Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2026 SAM #8824
SOURCES SOUGHT

Z -- Boiler Replacement Sources Sought

Notice Date
1/21/2026 3:42:33 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24626B0020
 
Response Due
2/4/2026 5:00:00 AM
 
Archive Date
03/12/2026
 
Point of Contact
Alice Custis, Contracting Specialist, Phone: 757.722.9961 ext 18670
 
E-Mail Address
alice.custis@va.gov
(alice.custis@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited.� The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors to provide all labor, materials, tools, equipment, transportation, supervision, coordination, and services necessary for replacing three (3) firetube boilers at the Durham VA Medical Center Campus. Scope includes and is not limited to: Removal, disposal, and replacement of existing underground fuel-oil storage tanks and boilers Install two temporary boilers while the three permanent 600 HP boilers are being replaced. Should one of the Temporary Boilers fail, the Contractor should have a trailer mounted temporary boiler within 48-hours to fulfill the steam requirement until the failed boiler in building 24 is returned to service. Install new sprinkler system in Buildings 7 (boiler plant) and 9 (chiller plant) Construction shall be performed during VA working 1st shift, 7AM-3:30PM, Monday-Friday. Utility work in the East and West parking lots shall be performed during VA working 2nd shift, 3 PM 11:30 PM Contractor shall phase construction in either the East or West Parking to return spaces to normal usage at the end of all shifts. Any construction that requires utility outage shall take place during second shift or during the weekend. Coordinate shutdowns with the VA COR 4-weeks in advance. The proposed NAICS 236220 Commercial and Institutional Building Construction is applicable to this acquisition; with a size standard of $45.0 Million.� The anticipated Magnitude of Construction is between $10,000,000.00 and $20,000,000.00. The anticipated Period of Performance is 574 days from the Notice to Proceed.� Small Business Requirements For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of acquisition strategy and set-aside requirements if a solicitation becomes available. Pursuant to 38 U.S.C. 8127(d), acquisitions will be set-aside for SDVOSBs or VOSBs, registered in the SBA VetCert database, whenever there is a reasonable expectation of receiving two or more offers/quotes from eligible, capable and verified firms, and that an award can be made at a fair and reasonable price that offers best value to the Government. However, if responses from qualified firms prove inadequate, an alternate set-aside or full and open competition may be considered.� Instructions: All interested parties should respond, in writing via email to� alice.custis@va.gov. No telephone inquiries will be accepted. Your response is required by 5:00 PM EDT on Wednesday, February 4 , 2026. In your response, please include the following:� Company name� Address� Point of contact with email and phone number� SAM Unique Entry ID number (see� https://www.sam.gov� for more information)� Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.)� Proposed NAICS code or PSC (if different from above)� Capabilities statement, to include experience with contracts of similar scope and magnitude� Brief explanation of how company will comply with the limitations on subcontracting (if applicable) In addition to this information, please include responses to all of the following in your submission:� What additional information would you require in order to provide a quote for this project?� Approximately how long would it take to complete the project, including lead times for materials?� Is the anticipated period of performance reasonable? If not, what would you recommend? Is 48 hours enough time to get a temporary boiler? What is a reasonable time expectation to allow for one to be procured and brought to the site? What are the cost implications between 48 hours for a temporary boiler and what you are proposing as the reasonable time expectation? What impact do the working hours or the requirement for a four-week shutdown have on the schedule or the pricing? Is our anticipated Magnitude of Construction appropriate for this project?� Is there anything that would deter you from responding to this requirement?
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ce36c480268b4013945cfdbf54ca9e27/view)
 
Place of Performance
Address: 508 Fulton St, Durham, NC 27705, USA
Zip Code: 27705
Country: USA
 
Record
SN07692936-F 20260123/260121230037 (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!  © 1994-2026, Loren Data Corp.