Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
ID: 36C24125R0077SolicitationType: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking a qualified contractor for the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center in Massachusetts. The project involves comprehensive construction activities, including the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated contract value between $50 million and $100 million. This initiative is critical for modernizing the facility's heating infrastructure and control systems, ensuring compliance with safety standards and operational efficiency. Proposals are due by 4:00 PM ET on February 27, 2026, and interested parties should contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386 for further details.

    Point(s) of Contact
    Heather Libiszewski-GallienContracting Officer
    413-584-4040 ext 6386
    Heather.Libiszewski-Gallien@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs Office of Construction and Facilities Management is undertaking project 523A4-20-208 at the West Roxbury VA Medical Center in West Roxbury, MA. This project, titled "Replace Boilers and Upgrade Controls," is scheduled for an issue date of November 14, 2025, and involves Miller-Remick LLC as the professional engineer and consultant. The project details include a comprehensive phasing plan, with work distributed across various areas and buildings, including Building No. 1 (Basement, Fire Pump Room), a pipe bridge, and a new pipe tunnel. Phases 1 through 5 outline specific tasks, such as existing boiler plant demolition in Phase 4. The overall initiative aims to modernize the facility's heating infrastructure and control systems, ensuring compliance and operational efficiency. The project documents, including the cover sheet and drawing index, are issued for construction.
    The document is a Hazardous Materials Abatement Plan for Building 8 Main Level at the West Roxbury VA Medical Center in West Roxbury, MA. This plan, dated 10/31/2019, is part of a larger project to replace boilers and upgrade controls, with an issue date of 11/14/2025 for bid documents. It was prepared by Mabbett & Associates, Inc., the hazardous materials consultant, with contributions from other engineering firms for architecture, civil engineering, fire and life safety, electronic security, tunnel structural and civil engineering, and physical security. The drawing includes general abatement notes, abatement keynotes, and an abatement legend, indicating a detailed approach to managing hazardous materials during the construction phase of the boiler replacement and control upgrade project. The document also specifies various drawing scales.
    The project involves replacing boilers and upgrading controls at the West Roxbury VA Medical Center in West Roxbury, MA. This includes extensive civil site work for a new steam tunnel, a new boiler plant, and a new emergency generator building. Key aspects of the project include detailed demolition plans for existing infrastructure like asphalt pavement, concrete curbs, sidewalks, and utility lines, with specific instructions for replacement and relocation. The project also outlines comprehensive civil general notes covering utility locating, elevation datum (NAVD88), contractor responsibilities for preserving property irons, debris disposal, erosion control, site restoration, and utility service maintenance. Detailed site plans and profiles illustrate the proposed steam tunnel and existing conditions, while erosion control plans specify measures like silt fences and rock socks. The project emphasizes adherence to MassDOT standards for pavement and base course materials and provides specifications for concrete sidewalks and curb and gutter details.
    The provided government file, likely an RFP or grant document, details the structural engineering requirements for a project involving steam tunnels at the West Roxbury VA Medical Center. It outlines stringent guidelines for delegated structural engineering, including design, submittal, and insurance requirements for Specialty Structural Engineers (SSEs). The document specifies design criteria based on the 2018 International Building Code (IBC), detailing dead, live, and seismic loads, as well as soil preparation, foundation design, and concrete specifications adhering to ACI standards. It further includes requirements for concrete reinforcing, structural steel, and post-installed anchoring systems. Crucially, the file emphasizes contractor responsibilities for submittal review, conflict resolution, safety, and addressing unforeseen conditions, alongside a comprehensive list of required structural tests, inspections, and quality assurance protocols for soils, concrete, and structural steel welding.
    The West Roxbury VA Medical Center in West Roxbury, MA is undertaking a project to replace boilers and upgrade controls. The project, identified as 523A4-20-208, involves extensive civil engineering work, including general notes and abbreviations, removals, layout, grading, and utility notes. Key utility companies involved include Boston Water and Sewer Commission, Liberty Utilities, Eversource, and Consolidated Communications. The document details a comprehensive Erosion and Sedimentation Control Plan, adhering to New Hampshire Department of Environmental Services standards, covering pollution prevention, sediment barriers, temporary and permanent stabilization, stockpiles, removal of temporary measures, stormwater channels, roads, culverts, parking areas, and specific requirements for winter construction. An Inspection and Maintenance Plan outlines weekly and post-rainfall inspections, corrective actions, and documentation requirements. A Housekeeping Plan addresses spill prevention, groundwater protection, fugitive sediment and dust control, debris management, trench de-watering, and defines authorized and unauthorized non-stormwater discharges. The project emphasizes stringent environmental and safety protocols throughout all construction phases.
    The provided government file, Project Number 523A4-20-208, outlines the structural plans for the "REPLACE BOILERS AND UPGRADE CONTROLS" project at the West Roxbury VA Medical Center in West Roxbury, MA. This project, issued for construction on November 14, 2025, details various structural aspects across multiple phases. Key elements include structural abbreviations, notes, live load diagrams, and site plans. The demolition plans for Phase 2 involve removing an ash tower and its foundations, while Phase 3 focuses on the demolition of the fuel storage roof and pump house. Foundation plans for Phase 3 (Areas A, B, and E) detail the use of micropiles for all foundations, with specific pile cap and grade beam types, elevations, and pier schedules. Slab reinforcing plans for the main level of Phase 3 (Areas A and B) specify concrete slab thicknesses and reinforcing bar requirements. The project emphasizes caution during excavation due to unknown buried debris and requires the retention of a professional engineer for micropile design and a geotechnical engineer for design and inspection. The document also lists various consultants involved in the project, including hazardous materials, architecture, civil engineering, fire and life safety, electronic security, tunnel structural and civil engineering, and physical security.
    The document outlines the structural engineering plans for the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center in West Roxbury, MA. The plans, prepared by Miller-Remick LLC, detail various structural components across multiple phases and areas of the project. Key sections include brace framing, pipe bridge elevations and sections, building sections, and wall sections for Phase 3. It also covers demolition plans for Phase 4, including existing boiler plants, new emergency generator buildings, and new boiler plants. Furthermore, the document provides detailed foundation plans, slab reinforcing plans, and floor plans for Phase 5, emphasizing micropile foundations and concrete slabs. General notes across all drawings highlight the importance of referring to structural general notes and abbreviations, design axial loads in members, and caution during excavation due to unknown buried debris. The project involves significant structural modifications, including new construction and demolition, to upgrade the facility's boiler and control systems.
    The West Roxbury VA Medical Center is undergoing a comprehensive boiler replacement and controls upgrade project, necessitating extensive architectural modifications and hazardous material assessments. The project is meticulously phased, with detailed plans for removals, life safety enhancements, and architectural layouts across multiple levels. Key aspects include demolishing the existing ash tower, relocating boiler controls, and verifying structural elements before proceeding with removals. The life safety plans detail exit routes, occupancy limits, and fire suppression systems in compliance with NFPA 101 (2021) and other applicable building codes. The architectural drawings provide detailed floor plans, elevations, sections, and schedules for doors, windows, and partition types, ensuring adherence to design intent and safety standards. The project also involves consultants for hazardous materials, fire and life safety, electronic security, and tunnel structural engineering, highlighting a multi-disciplinary approach to modernizing the facility while prioritizing safety and regulatory compliance.
    The provided government file outlines architectural plans and life safety details for Phase 5 of the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center in West Roxbury, MA. The project focuses on upgrading the main floor, mezzanine, and roof levels of Building 1, specifically the Boiler Room, Control Room, Substation Room, and Generator Room. Key aspects include a detailed code summary referencing NFPA 101 (2021) and IBC (2015) for industrial occupancy, fully sprinklered with an addressable fire alarm system, and construction type II (111). The file specifies allowable and provided metrics for building height, number of stories, floor area, occupancy, travel distances, corridor width, and egress capacity. It also includes comprehensive finish plans and schedules for various rooms, signage plans, enlarged architectural plans, exterior elevations, building sections, wall sections, and detailed plan and wall section details, emphasizing material specifications, expansion joints, and fire-rated assemblies. Multiple consulting firms are involved, including WBRC Inc. as Architect of Record, Koffel Associates for Fire & Life Safety, and Mabbett & Associates for Hazardous Materials. The project aims to modernize the facility while adhering to stringent safety and building codes.
    The project involves designing and installing a new addressable fire alarm and mass notification system (MNS) for the new boiler plant building at the West Roxbury, MA VA Medical Center. The contractor must coordinate with the existing site-wide fire alarm system contractor for programming, terminations, and connections to the campus-wide systems. The project requires all necessary materials and labor for a fully functioning, code-compliant system, adhering to NFPA 70, 72, 101, VA Fire Protection Design Manual, and local/state codes. The system will include visible signals and voice announcements consistent with existing campus systems. Special attention is given to wiring, conduit installation, device mounting heights, and pathway survivability (Level 2). A 100% full acceptance test is required, with the contractor providing a signed NFPA 72 Record of Completion and as-built drawings. The project also details requirements for a new wet pipe fire sprinkler system, including demolition of existing apparatus, hydraulic calculations, material specifications, and coordination with the fire alarm system. Both fire alarm and fire suppression systems must be compatible with existing campus infrastructure and undergo rigorous testing and inspection.
    The West Roxbury VA Medical Center is undergoing a comprehensive project to replace boilers and upgrade controls, as detailed across multiple plumbing piping plans. This initiative, identified as Project Number 523A4-20-208, involves extensive demolition and new construction work across various levels, including the tunnel, main, mezzanine, upper mezzanine, and roof of Buildings 1 and 8. Key aspects include the replacement of fire pump systems, installation of new ejector pumps with leak detection, and repair of existing collapsed sanitary lines. The project integrates new piping for fire protection, sanitary, vent, storm drainage, and various water systems (domestic cold water, domestic hot water, non-potable water, chilled water, chemical waste, and industrial cold water). Detailed plans outline connections to existing infrastructure, new tunnel construction, and routing of pipes within and between buildings, ensuring compliance with VA standards. The project emphasizes coordination with other disciplines, including structural, fire protection, and architectural elements, and includes provisions for hazardous materials, electronic security, and physical security. Overall, the project aims to modernize the facility's plumbing infrastructure and boiler systems.
    The project at the West Roxbury VA Medical Center involves replacing existing boilers and upgrading controls across multiple phases. This comprehensive mechanical overhaul includes demolition of old piping and equipment, installation of new boilers, control systems, and associated piping for natural gas, liquid propane, high-pressure steam, low-pressure return, and condensate. The project also addresses the relocation of propane tanks, a master boiler controller, and the construction of new tunnels for piping. Various hazardous gas sensors for carbon monoxide, natural gas, and propane will be installed in key areas. The plans detail equipment layouts for different levels of the boiler plant and generator building, including boiler feed pumps, chemical treatment systems, air compressors, and exhaust fans. The project requires coordination with other disciplines and adherence to safety and structural specifications, aiming to modernize the facility's heating and control infrastructure.
    This government file details the mechanical plans for the "REPLACE BOILERS AND UPGRADE CONTROLS" project at the West Roxbury VA Medical Center in West Roxbury, MA. The project, identified by Project Number 523A4-20-208 and Drawing Number MP301-MP308, outlines various interior 3D views and section views related to boiler replacement and control upgrades. Key aspects include isometric views of boilers, steam headers, and feed water routing, along with detailed sections of PRV (Pressure Reducing Valve) stations, steam test silencers, and connections to different buildings (e.g., Building 1, Building 21). The plans specify piping dimensions (e.g., 10" HPS, 4" PC), exhaust stack details, and locations for pipe supports and expansion joints. The document emphasizes coordination for piping routes, accessibility for maintenance of automatic shutoff valves, and adherence to various safety and design details. Miller-Remick LLC is the Engineer of Record, with several consultants handling specialized areas like hazardous materials, fire & life safety, and security. The plans are issued for construction as Bid Documents, dated 11/14/2025.
    The provided documents, referenced as Project Number 523A4-20-208, detail the
    The document outlines the multi-phase electrical plans for the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center in West Roxbury, MA. The project, identified by number 523A4-20-208 and M-R Project No: 0506-0012, has an issue date of 10/31/2019 and a revision date of 11/14/2025. It details electrical demolition plans for various levels and phases (Main Level - Phase 1, Phase 2, Phase 3; Pump House Demolition - Phase 2), site plans for new work (Phase 1, Phase 3), and power and systems plans (Main Level - Phase 1, Phase 2, Phase 3; Mezzanine Level - Phase 1, Phase 3). Additionally, lighting plans are provided for Phase 3 across the Main Level, Mezzanine Level, Upper Mezzanine Level, and Roof. The plans indicate work on an existing boiler plant, a new boiler plant, and a new emergency generator building, with contributions from various engineering consultants including Miller-Remick LLC as the professional engineer and Mabbett & Associates for hazardous materials.
    This document outlines the security electronics project for the West Roxbury VA Medical Center, focusing on replacing boilers and upgrading controls. It details various security access control devices, including biometrics, card readers, and electronic locks, along with their mounting options and technology types. The file also provides an extensive list of abbreviations and general notes for the project, emphasizing adherence to applicable codes (NEC, NFPA 70, 72, 99, 101), state licensing requirements for electricians, and contractor responsibilities for materials, labor, coordination, and cleanup. Key aspects include conduit installation standards, firestopping requirements, wire marking, and safety protocols such as lock-out/tag-out procedures. The project integrates Physical Access Control Systems (PACS), Intrusion Detection Systems (IDS), and Security Surveillance Television (SSTV), with headend equipment located in Security 205. Specific site plans detail conduit runs, camera placements, access control points for pedestrian and slide gates, and connections for the fire pump building, ensuring a comprehensive and compliant security and electrical system upgrade.
    This government file details the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center. The project, identified as Project 523A4-20-208, involves the replacement of boilers and upgrading of controls in Building 8. Key aspects include demolition of existing structures, construction of a new central energy building with a boiler plant, future chiller plant, and electrical/emergency generator rooms. The project also entails installing four 500 BHP dual-fuel fire tube boilers, a new underground walk-through pipe tunnel, a blast-protected pipe bridge, and various utility upgrades including potable water, fire water, natural gas, fuel oil, storm sewer, sanitary sewer, electric, communications, and security systems. The existing boiler control system will be relocated, and temporary steam boilers will be provided for the Research Building (Building 21) during construction. The project emphasizes safety, adherence to VA security protocols, and phased construction to maintain the existing central boiler plant's operation until the new plant is commissioned. A land survey, utility survey, and coordination with various entities are also required.
    This government file outlines the bid documents and specifications for the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center, VA Boston Healthcare System. The project, identified as VA Project No. 523A4-20-208, involves comprehensive upgrades across various divisions, including fire suppression, plumbing, and HVAC systems. Key aspects include the replacement of boilers and the upgrade of controls in Building 8, as well as the design, installation, and testing of a new wet-pipe sprinkler system in accordance with NFPA 13, and the installation of an electric-driven fire pump system adhering to NFPA 20 and NFPA 70. The document also details extensive commissioning requirements for fire suppression systems, quality assurance protocols, submittal requirements for drawings and data sheets, and training for VA personnel. The bid documents were issued on November 14, 2025, with a 100% design submission date of May 17, 2024.
    The bid documents for Project 523A4-20-208 outline the replacement of boilers and upgrade of controls in Building 8 at the West Roxbury VA Medical Center, VA Boston Healthcare System, MA. Dated November 14, 2025, the extensive specifications cover Divisions 00 through 34, detailing requirements for electrical installations, medium-voltage cables, and low-voltage electrical power conductors and cables. Key aspects include adherence to codes such as IBC, UL, IEEE, and NFPA, mandatory factory and field testing for electrical components, and strict quality assurance for materials and services. Submittals for all equipment, including detailed shop drawings, test reports, and maintenance manuals, are required. Special attention is given to safety during electrical work, equipment protection, and rigorous testing for both new and service-aged cables. The project emphasizes the importance of qualified personnel for installation and testing, with a one-year warranty on all work and materials.
    The Department of Veterans Affairs is seeking bids for Project 523A4-20-208, "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center. This project, dated November 14, 2025, encompasses a wide range of construction and system upgrades across various divisions, including general requirements, existing conditions, concrete, masonry, metals, thermal and moisture protection, openings, finishes, specialties, furnishings, special construction, fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, exterior improvements, utilities, and transportation. A significant portion of the document details the requirements for Electronic Safety and Security (ESS) systems, including cabling, equipment, installation, programming, testing, and documentation. The contractor must provide a fully functional ESS, including physical access control, video surveillance, intercommunication, and fire alarm interfaces. Strict quality assurance, submittal procedures, and contractor qualifications, including specific certifications and experience, are outlined. The project emphasizes comprehensive documentation, detailed drawings, and thorough testing to ensure compliance with VA standards.
    The Department of Veterans Affairs (VA) is issuing a Justification & Approval (J&A) for a brand name acquisition to replace the existing medical center boiler system at the Boston Healthcare System, West Roxbury Division. This firm-fixed price contract will procure specific brand name construction materials, totaling an estimated amount of $357,000, to ensure standardization throughout the campus. The primary brand name item is the Russelectric Automatic Transfer Switch (ATS), including its components. The justification for this brand name acquisition stems from the current standardization of Russelectric ATS units across the West Roxbury VAMC campus (21 units). These switches utilize proprietary control systems, software, and a unique interface that all electricians and HVAC mechanics are trained to operate and troubleshoot. Introducing a different manufacturer's system would be incompatible with existing infrastructure, compromise patient health and safety, and require new training due to different interfaces and operating procedures.
    The Department of Veterans Affairs, Veterans Health Administration, requires the replacement of the existing medical center boiler system at the Boston Healthcare System, West Roxbury Division. This acquisition, identified as 36C241-24-AP-4454, is pursued under a "Brand Name" Justification and Approval (J&A), citing "Only One Responsible Source" (41 USC §3304(a)(1) / FAR 6.302-1) due to the unique offerings of Cleaver-Brooks. The project necessitates four new fuel-efficient, dual-fueled, high-pressure, firetube boilers configured for redundancy and integration with the current Supervisory Control and Data Acquisition System (SCADA). Cleaver-Brooks is deemed the sole provider capable of supplying a complete, integrated boiler system, including boilers, burners, deaerator tank, feedwater pumps, blowdown separators, and control panels, ensuring compatibility and simplifying SCADA integration. The general contractor awarded the construction project (36C241-20-208) will be responsible for procuring the boilers, with their vendor selection efforts evaluated during the trade-off source selection process. No market research was conducted by the Contracting Officer due to this procurement structure.
    The document outlines a justification for a sole-source procurement for Kaba Peaks door hardware and lock cylinders at the VA West Roxbury Engineering building. The existing infrastructure campus-wide utilizes the Kaba Peaks keying system, making other manufacturers' products incompatible and potentially causing delays or operational issues. The West Roxbury VAMC has an existing locksmith with inventory of 6-pin LFIC, necessitating Kaba Peaks 6-pin LFIC door lock cylinders with removable cores for new installations to ensure compatibility and leverage existing inventory. This procurement is justified under 41 USC §3304(a)(1) (Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements) because Kaba Peaks products are integral to the existing security system. Market research was not conducted as these brand-name products are already integrated into facility systems, and their continued use is crucial for the overall efficiency of the project and the facility.
    This Justification & Approval (J&A) document, Acquisition ID# 36C241-24-AP-4454, outlines the Department of Veterans Affairs' intent to procure specific brand-name construction materials for the Boston Healthcare System, West Roxbury Division. The requirement is for the replacement of the existing medical center boiler system, with a focus on standardizing items across the campus. Specifically, the J&A justifies the sole-source acquisition of a General Electric/EST-3 Fire Alarm System, as assembled by Signet Electronic Systems, Inc. This system is the existing building standard at the West Roxbury VAMC, and its continued use is critical for compatibility, patient safety, and compliance with NFPA, Building Code, Life Safety Code, and VA Standards. Installing a different manufacturer's system would compromise functionality and warranty. The statutory authority cited for this
    The Department of Veterans Affairs, specifically the Boston Healthcare System, West Roxbury Division, is seeking a Justification & Approval (J&A) for a brand name acquisition. This J&A is for the procurement of specific construction materials required to replace the existing medical center boiler system, which will be awarded as a firm-fixed price contract. The primary brand name item is a Cummins Diesel Generator, including its components. The justification for this brand name acquisition is based on standardization; these items are already in use throughout the West Roxbury VAMC. Installing equipment from a different manufacturer would be incompatible with existing systems, potentially compromising patient health and safety. Cummins is the original equipment manufacturer (OEM) for all nine emergency diesel generators on campus, and all maintenance personnel are trained on this specific system. A different manufacturer would necessitate new training, operating procedures, and parts, which would adversely affect direct patient care during emergencies. The statutory authority for this acquisition is "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements" per 41 USC §3304(a)(1) as implemented by FAR 6.302-1. Market research was not conducted because the brand name products were previously obtained through full and open competition and are now integral parts of existing facility systems. The contracting officer certifies that this is a bona fide need of the Department of Veterans Affairs.
    The Department of Veterans Affairs (VA) is issuing a Justification & Approval (J&A) for a brand name acquisition to replace the existing medical center boiler system at the Boston Healthcare System, West Roxbury Division. This J&A outlines the need for specific brand name construction materials due to standardization efforts at the West Roxbury VAMC campus. The two key brand name items are the TRANE Summit Tracer Building Technology Direct Digital Control HVAC Building Management System and TRANE Packaged Air Handling Units. These items are standardized to ensure compatibility with existing systems, minimize technical risks, and maintain patient health and safety. Installing different manufacturers' systems could lead to incompatibility, disrupt functionality, and potentially void existing warranties with Trane. The statutory authority for this acquisition is
    The document, titled "EXHIBIT A: PROJECT INFORMATION SHEET FOR CONTRACTORS," outlines the required information for contractors submitting proposals for government projects. It serves as a standardized template for offerors to detail their expertise by providing specific information for three past projects. Key details requested include the offeror's name, contract number, project title and number, NAICS code, location, contact information for contracting officers, owners, and project managers, contract type, award and final amounts, important dates (award, notice-to-proceed, original and actual completion), and reasons for change orders. Additionally, contractors must disclose any OSHA citations, list major subcontractors, and provide a comprehensive project narrative. A crucial component involves describing how the submitted project relates to the scope of the current RFP and detailing the management of RFI, subcontractors, submittal registers, and long lead items, including contingency plans for schedule delays. This exhibit ensures a structured evaluation of a contractor's past performance and capabilities.
    The “Exhibit B – Subcontractor Information and Consent Form” is a crucial document for major subcontractors and teaming partners in federal government RFPs, specifically for Department of Veterans Affairs projects like RFP Number 36C24125R0077. This form facilitates the disclosure of past performance information to prime contractors during the source selection process. Subcontractors must provide consent for the government to share their performance data with the prime contractor, as such information cannot be released to private parties without explicit permission. By signing, subcontractors acknowledge the government's emphasis on past performance for best value in source selections and agree to allow discussions of their past and present performance with the prime contractor. This process assists the government in assessing past performance relevancy and ensures a comprehensive evaluation of the proposal. The completed forms are submitted by the offering contractor with the technical proposal.
    The "EXHIBIT C – PAST PERFORMANCE QUESTIONNAIRE" outlines the process and requirements for offerors to submit past performance references for government contracts, specifically for a Department of Veterans Affairs project (36C24125R0077) to replace boilers and upgrade controls. Offerors are responsible for preparing and sending questionnaire packages to references, which include a cover letter and rating sheets. The document provides detailed instructions for both the offeror and the reference contact, specifying information to be completed by each party. References are asked to rate the contractor's performance across various categories, including quality, timeliness, business practices, compliance, safety, and infection control, using a 0-5 scale. The questionnaire also includes an overall performance rating and asks if the reference would award another contract to the contractor. Completed forms are to be sent directly to Heather.Libiszewski-Gallien@va.gov by a specified deadline and are considered source selection sensitive.
    The document is a detailed cost breakdown form for federal, state, and local RFPs and grants, specifically designed for construction or renovation projects. It provides a structured format for offerors to present their base offer costs, categorized by construction divisions (e.g., General Requirements, Concrete, HVAC, Electrical). The form separates costs into labor, material, and total for each division, concluding with subtotals. It also includes sections for overhead, profit, and bond percentages, which contribute to an overall overhead/profit subtotal and the total base offer cost. The document includes sample examples illustrating how to detail labor costs by labor category, rate, and hours, and material costs by item, rate, and units. This form ensures transparency and uniformity in cost submissions for government solicitations.
    The VHA-ICRA-2023-1.0 document outlines a comprehensive Infection Prevention and Control Construction/Renovation/Maintenance Permit system for VHA facilities. Its primary purpose is to categorize construction activities and patient risk levels to determine appropriate infection prevention precautions (Levels I-IV). The permit, which must be posted for Level III and IV activities, details specific control measures such as dust control, HVAC system protection, waste containment, barrier construction, and negative pressurization. The document also includes forms for assessing affected areas and patient risk, ensuring compliance with NFPA 241 requirements. The project "523A4-20-208 Replace Boilers and Upgrade Controls" at West Roxbury Boiler Plant, categorized as D (large-scale) and having a low patient risk, requires Level III precautions, including extensive dust mitigation and worker clothing protocols. The overall goal is to prevent infection risks during construction and renovation, with specific completion measures for each precaution level.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2023-1.0) outlines minimum requirements for assessing and mitigating safety risks during 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 mandates communication and coordination plans with affected areas. It also requires an Infection Control Risk Assessment (ICRA) if infection risks are present. A fillable permit form is included for posting at the activity site, detailing activity type, control measures, and necessary hazard analyses, ensuring comprehensive risk management and compliance.
    This government solicitation (36C24125R0077) is a Request for Proposal (RFP) for the "Replace Boilers and Upgrade Controls" project at the VA Medical Center, West Roxbury, MA. The Department of Veterans Affairs is seeking a contractor for general construction, demolition, modification, and renovation of the existing Central Boiler Plant (Building 8). The project magnitude is estimated between $50,000,000 and $100,000,000, with a NAICS code of 236220. Proposals are due by 4:00 PM ET on February 27, 2026, and must be submitted electronically. A site visit is scheduled for January 5, 2026. The contract will be a Firm-Fixed-Price award based on a "Best Value" tradeoff process, considering technical expertise, past performance, price, and Veteran preference. A bid guarantee and performance/payment bonds are required. The period of performance is 943 calendar days from the notice to proceed. Offerors must comply with federal regulations, including SAM registration and E-Verify.
    The Statement of Work (SOW) outlines a project to replace boilers and upgrade controls at the VA Boston Healthcare System’s West Roxbury Central Boiler Plant (Building 5). The project includes demolition, relocation of utilities, and construction of a new central energy building with new steam generation, condensate return, and fuel oil systems. Electrical, control, structural, architectural, and mechanical systems will be upgraded, along with new lighting, fire alarm integration, communication cabling, and energy-efficient controls. The overall period of performance is 943 calendar days. General requirements include strict security, utility coordination, submittal processes, a dedicated on-site superintendent, advance notification for inspections, and specialized containment for work in public areas. The document also details safety precautions, hazardous material reporting, environmental protection measures, and comprehensive security and records management obligations, including federal record definitions and contractor compliance with NARA policies and VA regulations, ensuring data protection and proper handling of all project-related information.
    The VHA Boiler and Associated Plant Safety Device Testing Manual, Eighth Edition (February 2024), provides minimum standards for boiler and plant safety device functionality and testing for the United States Department of Veterans Affairs. Authored by Thomas Burch, David F. Dyer, and Glennon Maples of the Boiler Efficiency Institute, LLC, the manual outlines requirements for safety testing, including the
    This document, General Decision Number: MA20250001, provides prevailing wage rates for building construction projects in specific Massachusetts counties, including Barnstable, Bristol, Dukes, Essex, Middlesex, Nantucket, Norfolk, and Suffolk. It details various craft classifications such as Insulator/Asbestos Worker, Hazardous Material Handler, Boilermaker, Bricklayer, Carpenter, Electrician, Elevator Mechanic, Power Equipment Operator, Ironworker, Laborer, Glazier, Painter, Cement Mason, Plasterer, Plumber, Pipefitter, Roofer, Sprinkler Fitter, Sheet Metal Worker, and Truck Driver, along with their respective wage and fringe benefit rates. The document also includes information on modification numbers, publication dates, and specific geographic zones for certain classifications. Furthermore, it outlines the process for wage determination appeals and provides details on union, union average, survey, and state-adopted rate identifiers, alongside information on Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for federal contractors.
    Lifecycle
    Title
    Type
    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.
    Construction - (PROJ 546-22-110) - Construct a New Boiler Building and Controls in the Old Incinerator Area Expand/Move Graphic Control
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a new boiler building and controls at the Miami VA Healthcare System, specifically in the old incinerator area. This project, identified as PROJ 546-22-110, involves extensive demolition, installation of temporary boilers, and the construction of a two-story utility building equipped with three 400-horsepower boilers, all while maintaining continuous operations of the medical center. The contract, valued between $20 million and $50 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires adherence to various safety and regulatory standards. Interested contractors should contact Jean Olivier Pierre at jean.pierre1@va.gov or Aldywn Singleton at Aldwyn.Singleton@va.gov for further details, with proposals due within the specified deadlines outlined in the solicitation documents.
    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.
    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.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    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.
    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.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Correct FCA Deficiencies Chiller Plant" project at the Coatesville VA Medical Center, specifically aimed at addressing deficiencies in the chiller plant. The project requires contractors to provide all necessary labor, materials, and equipment to install a water softening system, rooftop exhaust fans, motorized dampers, and other essential components, with a performance period of 120 calendar days from the notice to proceed. This construction effort is critical for maintaining efficient cooling operations within the facility, ensuring compliance with various safety and building codes. Interested bidders, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their offers by January 16, 2026, at 10:00 AM EST, and can contact Contract Specialist Kevin A Rodgers at kevin.rodgers2@va.gov for further information.
    J044--Boiler Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Boiler Maintenance services for the Central Virginia VA Health Care System located in Richmond, Virginia. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with the applicable NAICS Code being 811310 and a size standard of $12.5 million. The maintenance services are critical for ensuring the operational efficiency and safety of the medical center's boiler systems. The solicitation (36C24626Q0211) is expected to be released around December 19, 2025, with a response deadline of December 29, 2025. Interested parties should direct all correspondence via email to Cedric Frasier at cedric.frasier@va.gov, as telephone inquiries will not be accepted.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.