Z1DA--595-26-105| Upgrade DDC HVAC Controls Bldg 1 Construction | NCO 4 Construction West (VA-26-00050598) Design Build
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: PA. Response deadline: Jun 01, 2026. Industry: NAICS 238220 • PSC Z1DA.
Market snapshot
Awarded-market signal for NAICS 238220 (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 96 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238220
Description
DESCRIPTION The Veterans Integrated Service Network 04 (VISN 04) Contracting Office/ Lebanon Veteran Administration Medical Center anticipates soliciting a Request for Proposal (RFP) and subsequently awarding a single, Firm Fixed Price contract that will be the Best Value to the Government based on evaluation factors and price. The prime contract is to contract/partner with an Architect/Engineering firm to provide design-build services necessary for completion of designs and construction, resulting in the Upgrade DDC HVAC Controls, Building 1 Design-Build project. All designs and construction must be in compliance with available codes, VA Design Guides, VA policy/standards, and the terms of the contract. The contractor shall provide all tools, travel, labor, materials, permits, licenses, and supervision for the construction of this project, to Upgrade DDC HVAC Controls, Building 1 Design-Build as specified in the Scope of Work. Note: This is notice is NOT a request for proposal at this time. Project Scope Summary: The Design-Build team shall provide all, labor, materials, tools, and equipment, and design-build services necessary for design and construction of the project described her along with other specified tasks as further defined in Request for Proposal (RFP) for the Upgrade DDC HVAC Controls, Building 1 Design-Build, project #595-26-105. The project shall be designed and completed in accordance with current VA guidelines, EPA requirements, VA Specifications, and developed specifically to meet local requirements for the Lebanon VA Medical Center in Lebanon, PA. The resulting contract of this procurement is to provide design completion of the referenced project and perform construction of the completed design. Selection/Administration: This project is a Best Value two-phase design-build solicitation. Phase I proposals will be evaluated to determine the three (3) best offerors to be selected to provide an offer for Phase II of this solicitation. The Request for Proposal (RFP) shall set forth the requirements for responding to Phase I of the solicitation as well as the evaluation factors for Phase I. The solicitation and specifications will be available under the Contracting Opportunities tab https://SAM.gov. Amendments to the solicitation will also be posted on this website. All parties must obtain solicitation and amendments to the solicitation through the website. Hard copies will not be mailed. It is the responsibility of the contractor to frequently check the website for all notices, updates, amendments, ect. regarding this solicitation. The Government will not be responsible for an notification not sent or received by the Contractor regarding this solicitation. This contract is being procured in accordance with the Federal Acquisition Regulation (FAR) Subpart 36.3 Two-Phase Design-Build Selection Procedures. Set-Aside: This contract is set-aside 100% for Service Disabled Veteran Owned Small Businesses (SDVOSB) capable of completing the work under the North American Industrial Classification System (NAICS Code: 238220- Plumbing, Heating, and Air Conditioning Contractors, with a Size Standard of $19.0 Million in annual receipts for the past three (3) years. All respondents must be registered in the System for Award Management System (SAM) database at time of Phase I submittal. Offerors must also be verified in the Small Business Administration s VetCert program (https://veterans.certify.sba.gov/) at the time of Phase I submittal. Any offeror not registered and verified in SAM or VetCert at the time of proposal submittal will be disqualified and their proposal will be rejected. Other: The contract type of this acquisition will be a Firm Fixed Price (FFP) contract. The Period of Performance is 390 calendar days total from the Notice to Proceed (60 for Design and 330 for Build) The Magnitude of Construction cost is between $1,000,000.00 and $5,000,000.00. The solicitation issue date will be on or around 1 June 2026. A pre-bid conference/site visit will conducted for Phase I. All questions pertaining to this solicitation must be received in writing via email to christopher.clements1@va.gov or christopher.mcdevitt@va.gov. NO TELEPHONE REQUESTS WILL BE HONORED. All questions and Government provided responses will be posted to the RFP via SAM.gov. End of Document
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.