Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOLICITATION NOTICE

Y -- 657-26-109JB, Upgrade Master Boiler Program Logic Controls l STL

Notice Date
12/19/2025 8:28:34 AM
 
Notice Type
Presolicitation
 
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
36C25526R0051
 
Response Due
12/29/2025 1:00:00 PM
 
Archive Date
01/13/2026
 
Point of Contact
Kevin A Mahoney, Contract Specialist, Phone: 913-684-0141
 
E-Mail Address
Kevin.Mahoney3@va.gov
(Kevin.Mahoney3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
657-26-109JB Upgrade Master Boiler Program Logic Controls STATEMENT OF WORK (SOW) for CONSTRUCTION PROJECT: This contract is for CONSTRUCTION services to upgrade the boiler control system at the Jefferson Barracks VA Energy Plant. Description: The existing boiler control system relies on outdated hardware and software that are no longer supported, increasing the risk of failure and limiting maintainability.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. 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: Install the new SCADA PC and run iFIX 2024 in parallel with the existing system. Download PLC programs to new PLCs prior to cutover. Simulate the new SCADA application on iFIX 2024. Coordinate and execute cutover for each boiler PLC individually. Migrate hardware and monitor performance. Allow time between boiler migrations to validate functionality. Repeat for all three boiler systems. Schedule and execute cutover for the Plant Master Panel. 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. Note: Contractor to abide by all work & requirements set in the final release for construction project specifications. Project shall conform to all Records Management and Privacy Language. The period of performance for this project will be 180 calendar days after NTP issue date. END OF STATEMENT OF WORK Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, this procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) only. The project construction cost range is between $250,000 and $500,000. The North American Industry Classification Code (NAICS) for this procurement is 238220 with a small business size standard $19.0 million. The duration of the project is estimated to be 180 calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 15 percent of the General Construction labor for NAICS Code 238220. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the SAM Contract Opportunities website, which may be issued to this pre-solicitation. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM (System of Award Management) under the applicable NAICS. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration prospective (SDVOSB) and (VOSB) contractors must be registered in the VIP database which is now the Veteran Small Business Certification (VetCert) under the applicable NAICS. Firms may obtain SAM- information at http://www.SAM.gov and VIP information at Veteran Small Business Certification (sba.gov). The solicitation package and drawings should be available for download on or before December 30, 2025 and the proposal due date will be on or about January 28,2026. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to maria.hoover@va.gov and kevin.mahoney3@va.gov and ensure that the subject line reads "" Upgrade Master Boiler Program Logic Controls l STL, Project #657-26-109JB, Solicitation No. 36C25526R0051 .
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2728007aa9ee4b66a110a5728df08f46/view)
 
Record
SN07671375-F 20251221/251219230033 (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.