Navigate the lattice: hubs for browsing, trends for pricing signals.
Pre-Solicitation This notice is for informational purposes only and is not an invitation for bids (IFB). Project Title: AC-13 Ductwork Replacement Project Number: 652-22-205 Project Location: Richmond Veterans Affairs Medical Center(VAMC), formally known as the Hunter H. McGuire Veterans Affairs Center located at 1201 Broad Rock Blvd. Richmond, Virginia, 23249 The Department of Veterans Affairs, Richmond, Virginia, requires corrective HVAC construction to restore compliance with Veterans Affairs (VA) ASHRAE ventilation requirements for operating rooms (ORs) and PACU spaces served by air conditioning system (AC) 13. Existing ductwork, coils, HEPA, filtration, and control components serving ORs 5, 6, and 7 and PACU spaces are either undersized, inaccessible, and/or improperly configured, resulting in failure to meet required air changes per hour (ACH) and pressurization criteria. The contractor shall provide all labor, material, equipment, supervision, and technical expertise needed to complete the work for project 652-22-205. Work for this project includes but is not limited to submittal submissions, site preparation, demolition, removing and disposing of existing structures and equipment, equipment replacement and installation, testing, and commissioning. All contract requirements to include work outlined in the statement of work, drawings, and specifications are to be completed within 365 calendar days from issuance of the notice to proceed (NTP). Note: NTP will be issued by the Contracting Officer during the pre-construction orientation In accordance with (IAW) VAAR 836.204(f)(1) the estimated magnitude of construction is between $1,000,000 and $2,000,000. NAICS: 238220- Plumbing, Heating, and Air-Conditioning Contractors Small Business Administration (SBA) size standard: $19M In accordance with (IAW) FAR 4.203-1(b) Bidders are required to have an active Federal Government contracts registration in SAM when they submit a bid, and at the time of award. Bids received from firms without active registration will be considered non-responsive. Pursuant 38 U.S.C 8127 The Government intends to procure this acquisition as a total or 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. In order to be considered for award firms responding to the invitation for bids MUST be SDVOSB certified by the Small Business Administration. See MySBA Certifications at https://certifications.sba.gov/ for more information. Bids received by firms that are not certified will be considered non-responsive. An official invitation for bids (IFB) will be made available on the Government s point of entry site located at www.SAM.gov on/about February 20, 2026. Any additional bidding material and/or information to include instructions, specifications, drawings, site visit information, and amendments will be posted with the IFB, no other additional information will be released until that time. The Government is not obligated to issue a solicitation as a result of this notice. It is the offerors responsibility to check SAM.gov periodically for any amendments/notices to the solicitation
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.