SOURCES SOUGHT
Y -- 657-26-109JB, Upgrade Master Boiler Program Logic Controls l STL
- Notice Date
- 11/25/2025 7:29:31 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25526Q0080
- Response Due
- 12/10/2025 12:00:00 PM
- Archive Date
- 12/25/2025
- Point of Contact
- Kevin A Mahoney, Contract Specialist, Phone: 913-684-0141
- E-Mail Address
-
Kevin.Mahoney3@va.gov
(Kevin.Mahoney3@va.gov)
- Awardee
- null
- Description
- Request for Information (RFI) 36C25526Q0080, Title of Project: Upgrade Master Boiler Program Logic Controls l STL, Project #657-26-109JB. This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is for information and planning purposes only and shall not be construed as a solicitation announcement nor a request for proposals or quotes and does not obligate the� Department of Veterans Affairs (VA) to award a contract. Responses will not be considered as proposals, nor will any award be made to any parties responding to the sources sought announcement. The purpose of this Sources Sought Announcement is to conduct market research to locate interested, experienced and potential qualified constructions firms capable of completing this project. Firm must identify their socio-economic status for NAICS Code 238220, Plumbing, Heating, and Air-Conditioning Contractors. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 238220 with the applicable business size of $19.0 million. The project cost range is between $250,000.00 to $500,000.00 GENERAL SCOPE OF WORK: The existing boiler control system relies on outdated hardware and software that are no longer supported, increasing the risk of failure and limiting maintainability. This project upgrades the Plant Master Panel, three boiler PLCs, and SCADA system to modern, supported platforms, improving system reliability, safety, and integration. The following outlines the SOW for the different components: Plant Master Panel SOW: Replace the existing PLC with a CompactLogix 5000 Series PLC and 5069 I/O modules. Replace existing PanelView HMI with a PanelView Plus 7 Graphic Terminal. Provide updated electrical drawings and integrate all new components into the existing panel. Program the new PLC and establish communication with each boiler, auxiliary equipment, and the SCADA system. Boiler PLC SOW: For each of the three boilers: Remove the existing obsolete PLC and replace it with a CompactLogix 5000 Series PLC and 5069 I/O modules. Replace the existing PanelView HMI with a PanelView Plus 7 Graphic Terminal. Provide updated electrical drawings and integrate all new components into the existing panel. Program the new PLC and establish communication with each boiler, auxiliary equipment, and the SCADA system. Upgrade Obsolete O2 PCC-III-Z000 to Latest PCC-IV-Z000 Control SCADA system SOW: Replace the existing Windows 7-based Dell PC with a modern PC operating on Windows 11. Replace the obsolete printer with a new Canon All-in-One Inkjet printer. Replace the obsolete Ethernet switch with a new SonicWall switch. Install and license iFIX v2024 SCADA software. Maintain use of existing Ethernet cable runs between the Master Panel, Boiler Panels, Switch, and SCADA system. d. Migration Cutover SOW: A phased cutover plan shall be developed and implemented to minimize system downtime. This plan is designed to avoid downtime during SCADA migration, limit downtime to one boiler at a time during boiler PLC upgrades and restrict full system downtime to the Plant Master Panel migration only. The plan shall include the following steps: 1. Install the new SCADA PC and run iFIX 2024 in parallel with the existing system. 2. Download PLC programs to new PLCs prior to cutover. 3. Simulate the new SCADA application on iFIX 2024. 4. Coordinate and execute cutover for each boiler PLC individually. 5. Migrate hardware and monitor performance. 6. Allow time between boiler migrations to validate functionality. 7. Repeat for all three boiler systems. 8. Schedule and execute cutover for the Plant Master Panel. 9. Migrate hardware and monitor system performance. The contractor shall furnish all labor, supervision, materials, products, tools, equipment, temporary structures and any other resources necessary to complete the work as described in this SOW, whether specifically listed or implied by the scope. The contractor shall provide a high level of quality and workmanship. The contractor is responsible for the removal and disposal of any project-related equipment and materials. 3. Note: Contractor to abide by all work & requirements set in the final release for construction project specifications. 4. Project shall conform to all Records Management and Privacy Language. Deliverable: The construction contractor will do all work in accordance with the contract drawings and specifications related to project number 657-26-109JB, Upgrade Master Boiler Program Logic Controls at the St Louis Jefferson Barracks, MO. VAMC. END OF SCOPE OF WORK. The Government is not obligated, nor will it pay for or reimburse any costs associated with responding to this Sources Sought Synopsis Request. This notice shall not be construed as a commitment by the VA to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.� If interested in this opportunity, please provide Capability Statement via email. The Capability Statement is designed to inform the Department of Veteran Affairs of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number; 2) Offeror's interest in bidding on the solicitation when it is issued; 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 1 no more than 3 examples; 4) Offeror's CVE certification if a Veteran owned business; 5) Please provide Socio-economic status for NAICS code 238220, Plumbing, Heating, and Air-Conditioning Contractors and provide percentage of self-performed labor your company can perform for this type of project; 6) Offeror's Joint Venture information if applicable - existing and potential; 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror has completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration located at Veteran Small Business Certification (sba.gov).� Submittal Information: Responses shall indicate the RFQ # 36C25526Q0080, Title of Project: Upgrade Master Boiler Program Logic Controls, Project #657-26-109JB. Please be advised that all submissions become Government property and will not be returned. All interested Offerors should submit information by e-mail to: maria.hoover@va.gov and kevin.mahoney3@va.gov. All information submissions should be received no later than 2:00 pm CDT on Wednesday, December 10, 2025. No questions will be accepted for this RFI, no site visits are authorized, and there is no additional technical information available. END OF RFI. 36C25526Q0080 Sources Sought Notice for Marion Project: Upgrade Master Boiler Program Logic Controls, Project #657-26-109JB.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/80efa672dc164aafa0b75b20fc0f9c3c/view)
- Record
- SN07652070-F 20251127/251125230042 (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 |