This government solicitation (36C24726Q0127) is a Request for Proposal (RFP) issued by the Department of Veterans Affairs, VISN 7 Network Contracting Office. It is a 72-page document for annual boiler plant control system preventative maintenance services for seven boilers and associated systems at the WJB Dorn VA Medical Center in Columbia, South Carolina. The contract is a Firm-Fixed Price type, with a base year from May 1, 2026, to April 30, 2027, and four potential one-year options, extending the contract until April 30, 2031. The solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key requirements include server and software maintenance, boiler combustion control point calibration and testing, boiler safety switch calibration and testing, boiler plant loop tuning, common plant I/O control and instrumentation preventative maintenance and calibration, annual checks on Lochinvar boilers, and gas detection system maintenance. The contractor must provide a 2-hour response time for emergency repairs and an emergency recall plan. Invoices are to be submitted monthly and electronically through the Tungsten Network. Offerors must include a past performance report for two years demonstrating satisfactory performance. The NAICS code is 561210, with a size standard of $47 million.
The Department of Veterans Affairs (VA) is requesting quotes for Boiler Plant Control Systems Preventative Maintenance Services at the William Jennings Bryan Dorn VA Medical Center in Columbia, SC. This solicitation, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), seeks contractors to provide annual boiler maintenance for seven boilers, including semi-annual testing. The contract spans a base year from May 1, 2026, to April 30, 2027, with four optional one-year extensions. Services include server and software maintenance, boiler combustion control calibration and testing, safety switch calibration, plant loop tuning, and common plant I/O preventative maintenance. Contractors must offer a 24-hour response for routine repairs and a two-hour response for emergencies. Offerors must be SAM and SBA VetCert registered, provide a detailed technical plan, two years of past performance references, and a price schedule. Quotes are due by December 15, 2025, and a mandatory site visit is scheduled for December 4, 2025. Award will be based on the best value, considering technical approach, past performance, and price.