Skip to content
Department of Veterans Affairs

Z1DB--Replace Dietetics and Cath Lab Flooring, Buildings 1 and 1D Reno, CA Project # 654-22-003

Solicitation: 36C26126R0038
Notice ID: 623431876ab0448bba0d039b49c64d96
TypeSources SoughtNAICS 236220PSCZ1DBDepartmentDepartment of Veterans AffairsStateNVPostedMar 31, 2026, 12:00 AM UTCDueApr 07, 2026, 11:30 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NV. Response deadline: Apr 07, 2026. Industry: NAICS 236220 • PSC Z1DB.

Market snapshot

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

12-month awarded value
$29,123,001,035
Sector total $37,458,671,883 • Share 77.7%
Live
Median
$3,054,050
P10–P90
$307,254$50,502,702
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
77.7%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$24,162,898,361)
Deal sizing
$3,054,050 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 NV
Live POP
Place of performance
VA Sierra Nevada Health Care System, 975 Kirman Ave • Reno, Nevada • 89502 United States
State: NV
Contracting office
Mather, CA • 95655 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NV20260040 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Nevada • Washoe
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $52.36Fringe $26.62
Rate
BRICKLAYER
Base $42.85Fringe $17.02
+46 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 46 more rate previews.
Davis-BaconBest fitstate match
NV20260040 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Washoe
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $52.36Fringe $26.62
Rate
BRICKLAYER
Base $42.85Fringe $17.02
Rate
TILE FINISHER
Base $31.05Fringe $12.82
+45 more occupation rates in this WD
Davis-Baconstate match
NV20260017 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Humboldt
Rate
CARPENTER (Including Form Work)
Base $57.69Fringe $21.53
Rate
LINE CONSTRUCTION (Groundman)
Base $38.74Fringe $19.36
Rate
LINE CONSTRUCTION (Lineman) Lineman
Base $70.16Fringe $24.71
+30 more occupation rates in this WD
Davis-Baconstate match
NV20260052 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Nye
Rate
OPERATOR: Asphalt/Concrete Laydown
Base $60.39Fringe $30.38
Rate
OPERATOR: Bulldozer
Base $60.39Fringe $30.38
Rate
OPERATOR: Grader/Blade
Base $50.47Fringe $30.38
+23 more occupation rates in this WD
Davis-Baconstate match
NV20260049 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Lander
Rate
OPERATOR: Asphalt/Concrete Laydown
Base $60.39Fringe $30.38
Rate
OPERATOR: Bulldozer
Base $60.39Fringe $30.38
Rate
OPERATOR: Grader/Blade
Base $50.47Fringe $30.38
+23 more occupation rates in this WD

Point of Contact

Name
Ms. Yuliya Kochkina
Email
yuliya.kochkina@va.gov
Phone
559-241-6477

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
261-NETWORK CONTRACT OFFICE 21 (36C261)
Office
Not available
Contracting Office Address
Mather, CA
95655 USA

More in NAICS 236220

Description

SOURCES SOUGHT NOTICE ONLY No# 36C26126R0038 No Solicitation is currently Available Project Title: Replace Dietetics and Cath Lab Flooring in Buildings 1 & 1D, VA Sierra Nevada Health Care System PLACE OF PERFORMANCE VA Sierra Nevada Health Care System 975 Kirman Avenue, Reno, NV 89502 Description: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e) and RFO 15.101(c)( https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-15#FAR_15_101 ), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. Point of Contact: Ms. Yuliya Kochkina, Contract Specialist, e-mail: yuliya.kochkina@va.gov. All associated project documents will be incorporated into the Proposal Request, which shall be posted electronically through https://sam.gov at a future date. Inquiries will only be accepted in writing via e-mail to yuliya.kochkina@va.gov on or before Tuesday, April 07, 2026, by 4:30 PM (PDT) Subject: Sources Sought Notice, Replace Dietetics and Cath Lab Flooring in Buildings 1 & 1D, VA Sierra Nevada Health Care System, Project No. 654-22-003, Reno, NV. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to pay for the information solicited. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification. Although proposal, offeror, contractor, and offeror may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The purpose of this sources sought is to conduct market research to support the project identified above. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 236220 Commercial and Institutional Building Construction. This sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman-owned small business, or large business) relative to NAICS 236220. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that an internal contracting vehicle is a viable option for procuring a solution, the request for proposal (RFP) shall be posted internally. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. Background & Description of Work: The Department of Veterans Affairs (VA) is seeking vendors to provide all materials, supplies, equipment, labor, oversight, and administration necessary to install a fully functioning system. The scope of work is the replacement of flooring in the Cath Lab & Nutrition and Food Services spaces located in Buildings 1 and 1D. The work shall include demolition, recycling and disposal of existing flooring, and replacement (new construction) of new resinous and welded sheet vinyl flooring. The work should also account for temporary removal and reinstallation of furnishing and equipment as required for the successful replacement of flooring products as well as infection control and life safety requirements. The contractor shall completely prepare the site for building operations, including demolition and removal of existing flooring, and furnish all services, materials, supplies, temporary equipment and items, tools, specialty services, and project supervision in Buildings 1 and 1D. The period of performance for all work is ninety (90) consecutive calendar days from the issuance of the Notice to Proceed (NTP) for the VA Sierra Nevada Health Care System (VASNHCS), Reno, NV. The applicable North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction, and the small business size standard is $45.0 Million. PSC Code is Z1DB Maintenance of Laboratories and Clinics. Per Far 36.204 The Estimated Magnitude of Construction for this project is Between $100,000 and $250,000. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. All interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) will be verified by the Department of Veterans Affairs (VA) and be listed in the Small Business Administration s (SBA). The Contracting Officer (CO) will use the SBA Dynamic Small Business Search (SBA DSBS) (https://dsbs.sba.gov/search/dsp_dsbs.cfm ) to verify SDVOSB status until further guidance is provided by the Department of Veterans Affairs. INSTRUCTIONS: Because the solicitation strategy is dependent upon responses to this sources sought notice, interested parties are encouraged to provide complete and accurate responses to all items below, and should be limited to a brief description of one (1) page (not including a cover letter). If any portions seem unclear or prohibited, and/or you are unsure about the descriptions of the requirement, please list your comments and/or concerns in your response so they can be addressed. a) STATEMENT OF CAPABILITY - Demonstrate how your company can provide the requested services that are required in the attached Statement of Work (SOW) both in magnitude and scope. Include past experience (within the past five years) in similar in both magnitude and scope services to the VA, other Government (Federal or State) agencies, or a private facility. Include general information, a brief description of the work, and the total magnitude of each project. b) SOCIO-ECONOMIC STATUS - Specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. Indicate if your firm is a certified Service- Disabled Veteran Owned Small Business (SDVOSB) or Veteran- Owned Small Business (VOSB). c) INCLUDE CAGE and SAM Unique Entity Identifier (UEI) number of your company in your response. d) BONDING CAPABILITY: Include both per individual contract and aggregate. Provide the amount of aggregate bonding currently available (i.e., the amount not committed). e) QUESTIONS Provide answers to the following questions: 1. Does the Estimated Magnitude of Construction seem feasible? 2. Is the period of performance listed in the statement of work reasonable? 90 calendar days from NTP. 3. Has your firm performed a comparable project on a scale to the replacement of flooring in the Cath Lab & Nutrition and Food Services spaces, similar to the Statement of Work? If so, how recent? 4. Has your firm completed any repair projects for a hospital building before and in an active healthcare environment? What would your proposed general method be? 5. Has your company had previous experience working with the Government or the VA specifically? 6. This work will require experienced journeymen technicians. Are such employees on staff, or will the services need to be subcontracted? If a subcontractor is needed, how long or how many previous jobs of similar scale and scope have your firms worked together? 7. If known, what are any estimated lead times for this project materials and any potential supply chain disruptions or other issues you foresee? 8. Provide any input or project concerns that you foresee. If interested, responses are due in writing only by 4:30 pm (PDT), Tuesday, April 07, 2026. Please submit e-mail responses to Ms. Yuliya Kochkina, Contract Specialist, at yuliya.kochkina@va.gov. Please place Response to Sources Sought Notice for Replacement of Flooring, Reno, NV in the subject line of your e-mail. This notice is to assist the VA in determining sources only. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e) and RFO 15.101(c)( https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-15#FAR_15_101 ), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. ----- End of Sources Sought Notice-----

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.