J045--Boiler Plant Operator Service contract
ID: 36C24126Q0115Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The Department of Veterans Affairs is seeking Boiler Plant Operator Services for the Veterans Affairs Medical Center (VAMC) in Northampton, Massachusetts, through a combined synopsis/solicitation (RFQ 36C24126Q0115). The contract aims to address staffing shortages by providing qualified operators to manage high-pressure boiler plants, ensuring compliance with safety and operational standards while performing routine maintenance and repairs. This service is critical for maintaining the facility's heating and operational efficiency, particularly given the current staffing challenges due to retirements. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 5, 2025, at 11:00 AM EST, to Tyler Kenyon at tyler.kenyon@va.gov, with the award based on a comparative evaluation of price, technical capability, and past performance.

    Point(s) of Contact
    Tyler M KenyonContract Specialist
    (401) 273-7100
    tyler.kenyon@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking Boiler Plant Operator Services for the VAMC Northampton in Leeds, MA, through a combined synopsis/solicitation (RFQ) 36C24126Q0115. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 238220 ($19M size standard) and FSC/PSC J045. Quotes are due by December 5, 2025, at 11:00 AM EST and should be sent to tyler.kenyon@va.gov. Award will be based on a comparative evaluation, considering price, technical capability, and past performance. Technical capability and past performance will be evaluated on an acceptable/unacceptable basis, with the lowest technically acceptable price being the deciding factor. Offerors must complete representations and certifications via SAM.gov.
    This government file, an amendment to an RFP, addresses questions regarding staffing, equipment, and legal compliance for an operator position. The facility houses three 250HP Johnston Steam boilers and a 200kw microturbine with a heat recovery steam generator. The operator schedule is a Pittman format (2on/2off/3on/2off/2on/3off) with 12-hour shifts, providing alternating three-day weekends. Overtime for call-offs is expected to be covered by off-duty operators, with the station chief as backup. The RFP clarifies that while the VA requests a single competitive price for 84 hours, the contractor is responsible for complying with compensation and legalities, including potential differences between federal and state (MA) labor laws regarding overtime. The current staffing is 4 operators, with a retirement reducing it to 3; the contract aims to replace this retiree and potentially add another operator, focusing on an overnight shift. Onboard training will involve overlapping with existing staff to review SOPs, with a preference for candidates with prior VA operating experience and a requirement of 5+ years of relevant experience. Provisions are being made for two operators, although the hope is to only need one.
    Attachment 2 provides tailored instructions for offerors submitting quotes for commercial products and services under Simplified Acquisition Procedures, superseding the standard FAR 52.212-1. It details requirements for quote submission, including NAICS codes, small business size standards, technical descriptions, pricing, and representations. Key provisions outline the 30-day acceptance period, product sample submission, and encouragement of multiple quotes. The document specifies procedures for late submissions and emphasizes the Government's right to issue purchase orders to one or more quoters, even if not the lowest priced. It also provides guidance on obtaining requirements documents and the necessity of a unique entity identifier for quotes exceeding the micro-purchase threshold. Unsuccessful offerors will not be notified.
    The document outlines the evaluation criteria for commercial products and services, effective April 18, 2025. It details the process for awarding a purchase order based on factors such as technical merit, past performance, and price. The government will use a comparative evaluation, weighing price against additional benefits that may exceed minimum requirements. Technical evaluations will assess how well quotations meet or surpass solicitation requirements. Past performance will be judged by the quoter's likelihood of success, using various sources like customer surveys and CPARS. Price will be evaluated by totaling all line item prices. The government reserves the right to select a quotation that offers greater benefits, even if not the lowest in price, but is not obligated to do so. Alternate quotations are not accepted, and each response must meet minimum requirements.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction outlines subcontracting requirements for VA contracts. For service contracts, contractors cannot pay more than 50% of the government-paid amount to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Different percentages apply to general construction (85%) and special trade construction (75%), with material costs excluded in construction. This certification, mandated by 38 U.S.C. 8127(l)(2), is a condition for contract award. False certifications can lead to severe penalties, including criminal prosecution and fines. Contractors must provide documentation to the VA upon request to prove compliance, with failure to do so resulting in remedial action. The offeror must complete, sign, and return the certification with their bid; otherwise, their offer will be deemed ineligible for evaluation and award.
    The VA Central Western MA Healthcare System (VA CWM) seeks temporary Boiler Plant Operators (BPOs) to address staffing shortages for a one-year contract. Operators will manage high-pressure boiler plants (15 PSI and greater), performing routine maintenance, repairs, and documenting work. The role requires 24/7 coverage on rotating 12-hour shifts. Key tasks include hourly plant operation logs, daily water treatment, and monthly safety device testing. Qualifications demand five years of high-pressure boiler experience and physical ability to perform heavy, confined, and high-temperature work. BPOs must pass VHA Safe Steamin' Courses, receive OSHA training, and adhere to strict safety, communication, and security protocols, including background checks and VA badging. Deliverables include hourly rates for regular, Sunday/holiday, and overtime work, along with certification and training records.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J041-- Boiler Plant Control Systems Preventative Maintenance Services B+4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for Boiler Plant Control Systems Preventative Maintenance Services at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to provide annual maintenance for seven boilers, including semi-annual testing and various technical services such as server and software maintenance, boiler combustion control calibration, and safety switch testing. The contract will span a base year from May 1, 2026, to April 30, 2027, with four optional one-year extensions, and requires a two-hour response time for emergency repairs. Interested parties must submit their quotes by December 15, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025. For further inquiries, contact LaTerrica Sewell at LaTerrica.Sewell@va.gov.
    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.
    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.
    J044--Mt. Home Boiler Analysis/Tuning
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking proposals for a boiler combustion analysis and tuning project at the James H. Quillen VA Medical Center in Mountain Home, Tennessee. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors, who must be verified in the SBA Dynamic Small Business Search (DSBS), and involves a firm-fixed-price purchase order with a performance period from December 15, 2025, to December 14, 2026. The scope of work includes verifying fuel pressures, conducting flue gas combustion analysis, optimizing air-fuel combustion curves for three Nebraska D-Type Watertube Boilers, and providing detailed flue gas analysis reports for both natural gas and No. 2 fuel oil. Interested contractors should contact Adrian King at Adrian.King@va.gov for further details, and must ensure compliance with various FAR and VAAR clauses as outlined in the solicitation documents.
    Stockton Outpatient Clinic Boiler Plant Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler plant maintenance services at the Stockton Outpatient Clinic, part of the VA Northern California Health Care System. The contractor will be responsible for comprehensive maintenance, including burner management systems, boiler inspections, preventative maintenance, and emergency call-back services, ensuring compliance with NFPA codes, TJC standards, and OSHA regulations. This maintenance is crucial for the safe and efficient operation of the facility's heating systems, which include specific Cleaver Brooks and Intellihot boiler models. The contract period begins on February 1, 2026, and extends through January 31, 2031, with a total of four option years. Interested parties should contact David J. Alvarez at david.alvarez4@va.gov for further details and must acknowledge receipt of the solicitation amendment by the specified deadline to remain eligible for consideration.
    Boiler / Chiller Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    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.
    Y1EB--Project 512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD 21218-2100
    Buyer not available
    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, demolition of existing structures, and installation of mechanical, plumbing, electrical, and fire protection systems, with an estimated construction cost between $20 million and $50 million. The initiative is crucial for modernizing the VA Medical Center's infrastructure and ensuring compliance with safety and regulatory standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit proposals by January 27, 2026, at 10:00 AM EST, and are encouraged to attend a mandatory site visit on December 9, 2025, at 10:00 AM EST. For inquiries, contact Contracting Officer Liana J Holland at Liana.Holland@va.gov.
    J045--Boiler Safety Device Testing/Inspection Services
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit proposals for Boiler Safety Device Testing and Inspection Services for the Central Arkansas Veterans Healthcare System located in Little Rock/North Little Rock, Arkansas. The procurement aims to secure a contractor capable of providing essential testing and inspection services for the facility's central high-pressure boiler plant, which is critical for heating, air conditioning, and sterilization processes. Interested vendors must register in the System for Award Management (SAM) and are encouraged to express their interest or submit questions to Contracting Officer Arlene A. Blade at arlene.blade@va.gov. The Request for Quotation (RFQ) is expected to be posted on or around December 16, 2025, and the NAICS code for this opportunity is 238220, with a small business size standard of $19 million.
    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.