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.