Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2025 SAM #8739
SOLICITATION NOTICE

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

Notice Date
10/28/2025 7:08:00 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125R0077
 
Response Due
1/21/2026 1:00:00 PM
 
Archive Date
04/30/2026
 
Point of Contact
Heather Libiszewski-Gallien, Contracting Officer, Phone: 413-584-4040 ext 6386
 
E-Mail Address
Heather.Libiszewski-Gallien@va.gov
(Heather.Libiszewski-Gallien@va.gov)
 
Awardee
null
 
Description
523A4-20-208; Replace Boilers and Upgrade Controls VA Medical Center West Roxbury, MA Procurement Number: 36C24125R0077 This is a pre-solicitation notice synopsizing an upcoming unrestricted competitive solicitation satisfying the requirements of FAR 5.201. A request for proposal will be posted on or about November 21, 2025. All business sizes and classifications that meet the requirements of the solicitation are invited to participate. The VAMC West Roxbury Campus has identified a need for Project 523A4-20-208 Replace Boilers & Upgrade Controls. For this requirement, the general contractor will be required to include general construction, demolition, modification, and renovation of the existing Central Boiler Plant (Building 8) in accordance with specifications, drawings, and other documentation. The magnitude of construction as supplemented in accordance with VAAR 836.204 is between $50,000,000 and $100,000,000. The NAICS Code is 236220 and the small business size standard is $45 million. The period of performance is 943 calendar days from the issuance of the Notice-to-Proceed. A bid bond is required in accordance with FAR 52.228-1, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. Performance and payment bonds in the amount of 100% of the contact award amount will be required in accordance with FAR 52.228-15. This procurement will be solicited in accordance with FAR Part 15.101-1, Best Value Continuum Tradeoff Source Selection Process. A firm fixed price award will be made to the responsible offeror whose offer conforms to the solicitation, results in the best value to the Government, all factors considered. The purpose of the price evaluation is to provide an assessment of the reasonableness of the proposed price in relation to the solicitation requirements. Reasonableness of an offeror's proposal is evaluated through price analysis techniques as described in FAR Subpart 15.404-1. The Contracting Officer will establish the Veterans Preference Solely for purposes of price evaluation and implementation in accordance with VAAR 819.70 The VA Veterans First Contracting Program. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24125R0077 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cbfdd44740dc4b988fb9ca7cdcee371b/view)
 
Place of Performance
Address: Department of Veterans Affairs West Roxbury VA Medical Center 1400 VFW Pkwy, West Roxbury 02132, USA
Zip Code: 02132
Country: USA
 
Record
SN07629618-F 20251030/251028230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.