Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls

SOL #: 36C24125R0077SolicitationSolicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

MA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Hospital Buildings (Y1DZ)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 10, 2026, 8:00 PM

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 VAMC West Roxbury Campus in West Roxbury, MA. This Firm-Fixed-Price construction contract, estimated between $50 million and $100 million, involves comprehensive renovation of the Central Boiler Plant (Building 8). Proposals are due by April 10, 2026, at 4:00 PM EDT.

Scope of Work

The project requires a general contractor to perform general construction, demolition, modification, and renovation of the existing Central Boiler Plant (Building 8). Key tasks include:

  • Installation of new steam generation and condensate return systems.
  • Installation of new fuel oil storage and delivery systems.
  • Electrical and control system upgrades, including integration with the existing SCADA system.
  • Construction of new structural, architectural, and mechanical systems compliant with VA and Massachusetts engineering standards.
  • Removal and replacement of existing boilers, pumps, piping, and associated appurtenances.
  • Provision of temporary utilities, shoring, and hazardous materials handling to ensure uninterrupted facility operations.
  • Extensive site work, including excavation, utility relocation, and site restoration.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Magnitude: $50,000,000 - $100,000,000
  • NAICS Code: 236220 (Commercial and Institutional Building Construction)
  • Period of Performance: 943 calendar days from Notice to Proceed.
  • Place of Performance: West Roxbury VA Medical Center, West Roxbury, MA.

Key Requirements & Considerations

Bidders must address several critical aspects:

  • Hazardous Materials: Abatement of identified asbestos-containing materials (ACM) and lead-based paint (LBP) in Building 8, requiring licensed contractors and strict adherence to OSHA/EPA regulations.
  • Site Conditions: Geotechnical reports detail subsurface conditions, requiring consideration for foundation design (micropiles), excavation (non-destructive methods near utilities), and dewatering.
  • Safety & Compliance: Strict adherence to Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) protocols, including dust control, negative pressurization, and worker safety. Compliance with VAAR clauses for personnel identity verification (PIV badges) and background investigations is mandatory.
  • Brand Name Specifications: Justifications for specific brand-name products (e.g., Cleaver-Brooks boilers, TRANE DDC BMS, Cummins Generators, Russelectric ATS, GE/EST-3 Fire Alarm, Corbin Russwin door hardware) are provided due to existing campus standardization and compatibility requirements.
  • Labor: A Project Labor Agreement is required upon contract award, and prevailing wage rates (Davis-Bacon Act) must be observed.
  • Subcontractors: Major subcontractors and teaming partners must complete an "Exhibit B: Subcontractor Information and Consent Form" for past performance evaluation.

Submission & Evaluation

This is an unrestricted competitive procurement with Veteran preference for SDVOSB and VOSB offerors. Evaluation will follow a "Best Value" tradeoff process, where Technical and Past Performance are significantly more important than Price. Offerors must submit proposals electronically, including detailed cost breakdowns (Exhibit D) and past performance information (Exhibit C).

Contact Information

For inquiries, contact Heather Libiszewski-Gallien, Contracting Officer, at Heather.Libiszewski-Gallien@va.gov or 413-584-4040 ext 6386.

People

Points of Contact

Heather Libiszewski-GallienContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Apr 2, 2026
View
Version 5Viewing
Solicitation
Posted: Mar 18, 2026
Version 4
Solicitation
Posted: Feb 23, 2026
View
Version 3
Solicitation
Posted: Jan 21, 2026
View
Version 2
Solicitation
Posted: Jan 14, 2026
View
Version 1
Solicitation
Posted: Dec 18, 2025
View
Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls | GovScope