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
    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
    Similar Opportunities
    Annual Generator Maintenance Services at Seattle and American Lake VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide annual generator maintenance services at the Seattle and American Lake VA Medical Centers. The required services include annual inspections, performance verification, oil and fuel filter changes, coolant system maintenance, and load bank testing for various Caterpillar and Cummins generators, in compliance with Joint Commission standards and VA directives. This opportunity is part of a Sources Sought Notice aimed at gathering information to identify potential sources for a contract that will include a base year and four option years. Interested parties should contact Adam Hill at Adam.Hill3@va.gov or 360-553-7678 to express their interest and provide the requested company information and capability statements by the specified deadline.
    Boiler Water Treatment and Boiler commissioning Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    J045--SOURCES SOUGHT NOTICE - REPLACE TWO STEAM PEDESTAL STYLE CONDENSATE PUMPS WITH TWO NEW PUMPS Washington DC VA Medical Center 36C24526Q0168
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified contractors to replace two pedestal-style steam condensate pumps at the Washington DC VA Medical Center. The project involves comprehensive services, including pre-installation safety measures, removal of existing pumps, installation of new pumps with necessary mechanical and electrical modifications, and subsequent commissioning. This procurement is crucial for ensuring the reliable operation of the facility's steam condensate system. Interested vendors must submit their responses, including business information and capability statements, by December 23, 2025, at 10:00 AM ET, via email to Bill Pratt at Billie.Pratt@va.gov. This notice serves as a request for information and does not constitute a solicitation or binding contract offer.
    Stratton ANGB - Building 25 Boiler Replacement
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the replacement of the boiler in Building 25 at Stratton Air National Guard Base in Scotia, New York. The project involves the removal of the existing faulty Buderus G334X-73 boiler and the installation of a new natural gas boiler that meets specific efficiency and performance requirements, along with associated components such as an expansion tank and circulator pumps. This opportunity is a total small business set-aside under NAICS code 238220, with a project magnitude of less than $25,000, and quotes are due by December 23, 2025, at 10:00 AM local time. Interested contractors should submit their quotes via email, including a material submittal, and are encouraged to attend a site visit scheduled for December 17, 2025. For further inquiries, contact Joshua King at 518-344-2511 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    Vapor International LLC- Vessel Boiler Parts
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of vessel boiler parts from qualified small businesses. This opportunity involves the supply of brand name commercial products, specifically OEM replacement parts for a ship's boiler, with a focus on various coils and ABS certification. The procurement is critical for maintaining operational readiness and efficiency of naval vessels, emphasizing the importance of reliable and high-quality components. Interested vendors must submit their quotes by 10:00 AM on November 25, 2025, and are encouraged to direct any inquiries to Brian Schuyler at Brian.d.schuyler.civ@us.navy.mil, with a required delivery date set for January 30, 2026. Registration in the System for Award Management (SAM) is mandatory for participation.
    J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified vendors to provide preventative and corrective maintenance services for medical test equipment at the Washington DC VA Medical Center. The contractor will be responsible for delivering all necessary labor, personnel, equipment, tools, materials, and supervision to ensure the proper functioning of medical test equipment, adhering to manufacturer recommendations for maintenance and repair. This opportunity is critical for maintaining the operational integrity of medical equipment, which is essential for patient care and safety. Interested vendors must submit their responses by December 29, 2025, at 10:00 AM ET, including relevant business information and capability statements, to the primary contact, Bill Pratt, at Billie.Pratt@va.gov.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    NIH COGEN Maintenance and Repair
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.