Sources Sought Title V Emissions and Boiler Tuning Services
ID: SSNHOTDTITLEV20231005Type: Sources Sought
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R11 CONSTRUCTION SERVICES DIVSION CTR 2WASHINGTON, DC, 20405, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS (J044)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 5, 2023 8:55 PM
  2. 2
    Updated Oct 5, 2023 8:55 PM
  3. 3
    Due Oct 20, 2023 9:00 PM
Description

Sources Sought Title V Emissions and Boiler Tuning Services is a procurement notice issued by the GENERAL SERVICES ADMINISTRATION, specifically the PUBLIC BUILDINGS SERVICE. The notice is categorized as a Sources Sought, with a set-aside code of SBA, indicating a Total Small Business Set-Aside. The procurement target is for maintenance, repair, and rebuilding of equipment related to furnaces, steam plants, drying equipment, and nuclear reactors.

The service being procured is for Title V Emissions and Boiler Tuning Services. These services are typically used to ensure compliance with environmental regulations for the Central Heating and Refrigeration Plant (CHRP) operated by the United States General Services Administration Heating Operation and Transmission District (HOTD). The CHRP produces chilled water and steam to comfort quasi-government buildings in Washington, DC. The services involve the operation and maintenance of a Continuous Emissions Monitoring System (CEMS) and a Continuous Opacity Monitoring System (COMS) to monitor emissions and fuel usage during boiler operation. Additionally, the services include relative accuracy test audits, preventive maintenance and linearity testing for the CEMS and opacity monitors, and annual boiler tuning to optimize combustion performance and ensure compliance with regulations.

The place of performance for this procurement is Washington, DC, with the zip code 20024, and the country is the USA. The primary contact for this procurement is Ingrid J. Blair, who can be reached at ingrid.blair@gsa.gov or 202-379-8333. The secondary contact is Walter Kalista, who can be reached at walter.kalista@gsa.gov or 202-322-0904.

Interested small business contractors are encouraged to submit responses to this sources sought announcement. The response should include corporate information, capabilities narrative, and detailed information about previous experience in Title V Emissions and Boiler Tuning Services. The response must be submitted by email to Walter Kalista and Ingrid Blair before October 20, 2023, at 5:00 PM, EST.

Overall, this procurement notice seeks to identify and retain a contractor to provide services related to emissions monitoring, maintenance, and tuning of boilers at the CHRP in Washington, DC.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
J045--BOILER PLANT SERVICES FAYETTEVILLE VAMC
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive boiler plant services at the Fayetteville VA Medical Center in North Carolina. The primary goal is to ensure efficient and safe operation of the medical center's boiler systems. ## Scope of Work The selected contractor will be responsible for providing all necessary services, including labor, equipment, and materials, for the annual internal inspection, semi-annual tuning, testing, and calibration of boiler equipment and controls. The work involves detailed inspections, adjustments, and testing of boiler plant safety devices, including burners, boilers, and plant controls. The contractor must adhere to the VHA Boiler and Associated Plant Safety Device Testing Manual and the latest edition of BEI. Technician qualifications include a minimum of a one-year trade school and five years of relevant experience in institutional or industrial boiler plant maintenance. ## Eligibility Criteria The VA is specifically interested in hearing from contractors with experience in providing similar services in other VA medical facilities. Eligible contractors must have the necessary qualifications and certifications to perform the work outlined in the scope of services. ## Funding and Contract Details Funding for this project is still pending. The contract will likely be awarded as a firm-fixed-price agreement. ## Submission Process Interested contractors must submit a written response by 10:00 AM on Wednesday, July 31, 2024, to Crystal Perry at Crystal.Perry4@va.gov. The email subject line must read: "Boiler Services Fayetteville NC." The response should include the company's name and address, business size, and socioeconomic status (if applicable). Contractors should also provide a concise overview of their qualifications and any additional information that demonstrates their ability to meet the VA's requirements. ## Evaluation Criteria The VA will evaluate responses based on the extent to which they demonstrate an understanding of the required work, the contractor's qualifications and experience, and their ability to meet the stated requirements. The selection will be based on the information provided in the response to this sources sought notice. ## Contact Information For clarification or further information, interested parties can contact Crystal Perry at Crystal.Perry4@va.gov. The VA encourages potential offerors to respond, as the information received will help determine the government's course of action regarding a formal solicitation.
J045--Boiler 3 Operational Program Replacement - LLVAHCS
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is seeking experienced companies to replace the Boiler 3 Operational Program at the Loma Linda VA Healthcare System in California. This is a sources sought announcement intended to gather information on potential contractors capable of providing specialized services. The VA is exploring options for a possible Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside but may opt for an alternate set-aside or full and open competition depending on responses. The scope of work involves the installation of a new program in Boiler 3, followed by the recommissioning of both the natural gas and oil systems. The contractor will utilize their own equipment and are not expected to subcontract the work. Interested parties should demonstrate their technical expertise and experience in plumbing, heating, and air-conditioning contracting, with particular emphasis on functional area expertise. To be considered, applicants must register in the System for Award Management (SAM) and obtain VetCert certification from the SBA if they are SDVOSBs. Submissions should include the Unique Entity ID, Cage Code, Tax ID Number, and a detailed capability statement. The deadline for submissions is strict, with all information due by 3:00 pm MST on the date specified in the announcement. Responses should be sent to Mirna Gastelum Romero, Contract Specialist, via email at Mirna.GastelumRomero@va.gov. Please note that this is not a solicitation and the government is not obligated to respond to requests for one. The VA encourages SDVOSBs to respond and will use the information received to determine the acquisition approach.
B5022 Boiler Replacement
Active
Dept Of Defense
The Department of Defense seeks information from businesses for a potential boiler replacement project at a military base in Ophiem, Illinois. The main objective is to gather market research and expert insights to aid in planning a future acquisition for an efficient heating system. The aging boiler in Building 5022 needs replacement, and the government seeks an equivalent solution that adheres to ASHRAE and UFC standards. The scope of work involves replacing the entire heating system and ensuring it meets the required standards. Businesses are invited to provide feedback on the draft statement of work and offer insights on feasibility, costs, and potential solutions. Respondents are asked to address questions regarding project timing, estimated costs, and any additional considerations. There is no specified eligibility criteria, but the government encourages all businesses, especially small and disadvantaged ones, to respond. It's emphasized that this is not a request for proposals, and no awards will be given based on the responses. However, the information received will help shape the government's acquisition strategy. The estimated value of the project is less than $250,000. If the government proceeds with an acquisition, a solicitation will be published on SAM.gov. Potential offerors are responsible for monitoring this platform for any future updates. Responses to the Request for Information should be submitted electronically, on company letterhead, and in accordance with the instructions provided by the government. The primary contact for inquiries is MSgt Benjamin James, who can be reached at benjamin.james.1@us.af.mil or by phone at 618-222-5112. It's important to note that any information submitted becomes government property and may be made available to the public. Businesses are advised to clearly mark any sensitive or proprietary information.
Annual Inspection and Service of Gas Furnaces in Government Housing
Active
Homeland Security, Department Of
Combined Synopsis/Solicitation: Annual Inspection and Service of Gas Furnaces in Government Housing The Department of Homeland Security, US Coast Guard, is seeking commercial products or services for the annual inspection and service of gas furnaces in Government Housing. This service is typically used to ensure the proper functioning and maintenance of gas furnaces in residential buildings. The place of performance for this procurement is Astoria, Oregon, United States. The primary contact for this solicitation is Thomas Gresham, who can be reached at Thomas.J.Gresham@uscg.mil or 5038616235. Interested vendors should submit quotes to Thomas.J.Gresham@uscg.mil with the solicitation RFQ number 70Z03324QBASEA172 in the subject line. The offer due date and time is 2:00 PM (PDT) on Sunday, July 28, 2024. This procurement is set-aside 100% for small businesses. The associated NAICS code is 238220, and the small business size standard is $19M. For more details, including instructions to offerors, evaluation criteria, and applicable FAR provisions and clauses, please refer to the attached solicitation document. Please ensure timely submission of any questions regarding this solicitation to the Contracting Officer at Thomas.J.Gresham@uscg.mil with the solicitation RFQ number 70Z03324QBASEA172. Note: This summary has been generated based on the provided document and may not include all details.
J045--Boiler Plant PM Service
Active
Veterans Affairs, Department Of
The VETERANS AFFAIRS, DEPARTMENT OF is seeking Boiler Plant PM Service for the Joseph Maxwell Cleland Atlanta VAMC in Decatur, Georgia. This service is used for the maintenance and repair of plumbing, heating, and waste disposal equipment. The procurement is a Combined Synopsis/Solicitation and is set aside for Service-Disabled Veteran-Owned Small Businesses. The NAICS code for this procurement is 561210 with a small business size standard of $47M. All questions regarding this RFQ must be submitted in writing to Quentin Deloney at Quentin.Deloney@va.gov by July 15, 2024, at 12:00 PM ET. Contacting VA Medical Center employees regarding this RFQ is prohibited.