Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is soliciting proposals for Project 523A4-20-208: Replace Boilers and Upgrade Controls at the VA Boston Healthcare System's West Roxbury Campus, MA. This project involves comprehensive general construction, demolition, modification, and renovation of the existing Central Boiler Plant (Building 8). The estimated magnitude of construction is between $50,000,000 and $100,000,000. Proposals are due April 17, 2026, by 4:00 PM EDT.
Scope of Work
The project's primary objective is to replace existing boilers and upgrade controls at the West Roxbury Central Boiler Plant (Building 8/5). The scope includes:
- Demolition of the existing boiler plant and construction of a new central energy building.
- Installation of new steam generation, condensate return, fuel oil storage/delivery systems, and associated electrical and control upgrades.
- New structural, architectural, and mechanical systems compliant with VA and Massachusetts engineering standards.
- Hazardous materials abatement, including asbestos-containing materials (ACM) and lead-based paint (LBP), as detailed in the Regulated Building Materials Survey Report and Hazardous Materials Abatement Plan.
- Integration of specific brand-name components for boilers (Cleaver-Brooks), door hardware (Corbin Russwin, Kaba Peaks), automatic transfer switches (Russelectric), HVAC Building Management System (Trane), packaged air handling units (Trane), diesel generators (Cummins), and fire alarm systems (GE/EST-3) due to existing campus standardization and compatibility requirements.
Contract & Timeline
- Type: Firm-Fixed-Price Solicitation
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Magnitude: $50,000,000 - $100,000,000
- Period of Performance: 1095 calendar days from Notice to Proceed (NTP).
- Anticipated NTP: May 4, 2026.
- Set-Aside: Unrestricted competitive procurement, open to all business sizes, with preferences for SDVOSB and VOSB offerors under the Veterans First Contracting Program.
- Proposal Due: April 17, 2026, by 4:00 PM EDT.
- Submission: Electronic via email to Heather.Libiszewski-Gallien@va.gov and NCO1ConstructionTeam2Proposals@va.gov.
Evaluation
Award will be based on a "Best Value" tradeoff process, where Technical and Past Performance are significantly more important than Price. Veteran preference will be considered. Bidders must submit:
- Exhibit A: Project Information Sheet for Contractors (for three past projects).
- Exhibit B: Subcontractor Information and Consent Form for major subcontractors.
- Exhibit C: Past Performance Questionnaire (to be sent to references).
- Exhibit D: Detailed cost breakdown template.
Special Requirements
- Contractor and subcontractor employees require VA-issued PIV badges. Construction Contractor positions are designated "Non-Sensitive Positions - Tier 1/Low Risk" for personnel vetting.
- Compliance with Infection Control Risk Assessment (ICRA) and Interim Life Safety Measures (ILSM) is mandatory.
- A Project Labor Agreement is required upon contract award.
- Prevailing wage rates (Davis-Bacon Act) apply.
- Excavation near existing underground utilities (within 5 feet) must use vacuum excavation.
- Delegated design for two 30' x 30' salt storage sheds is required.
- No temporary boilers are required; temporary steam and condensate return will be provided by new piping systems.