Y1DZ--B3-Fourth Floor PACT Renovation Project # 659-26-800
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NC. Response deadline: Apr 27, 2026. Industry: NAICS 236220 • PSC Y1DZ.
Market snapshot
Awarded-market signal for NAICS 236220 (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 21 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
PRESOLICITATION NOTICE This notice is for Solicitation Number 36C24626R0031, Project Number 659-26-800 B-3 Fourth Floor PACT Renovation, at W.G. Hefner Medical Center, 1601 Brenner Ave., Salisbury, NC 28144. This shall be a Service-Disabled Veteran Owned Small Businesses (SDVOSB) Set-Aside. As a result, all SDVOSB s may submit a proposal, which will be considered by the agency. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $45.0 million. VAAR 836.204| Disclosure of the magnitude of construction project is between $ 5,000,000 and $10,000,000. Scope of Work: The scope of work shall generally consist of, but not limited to the following: Provide all labor, materials, tools and equipment, and design-build services necessary for the design and construction of a project described here: A. Sections A & C of the floor plan, approximately 2,890 SF, will require no wall demolition. These sections will receive a fresh coat of paint, a new ceiling grid, new ceiling tiles, and new LVT flooring. B. Sections D, E, & G of the floor plan, approximately 3,780 SF, will require light demolition of metal stud and gypsum walls. Sections D & G will remain open spaces after demo to be utilized as Teams Areas. They will receive a new ceiling grid, new ceiling tiles, and new carpet. Section E will be reframed with metal stud and gypsum walls for either Exam Rooms or Offices. This section will receive a new ceiling grid, new ceiling tiles, and either new carpet or LVT, depending on designed usage. C. Section F, approximately 1,000 SF, will require no wall demolition. This section will be reframed with metal stud and gypsum walls for either Exam Rooms or Offices. It will receive a new ceiling grid, new ceiling tiles, and either new carpet or LVT, depending on designed usage. D. Section B, approximately 12,465 SF, will require heavy demolition of CMU walls separating rooms. The corridor walls will remain and receive ¼ laminate drywall. This section will be reframed with metal stud and gypsum walls for either Exam Rooms or Offices. It will receive a new ceiling grid, new ceiling tiles, and new LVT. E. All sections will receive new Fan Coil Units with associated piping. F. All existing VCT flooring used asbestos containing material for mastic. This will need to be abated. All hydronic piping used asbestos insulation which will also need abated. G. As a general reference, the following trades can/should be utilized for the construction portion of the contract: Demolition/Asbestos abatement, plumbing, HVAC, electrical, low-voltage, fire protection, life safety, painting, carpentry, mill work, flooring, data, and physical security. Project Completion: The duration of the project is currently estimated at 360 calendar days from the issuance of a Notice to Proceed (NTP). This project will be procured as 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB In accordance with Public Law 109-461 and VAAR 819.7003 (b), offerors must be registered and certified in the SBA Certification database as a SDVOSB. Only offers from certified SDVOSBs in the SBA database at the time of offer shall be deemed eligible for award. The VA will issue a Request for Proposal (RFP) on or about 3/27/2026 via Contract Opportunities at https://sam.gov. A site visit will be scheduled, and the date/time/location will be provided with the D/B Phase II solicitation.
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.