Skip to content
Department of Veterans Affairs

Z1DA--595-26-105| Upgrade DDC HVAC Controls Bldg 1 Construction | NCO 4 Construction West (VA-26-00050598) Design Build

Solicitation: 36C24426R0081
Notice ID: 3c85a30c07e94cedadf1d0b903807048
TypePresolicitationNAICS 238220PSCZ1DASet-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStatePAPostedApr 14, 2026, 12:00 AM UTCDueJun 01, 2026, 02:00 PM UTCCloses in 48 days

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.

12-month awarded value
$113,237,674
Sector total $37,513,712,921 • Share 0.3%
Live
Median
$89,917
P10–P90
$14,916$1,337,824
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+128%($44,282,278)
Deal sizing
$89,917 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Lebanon VA Medical Center, 1700 S. Lincoln Ave Bldg 1 • Lebanon, PA • 17042 United States
State: PA
Contracting office
Pittsburgh, PA • 15215 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260002 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
+96 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 96 more rate previews.
Davis-BaconBest fitstate match
PA20260002 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
BOILERMAKER
Base $35.34Fringe $18.48
+95 more occupation rates in this WD
Davis-Baconstate match
PA20260089 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Fayette
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+34 more occupation rates in this WD
Davis-Baconstate match
PA20260079 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Butler
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+32 more occupation rates in this WD
Davis-Baconstate match
PA20260028 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Allegheny, Armstrong +64
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

Point of Contact

Name
Contracting Officer
Email
christopher.mcdevitt@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
244-NETWORK CONTRACT OFFICE 4 (36C244)
Office
Not available
Contracting Office Address
Pittsburgh, PA
15215 USA

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.

Analysis is being generated for this notice. Check back shortly.

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.