Skip to content
Department of Veterans Affairs

Z2DA--660-26-220 - Replace Furniture, Fixtures & Equipment for IPU for VAMC in Salt Lake City, UT

Solicitation: 36C25926R0053
Notice ID: 3e90bcc864f0490895b8b1798525897d
TypePresolicitationNAICS 236220PSCZ2DASet-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateUTPostedFeb 24, 2026, 12:00 AM UTCDueMar 06, 2026, 05:00 PM UTCCloses in 10 days

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: UT. Response deadline: Mar 06, 2026. Industry: NAICS 236220 • PSC Z2DA.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,075,201,402
Sector total $33,099,099,894 • Share 78.8%
Live
Median
$451,509
P10–P90
$0$70,641,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.8%
share
Momentum (last 3 vs prior 3 buckets)
+74637%($26,005,516,026)
Deal sizing
$451,509 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 UT
Live POP
Place of performance
Department of Veterans Affairs VA Medical Center, Salt Lake City 500 Foothill Drive • Sat Lake City, Utah • 84148 United States
State: UT
Contracting office
Greenwood Village, CO • 80111 USA

Point of Contact

Name
Blake Rowland
Email
blake.rowland@va.gov
Phone
303-712-5781

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
NETWORK CONTRACT OFFICE 19 (36C259)
Office
Not available
Contracting Office Address
Greenwood Village, CO
80111 USA

More in NAICS 236220

Description

THIS IS A PRESOLICIATION NOTICE A REQUEST FOR PROPOSAL WILL BE POSTED ON OR ABOUT MARCH 9, 2026 (i.e., estimated) Salt Lake City VA Medical Center (SLC VAMC) Statement of Work REPLACE FURNITURE, FIXTURES & EQUIPMENT (FF&E) Project Number: 660-26-220 Project Title: Replace Furniture, Fixtures & Equipment (FF&E) IPU General Objectives and Requirements Number and Title of project: 660-26-220 Replace Furniture, Fixtures & Equipment (FF&E) IPU. Authority for the project: Veterans Affairs (VA); National Contracting Office (NCO) 19. Purpose of the project: To replace all sinks, toilets, and locksets in all IPU patient rooms, to replace the grid ceiling in all patient areas, including the hallways, community rooms including the sunroom, where patients have physical access, as well as the sally port areas, with either a hard gypsum ceiling with access panels or a mental health grade ceiling panel system, see attached floor plan for locations of each of ceiling type. The door to the laundry area needs to be replaced with a door with built in wicket door (it s possible we may allow a new door to be installed to open outward, for the laundry room, but this must be approved by the COR) to eliminate barricade risk. All patient room and patient bathroom doors with hardware to receive new anti-ligature hardware and anti-ligature strike/latch assemblies. Must provide adequate number of sizes of anti-ligature access doors to all areas above the ceiling requiring any maintenance access. Please estimate to provide around 1 access door for every 100SF of solid ceiling installed, although final locations will need to be determined once ceiling is open and access doors can be scheduled. Background: It was determined, through The Joint Commission (TJC) Environment of Care (EOC) and Office of Inspector General (OIG) survey, that several aspects of the IPU are degraded beyond repair. Scope and methodology: To replace the entire grid ceiling with a gypsum ceiling, mental health grade panels and tamper-resistant access panels, all patient-use fixtures, and all patient room doors and hardware. The project shall consist of 6 distinct construction phases. This was decided after stakeholders input to maintain access to the isolation room and emergency egress. The C&A requirements do not apply, and a Security Accreditation Package is not required. Tasks and Associated Deliverables Description of tasks and associated deliverables: Construction tasks and deliverables shall be in accordance with this statement of work (SOW), construction specifications, and drawings. Complete the following tasks: To replace 1,090 SF of existing acoustical ceiling tile (ACT) ceiling system with a framed 5/8 gypsum drywall ceiling system, with access panels: Access panels must be installed and sized appropriately where maintenance access is required (junction boxes, etc.) All access panels must be tamper proof and accessible with a specialized key. Wall repair shall be a level IV finish, where disturbed, to fully match existing material and finish. To replace 2,565 SF of existing ACT ceiling system with a tamper-resistant ceiling panel system capable of a minimum sound blocking (CAC) value of 35 and sound absorption (NRC) value of 0.85. Panels shall be mechanically fastened with tamper resistant fasteners or installed with tamper resistant clips to the ceiling grid. Panels shall be accessible with a special tool and must not be openable by hand for patient safety. Panels must be sized appropriately for maintenance access (30 x 30 ). Implement manufacturers required suspension system, and HVAC diffusers and grilles. Install ceiling panel system in manner that meets manufacturer requirements. Panel color shall be approved by VA prior to ordering. To replace 18 patient-use toilets with Ligature Resistant ADA Compliant Stainless-Steel Toilet for In-Wall Mounting, with powder-coated finish on the exterior of the fixture only. No paint or power-coating or any other finish on the interior basin of the fixture. Automatic flush valves are preferred. If automatic valves are not available, please supply the COR with shop drawings for a mechanical flushing toilet. To replace 18 patient-use sinks with Ligature Resistant ADA Compliant Stainless-Steel Sink for in-wall mounting, with powder-coated finish on the exterior of the fixture only. No paint or power-coating or any other finish on the interior basin of the fixture. To replace 27 (no longer replacing the isolation room door) patient room doors with inward-opening, 20-minute rated Barrier-Resistant Interior Wood Doors. The doors shall include: Outward-opening wicket door, as close to a 34 width x 64 height as allowable by manufacturer, centered horizontally and vertically in main door, with opening 10 from bottom of door to 10 from top of door, to include: Beveled Wicket Door Edge. Laminated glass view panel (5/16 thick, 5 width x 20 height opening), horizontally set 9 from the opening side of the wicket door, vertically set 3 6 from the bottom of the view panel to finished floor; must include integral blinds in the view panel, with operable controls, with a specialized key, located on the corridor for staff access. Replacement of both C-wing and D-wing door handles with a new anti-ligature handle that matches the design of the current C-wing handles. Implement quiet action to door handles, if possible, without negatively impacting the door s fire rating. Painted metal frame around the View Panel to match patient room door color as closely as possible. Concealed wicket door hinge, as supplied by Manufacturer. A single-sided deadbolt able to accept the housing and cylinder in use at the VHASLCHCS IPU. Flush-mount door pulls. Mylar 20-minute label to be located on top of wicket door in lieu of being located on the corridor door, so that it is hidden from view and protected from tampering. Over the door alarms shall be removed, reinstalled, and recertified to confirm connection to the established alarm system. Protection Plates on the lower 10 of door, just up to the wicket door opening as close to the side and bottom edges of the door as possible. Beveled Replaceable Edge Profile. Ligature-resistant institutional privacy mortise locksets, to include: Ligature-Resistant Strikes Ligature-Resistant Tapered Collars compatible with the cylinders in use at the VA Salt Lake City Health Care Service IPU. Housing for all locks. For added security, construction hard walls must be Hard-Body Impact Resistant Classification Level 1 (90f.-lbs). Performance Period: 180 calendar days from NTP. Hours of work: Work shall take place during normal business hours (7:00 AM to 5:00 PM), Monday through Friday, all Federal Holidays excluded. Weekend and holiday work and work outside normal business hours may be allowed upon approval from the COR. Written notification must be given to the COR at least five working days before the weekend, holiday, or day in question. Federal Holiday: The following Federal legal holidays are observed by this facility: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in November Veteran s Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25

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.