Z1DA--619-26-1-5381-0002, Correct FCA Assessment Findings on Failing PLUMBING Conditions for Building 1 (VA-26-00027345)
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: AL. Response deadline: Apr 06, 2026. Industry: NAICS 236220 • PSC Z1DA.
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 28 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
THIS CONSTRUCTION SERVICES PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). CONTRACTORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. Project: 619-23-105 Correct FCA Findings on Failing Plumbing Conditions for Building 1 Work Location: Central Alabama Veterans Health Care System at 215 Perry Hill Road Montgomery, AL, 36083 Estimated/Target Completion Period: 1095 days after issuance of Notice to Proceed Construction Magnitude: Between $10,000,000 and $20,000,000 NAICS: 236220 Small Business Standard: $45 Million Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Contract Type: Firm-Fixed-Price (FFP) Construction Contact Site Visits will not be arranged during this phase. Submission Criteria/Requirements: Solicitation 36C24726R0039, (including any/all relevant documents, specifications, and drawings), will be posted on or about April 7, 2026, to https://sam.gov/ under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It will be the responsibility of the offeror to verify the number of amendments issued. This requirement will be procured utilizing the Lowest Price Technically Acceptable (LPTA). The anticipated award date of the proposed Construction Contract is on or before September 30, 2025. This acquisition is a 100% Set Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Prospective Contractors are cautioned that a proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). Prospective Contractors must comply with VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). In the case of a contract for Specialty trade construction contractors, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73. Any work that a similarly situated subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials is excluded and not considered to be subcontracted. For an SDVOSB to be considered as a prospective contractor, the firm must be certified and listed in the SBA certification database (veterans.certify.sba.gov/) and registered in the System for Award Management (SAM) database (sam.gov) at time of submission of their qualification. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in 13 CFR 128.402 and the managing joint venture partner makes the representations under 852.219-73(c). A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. The firm must also report to VETS-4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at dol.gov/agencies/vets/programs/vets4212. PROJECT INFORMATION/STATEMENT OF TASK: This project is to remove all dead leg piping sections. Re-apply insulation to all segments of HW piping where insulation is found to be missing. Install one chlorination injection station per floor. Increase temperature in water heaters to 140 F and where no existing mixing valve exists on the water heater, install a mixing valve to prevent scalding. Extend DHWR piping to within 6 feet of all fixtures and install small mixing valves at each sink/lavatory to allow increased HW supply temperature in piping to sink/lavatory. Replace DHW recirculation pumps to accommodate a larger flow rate. Install chiller (either air-cooled or include cooling tower and condenser water system), heat exchanger, chilled water pumps to chill all incoming domestic water down to below 68 F. Insulate all existing and new CW piping associated with new chilled conditions. Install insulated CW recirculation (DCWR) piping loop parallel to existing CW piping throughout the entire building. Install a continuous-monitoring system on incoming domestic water to monitor pH, chlorine levels, and temperature. The Project 2nd Floor and the patient areas on the 3rd floor at the Central Alabama Veterans Health Care System at 215 Perry Hill Road Montgomery, AL, 36083
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.