducted on November 26, 2024, involved drilling two borings to assess subsurface soil and rock conditions, emphasizing the need for reliable data to inform foundation design for the fuel tank. The site consists of a surface layer of controlled fill, dense glacial till, and decomposed bedrock. Groundwater was observed above the decomposed rock layer, indicating varying levels based on seasonal conditions. Key recommendations include using spread/strip footings designed for varying soil conditions, with specified allowable bearing pressures of 4 tsf for fill and 6 tsf to 8 tsf for glacial till and decomposed rock respectively. Excavation procedures and dewatering methods were outlined, as well as guidelines for backfilling with quality materials. The report concludes that although the findings provide essential insights into subsurface conditions, any contractor must independently determine specific construction techniques. This geotechnical evaluation plays a crucial role in ensuring safety, stability, and compliance within the regulatory framework relevant to governmental projects.
    Mabbett & Associates, Inc. conducted a Regulated Building Materials (RBM) Survey Report for the Bronx VAMC Boiler Plant, focusing on A/E Design Services to replace existing boilers. The survey, performed on December 13, 2022, included an Asbestos Containing Material (ACM) survey and limited Lead Containing Paint (LCP) sampling. The report identified one material with greater than 1% asbestos (12” x 12” beige floor tile and mastic in the Boiler Control Room and Stairwell) and cementitious pipe insulation previously identified as ACM. One sample indicated a risk for lead paint (Boiler #2 metal boiler). The report recommends that any suspect materials not identified as non-ACM during demolition or renovation be assumed to contain asbestos and abated by licensed contractors. For LCP, the report emphasizes adhering to OSHA regulations (29 CFR 1926.62) for occupational exposure and proper disposal of lead-containing waste in accordance with federal, state, and local regulations. The survey's limitations include inaccessible areas.
    The document outlines various government contracting requirements, focusing on the acquisition of diverse machinery, equipment, and related services. It details specifications for earthmoving equipment (including backfilling, tamping, loading, hauling, and excavating machines), specialized concrete equipment (such as batching, paving, and pumping machines), drilling equipment, and general construction machinery (like air compressors, generators, and boilers). The file also covers requirements for electrical, mechanical, and engine-driven auxiliary equipment, along with specific tools for road maintenance, landscaping, and material handling. It specifies the need for repair services, spare parts, and adherence to safety protocols, including holiday pay provisions. The comprehensive nature of the document suggests it is part of a larger Request for Proposal (RFP) or a similar government procurement initiative, emphasizing a broad scope of industrial and construction-related acquisitions and services.
    The document is an extensive list of equipment and machinery, likely outlining the scope of work or available resources for a government contract, potentially a Request for Proposal (RFP) or a grant. It categorizes a wide array of equipment, including various types of loaders (skid-steer, wheel, track), excavators, dozers, and graders, specifying different capacities and models. It also details concrete and asphalt equipment, drills, compactors, trenching machines, and various pumps. Furthermore, the document includes support equipment such as lighting, generators, air compressors, and welding machines, along with miscellaneous tools and machinery. The repetitive numerical sequences and alphanumeric codes suggest an inventory or specification breakdown, crucial for understanding the project's logistical and operational requirements.
    The document appears to be a corrupted file that contains random characters, making it impossible to extract coherent information or identify a clear main topic. Despite the potential inclusion of data related to government RFPs, federal grants, and state/local RFPs, the lack of structured content or any discernible language hinders the ability to summarize, analyze, or provide insight into its purpose. The content does not convey any specific details, key ideas, or supporting information typically found in standard governmental documents. This document, in its current state, does not fulfill the requirements for assessment and summarization due to its illegibility and lack of relevant content.
    The document details a virtual bid opening for IFB 36C77625B0028, "Project 526-22-900 Replace Boiler Plant Construction – Bronx VAMC," scheduled for August 27, 2025. While bids are due at 12:30 PM (ET), the bid opening will commence at 1:00 PM (ET) via Microsoft Teams teleconference. In-person attendance is not an option. Participants can join by calling 1-872-701-0185 and entering access code 583 666 910#, or by accessing the Microsoft Teams link provided, using Meeting ID 268 719 678 468 7 and Passcode JC2Vj6yx. The virtual meeting will open 15 minutes prior to the official start time to allow attendees to join.
    The Department of Veterans Affairs (VA) plans to solicit bids for a single Firm-Fixed-Price contract aimed at replacing the boiler plant at the James J. Peters VA Medical Center in Bronx, NY. The project involves replacing outdated boilers and associated equipment to enhance system reliability, which currently relies on three steam boilers installed in 1977. This initiative is rooted in a recognized need by the VA's local network and national offices. The solicitation will be an Invitation for Bid (IFB), set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a NAICS code of 236220, applicable for projects valued between $20 million and $50 million. Bids are anticipated to be issued in early to mid-July 2025, with a performance duration of approximately 750 days from the notice to proceed. All inquiries must be submitted via email, reinforcing a structured communication protocol for interested parties. This construction project demonstrates the VA's commitment to upgrading facilities critical to veteran health services.
    This government solicitation outlines key revisions for bids, specifically addressing Service-Disabled Veteran-Owned Small Business (SDVOSB) requirements and joint venture submissions. SDVOSB offerors must now be certified in the Small Business Search (SBS) at both the time of offer submission and award; failure to do so will result in a non-responsive bid. For joint ventures, offerors are required to submit a copy of their joint venture agreement and a certification from the certified SDVOSB joint partner. This certification must confirm compliance with 13 CFR § 128.402(c) and an agreement to perform the contract according to the joint venture terms. Non-submission of these documents may lead to the offer being deemed non-responsive.
    The revised solicitation addresses key requirements for Service-Disabled Veteran-Owned Small Business (SDVOSB) offerors in government proposals. It clarifies that VetCert is no longer used, and only the Small Business Search (SBS) database will validate SDVOSB certification. Offerors must be listed as certified in the SBS at both the time of bid submission and award; failure to meet this certification will render their bids non-responsive. Additionally, if an offeror participates in a joint venture, they must submit a joint venture agreement and a certification from the SDVOSB partner, confirming compliance with federal regulations. Incomplete submissions may lead to ineligibility for contract awards. These revisions are significant for ensuring compliance and maintaining the integrity of the bidding process in government contracts aimed at supporting veteran-owned businesses.
    The document, Solicitation #36C77625B0028, details contractor questions and VA responses for the "Replace Boiler Plant - Bronx Construction Project." Key points include the VA's decision not to consider teaming agreements, a refusal to extend the bid due date (project must be awarded by September 2025), and clarification on staffing requirements, specifically mandating separate individuals for Superintendent, SSHO (Safety and Health Officer), and QCM (Quality Control Manager) roles, with SSHO and QCM required onsite during work. The VA confirms tax immunity for the US government and its agencies in New York, and that the latest prevailing wages prior to bid opening will apply for the project's duration. A Project Labor Agreement is required. The VA will hire a third-party commissioning agent. The document also addresses technical questions such as the acceptability of temporary plastic wall panels for ICRA, the need for off-hour shutdowns for certain utilities, and the requirement for radiographic examination of piping welds. Contractors are responsible for coordination drawings and clash detection, and are advised to treat the vent stack as asbestos-containing material (ACM) for pricing. The VA confirmed specific light fixtures are not being used and clarified requirements for geotechnical engineers and concrete strength testing.
    The document is a Q&A log for Solicitation #36C77625B0028, "Replace Boiler Plant - Bronx Construction Project," addressing contractor inquiries and providing VA responses. Key points include: teaming agreements are not considered; the procurement strategy will not be revised to "brand name or equal"; sign-in sheets and amendments are available; separate personnel are required for Superintendent, SSHO, and QA/QC roles, with SSHO and QCM required to be onsite during work; taxes are exempt for the US government; prevailing wage rates will apply for the project's duration without escalation; a Project Labor Agreement is required; the VA will hire the commissioning agent; temporary plastic wall panels are acceptable for ICRA; shutdowns affecting hospital operations will likely be during off-hours; radiographic examination is required for piping welds, with the contractor responsible for testing costs; thermal system insulation and mudded fittings in the work area are to be treated as ACM; the VA will clear debris from project locations; hot work requires a permit and fire watch under specific conditions; coordination shop drawings are the contractor's responsibility, led by the general contractor; existing glycol systems are not present; Independent Temperature Controls Inc. services the BAS/BMS, and Johnson Controls Simplex-Grinnell services the fire alarm system, while the VA's OIT manages telecommunications; the bid due date will not be extended; and certain lighting fixtures listed in the schedule are not being used in the final drawings. The vent stack insulation was non-ACM, but the stack itself should be treated as ACM as it was not tested.
    Similar Opportunities
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    C1AZ--NRM_CONST_526-27-101 Replace Chiller #4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms for the "NRMCONST526-27-101 Replace Chiller 4" project at the James J. Peters VA Medical Center in Bronx, NY. The project involves comprehensive design and construction services to replace Chiller 4, address deficiencies in the chiller plant, and perform various upgrades to the facility, with an estimated construction cost exceeding $10 million. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires firms to be registered in SAM and listed in the VIP. Interested parties must submit their SF330 packages electronically to Patricia Cordero at Patricia.Cordero@va.gov by December 9, 2025, at 2 PM EST, including specific documentation such as valid state registrations and SDVOSB certifications.
    Y1DA-- 630A4-26-404 Sewage Ejector Pump replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for the replacement of sewage ejector pumps at the James J. Peters VA Medical Center in Bronx, NY, under Solicitation Number 36C24226Q0095. The project entails the complete replacement of two sewer ejector pumps, installation of associated components, and site cleanup, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $100,000 and $250,000, emphasizing compliance with the Buy American Act and subcontracting limitations. Interested contractors must attend a mandatory site visit on November 24, 2025, and submit their offers by December 9, 2025, at 11:00 AM EST, with inquiries directed to Contracting Officer Charlie Augustin at charlie.augustin@va.gov.
    Y1DA--657-26-109JB, Upgrade Master Boiler Program Logic Controls l STL
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to participate in a Sources Sought Announcement for the Upgrade Master Boiler Program Logic Controls at the St. Louis Jefferson Barracks, MO VAMC (Project 657-26-109JB). The objective of this procurement is to replace outdated hardware and software in the Plant Master Panel, three boiler PLCs, and the SCADA system with modern, supported platforms, ensuring improved reliability and safety. This project, estimated to cost between $250,000 and $500,000, requires contractors to provide all necessary labor, materials, and resources while adhering to specified regulations and standards. Interested firms must submit a Capability Statement by December 10, 2025, detailing their experience and socio-economic status under NAICS code 238220, and should contact Kevin A. Mahoney at kevin.mahoney3@va.gov for further information.
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as number 526-22-115, involves the replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals via email to Contracting Officer Akkil Kurian by December 10, 2025, at 10:00 AM EST, and are required to be registered in SAM.gov as SDVOSB at the time of submission.
    Y1DA--561A4-26-503 Replacement Coils for Buildings 4,53,54,57,135,143
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of chilled water and steam coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. This project, identified as Solicitation Number 36C24226B0022, involves the furnishing and installation of Original Equipment Manufacturer (OEM) coils, along with the installation of VA-provided coils, across buildings 4, 52, 54, 57, 135, and 143. The work is critical for maintaining the HVAC systems within these facilities, ensuring optimal performance and compliance with health standards. The estimated cost for this project ranges from $250,000 to $500,000, with a performance period of 90 calendar days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in SAM.gov and veterans.certify.sba.gov, with the official solicitation expected to be released around December 12, 2025. For further inquiries, contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or (718) 584-9000 ext 4334.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the replacement of a relief valve at the Northport VA Medical Center in Northport, New York. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are registered and verified with the Small Business Administration (SBA), requiring contractors to perform a minimum of 15% of the construction work. The scope of work includes providing all necessary labor, materials, and equipment to replace floors in accordance with VA specifications, with a completion timeline of 30 calendar days following the Notice to Proceed. Interested contractors should direct any inquiries in writing to Charlie Augustin at Charlie.Augustin@va.gov, and the solicitation is anticipated to be issued around December 1st, 2025.
    J045--Newington Campus BEI Corrections *Site Visit Update*
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for safety deficiency corrections at the VA Connecticut Healthcare System's Newington Campus Boiler Plant. This procurement, designated as RFQ 36C24126Q0062, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves critical repairs and upgrades to Boilers 1 and 2, as well as general site corrections, to ensure compliance with VA Directive 1810 and other applicable regulations. The work is essential for maintaining the operational safety and efficiency of the facility's boiler systems, following an inspection by the Boiler Efficiency Institute, Inc. Interested vendors must attend a mandatory pre-bid walkthrough on December 10, 2025, and submit their quotes by December 19, 2025, at 5:00 PM EST. For further inquiries, contact Nathan Langone at Nathan.Langone@va.gov or by phone at 603-624-4366.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.