J045--668-25-2-5058-0051 CON NRM - Boiler Communication Controls

Bidders ID: NBD00159798045762600
Due Date: Mar 14, 2025
Posted Date: Mar 12, 2025
Level of Government: Federal
State: Federal
Agency: VETERANS AFFAIRS, DEPARTMENT OF
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Solicitation Number: 36C26025Q0328
Source: Members Only
Follow
J045--668-25-2-5058-0051 CON NRM - Boiler Communication Controls
Active
Contract Opportunity
Notice ID
36C26025Q0328
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Mar 12, 2025 10:13 am PDT
  • Original Response Date: Mar 14, 2025 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 24, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    4815 North Assembly Street Spokane , 99205
    USA
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services:

Proposed NAICS Code 811210 is applicable to determine business size standard. Any questions or concerns may be directed to Kyle Biessener via e-mail at kyle.biessener@va.gov.

RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION AND RESPONSES TO THE FOLLOWING QUESTIONS:
1.) company name, address, and business size; point of contact name, phone number, and e-mail address.
2.) Capability statement of your firm and any current or historical projects for similar requirements.
3.) How long do you estimate it would take complete the services required?
4.) Can you provide firm-fixed-pricing for the scope of services and supplies required below?
5.) Based on the Draft Statement of Work (SOW) and scope of services stated below, what additional information would you need to accurately estimate the effort for this requirement?

DRAFT STATEMENT OF WORK (SOW):
Scope
Replace, test, and calibrate communication controls and instruments for 4 separate boilers in accordance with ISO 17025 standards and VA Directive 1810. Service will be to replace the current can bus system with a 4-20MA control system. Contractor shall be located within a 120-mile radius of the Spokane VA Medical Center, and shall furnish all materials, tools, and devices needed to complete the work detailed in this document.
Place of Performance
Work to be performed at the Mann-Grandstaff VA Medical Center, located at 4815 North Assembly Street, Spokane, WA 99205


Technician Qualifications
At a minimum, qualified technicians shall:
Be employed with an ISO 17025 certified business and have five years of successful experience in the field. The experience should be largely with institutional and industrial boiler plants similar in design to the VAMC plant as specified below.
Be certified as competent to perform calibrations in accordance with ISO 17025 standards.
Demonstrate familiarity and show proof of compliance with VA directive 1810, and have ready access to the current versions of the following references:

- NFPA 85, Boiler and Combustion Systems Hazards Code.
- VHA Boiler Plant Safety Device Testing Manual, 8th Edition.
- VHA Directive 2008-062

Demonstrate working knowledge of Spokane Air requirements for emission parameters and the ability to perform to these standards.
Be equipped with portable electronic flue gas analyzers and other test instruments necessary for the required tests and calibrations. Instruments must be calibrated within six months of the site visits.
Be capable of programming digital controls, and possess the appropriate hardware and software needed to accomplish the task.
Provide proof of at least 3 years work experience performing the VA s Safety Devices Testing Program.
For issues that may arise during the installation period, provide at least a 48-hour response time to address routine issues, and a 2-hour response time to address critical issues.
Specific Tasks
Provide for each boiler (4 in total):
Set of as-built drawings.
New control panels.
New process controller.
New Honeywell BMS or equivalent, including first out annunciator. All Fireye brands are being replaced.
New actuators for gas, oil, FD air and FGR control. 4 Per boiler.
Provide installation of the above-mentioned equipment, to include startup, gas, and oil.
Perform 1 Gas and 1 oil combustion tuning.
Perform steam pressure and drum level process tuning.
Perform tuning, testing, calibrating, and adjustments of burners in accordance with OCM Instrumentation Testing Criteria.
Conduct calibration and certification of control instrumentation in accordance with VA requirements, complete with required paperwork and display stickers.
Contractor shall provide at least one week notice to the Person of Contact (POC) prior to performing the work. Work cannot be scheduled during heavy steam load periods. Only one boiler at a time can be out of service for the inspection, testing and calibration procedures. Work must be conducted when the POC or his/her designee is available on site to monitor the work.
Boiler Specifications
The aforementioned tasks shall be performed on the specified boilers:
Boilers 1 & 2

Subtitle: 2X 350 HP Boiler
Manufacturer: Burnham
Boiler Type: Fire tube Boiler
Year Built: 2020
Design Pressure: 200.00 PSI
Operating Pressure: 120.00 PSI [relief valve set pressure]
Design Temperature: 650.00 degrees Fahrenheit
Rated Capacity: 12,000 pounds per hour
Fuel: Natural gas and or #2 fuel oil fired boilers.
2 x profiles to be tuned per boiler.

Boilers 3 & 4

Subtitle: 2X 200 HP Boiler
Manufacturer: Burnham
Boiler Type: Fire tube Boiler
Year Built: 2020
Design Pressure: 200.00 PSI
Operating Pressure: 120.00 PSI [relief valve set pressure]
Design Temperature: 650.00 degrees Fahrenheit
Rated Capacity: 6900 pounds per hour
Fuel: Natural gas and or #2 fuel oil fired boilers.
2 x profiles to be tuned per boiler.

Other Pertinent Information or Special Considerations.

a. Identification of Possible Follow-on Work.

Installing new boiler communication controls could potentially require follow on services.

b. Identification of Potential Conflicts of Interest (COI).

N/A

c. Identification of Non-Disclosure Requirements.

Sensitive or proprietary information issues are not applicable to this job.

d. Packaging, Packing and Shipping Instructions.

N/A.

e. Inspection and Acceptance Criteria.

The Contract Officer Representative (COR) is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services.
Potential candidates having the capabilities necessary to provide the above stated services are invited to respond to this Sources Sought Notice via e-mail to Kyle Biessener at kyle.biessener@va.gov no later than 03/20/2025 by 4:30 PM Pacific Standard Time. No telephone inquiries will be accepted.

Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
Attachments/Links
Contact Information
Contracting Office Address
  • 1601 E Fourth Plain Blvd Bldg 17 Suite B428
  • VANCOUVER , WA 98661
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 12, 2025 10:13 am PDTSources Sought (Original)
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.

TRY FOR FREE

Not a GovernmentBidders Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >