Z1DA--636-26-2-5058-0091 - Service - Repair/Replace Bldg Expansion Joints Flrs 1,2 & 4 - NWI
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"streetAddress":"","streetAddress2":"","city":{"name":""},"state":{"name":""},"zip":"","country":{"name":""}}. Response deadline: Feb 24, 2026. Industry: NAICS 238330 • PSC Z1DA.
Market snapshot
Awarded-market signal for NAICS 238330 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 238330
Description
Page 5 of 5 Page 5 of 5 No phone calls. Send any responses by e-mail only. As this is a Sources Sought Notice for market research purposes, the Government will not accept any technical questions at this time. This is a Sources Sought Notice to determine small business sources capable of providing Special Needs Transportation services per this notice under NAICS 238330 (Flooring Contractors). Small business size standard is $19 million. Product Service Code (PSC) is Z1DA (Maintenance of Hospitals and Infirmaries). BACKGROUND: THIS IS A SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This notice is issued solely for informational, market research, and planning purposes only. It does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not commit the Federal Government to contract for any service at this time. Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 23/ Supply Services Team 2 is not at this time seeking offers, and will not accept unsolicited offers. Respondents are advised that the Federal Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party s expense. Responses to this notice are not offers and cannot be accepted by the Federal Government to form a binding contract. Although the term offeror is used in this notice, your respective organization s response will be treated as information only and shall not be used as an offer. OBJECTIVE: The objective of this notice is to conduct market research to determine if there are Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources, or any other Small Businesses capable of providing floor repair Services for the Omaha VA Health Care System. DESCRIPTION OF SERVICE: See Attached Proposed Statement of Work. PLACES OF PERFORMANCE: See Attached Proposed Statement of Work. POTENTIAL SCOPE OF WORK: See Attached Proposed Statement of Work. POTENTIAL CERTIFICATIONS AND LICENSURE: See Attached Proposed Statement of Work. SUBMITTAL OF RESPONSES: Responses shall be sent via electronic mail only by 10:00am Central Standard Time (CST), 02-24-2026 to: Curt LaRose Contracting Officer E-mail: curt.larose@va.gov Offerors shall submit a capability statement indicating their ability and experience to provide the services cited above; such statement shall also list: Name of offeror Address of offeror UEI Number of offeror Point of contact name, phone number, and e-mail of offeror Whether or not vendor is SDVOSB or VOSB; SDVOSB and VOSB will be verified through the SBA Vet Cert at https://veterans.certify.sba.gov/ . Whether or not vendor has General Services Administration (GSA) Federal Supply Schedule (FSS) contract; if so, rovide GSA FSS contract number certifications and licensure that its applicable staff holds DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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 RFI. Statement of Work (SOW) Scope: The Department of Veterans Affairs medical facility In Grand Island Ne is requesting repairs or replacement of expansion floor joints on the 1st 2nd and 4th floors of the Grand Island VA BLDG 1. The current expansion joints have deteriorated, bowed and failed. This has been found during EOC rounds to be a potential trip or fall hazard to staff and patients. The approximate dimensions of the joints are 8in wide by 10 ft long. The contractor must supply all the materials needed and labor to complete this project after normal business hours(17:00 to 24:00) or Saturday and Sunday from 08:00 to 16:30. All materials must be at least same gauge and thickness of current joints and made of stainless steel. Fasteners will be required to be stainless as well. All removal and disposal of construction waste must be done by the contractor. The contractor will be allowed to use a metal dumpster provided on site by bldg. 2 to dispose of any scrap metal. It is highly recommended that potential contractors perform an on site visit for correct measurements and scope of the project. Joints must be done following current standards of floor joint installations. All work must be completed by a commercial flooring contractor. Contractor will be responsible for having the proper amount of personnel if Hot work is needed and will provide one person for fire watch until the grinding or cutting is done. Contractor must provide their own fire extinguisher and have the proper VA paperwork filed with safety before any hot work is started. The COR will provide the forms to the contractor upon request and will file them with the VA safety officer after completion of the forms. Work will be allowed to continue for (3) consecutive weekends if necessary. Performance Work Period of Performance : 21 days Work Hours Expected The contractor shall limit all patient or staff impacts by phasing work during or after hours. Normal business hours are 0730-1600. Should services provided not impact patient or staff services work can be performed during normal business hours. Questions on local facility impacts and work proposed by the contractor shall be directed to the contracting officer representative for approval of work to be performed during or after hours. Certifications It is the expectation that all contractors meet the below qualifications. If contracted employees change from the proposal provided in the solicitation the general contractor shall provide credentials for VA review and approval prior to work. General contractor shall provide one OSHA Competent Person (CP) to be physically present at all job sites. This individual shall be directly employed by the general contractor with authority to speak on behalf of the general contractor. This individual shall be capable of identifying existing and predictable hazards in the surroundings and working conditions which are unsanitary, hazardous or dangerous to employees, and who has the authorization to take prompt corrective measures to eliminate them (see 29 CFR 1926.32(f)). The prime contractor(s) are responsible for informing their subcontractors of the safety provisions under the terms of the contract and the penalties for noncompliance, coordinating the work to prevent one craft from interfering with or creating hazardous working conditions for other crafts, and inspecting subcontractor operations to ensure that Mishap prevention responsibilities are being carried out. This individual shall have a current OSHA 30 certification and provide no less than 3 years worth of job related experience similar to that being asked in this contract. Where work Qualified Persons shall as defined in NFPA 70, Article 100 have demonstrated skills and knowledge related to the construction and operation of electrical equipment and installations and received safety training to identify the hazards and reduce the associated risk. Training must be classroom, on-the-job or a combination of the two. The type and extent of training must be proportionate to the risk to the employee. The general contractor shall provide qualified persons that are licensed journeyman or master electricians for Nebraska. Licensure of each qualified person shall be provided as well as training certifications General Requirements Shall contractors work involve any of the below the stated requirement shall be met. All work shall comply with the most recent edition of USACE EM 385-1-1, comply with 29 CFR 1926, comply with 29 CFR 1910 as incorporated by reference within 29 CFR 1926, comply with ASSP A10.34, and all applicable federal, state, and local laws, ordinances, criteria, rules and regulations. Submit matters of interpretation of standards for resolution before starting work. Where the requirements of this specification, applicable laws, criteria, ordinances, regulations, and referenced documents vary, the most stringent requirements govern except with specific approval and acceptance. All electrical work shall comply with VHA Directive 1028, NFPA 70 (NEC), NFPA 70B, NFPA 70E, 29 CFR Part 1910 Subpart J General Environmental Controls, 29 CFR Part 1910 Subpart S Electrical, and 29 CFR 1926 Subpart K. All installation, maintenance, and servicing of equipment or machinery shall comply with 29 CFR 1910.147 except for specifically referenced operations in 29 CFR 1926 All hot work shall be safeguarded in accordance with NFPA 241 and NFPA 51B. Hot work permits shall be issued daily for work in accordance with local policy. All confined space entry shall comply with 29 CFR 1926, Subpart AA except for specifically referenced operations in 29 CFR 1926. All floor and wall openings shall comply with 29 CFR 1926 Subpart M and EM 385-1-1. All crane work shall comply with 29 CFR 1926 Subpart CC and EM 385-1-1. Crane lift plans shall be reviewed and approved by the contracting officer representative prior to work The fall protection (FP) threshold height requirement is 4ft for ALL WORK in government occupied sites, unless the OSHA 29 CFR 1926 or EM 385-1-1 requirements are more stringent. All work at or above this threshold shall meet OSHA or EM 385-1-1 whichever is more stringent. Contractor shall maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241 Contractor shall follow OSHA standard 1926.405(a)(2)(i) when applicable which states temporary wiring shall be removed immediately upon completion of construction or the purpose for which the wiring was installed. Government Furnished Property or Space The contractor will not be provided government furnished property. Contractor equipment shall be removed or approved on a case by case basis by the contracting officer representative. The government is not liable for theft or security of such equipment if approved. The contractor will be responsible for keeping a reasonably clean (free of miscellaneous debris) working environment. Failure to do so on a continuous basis shall result in the contractor being back charged for cleaning services. Deliverables The contractor shall provide inspection, and testing documentation no later than 7 business days following the onsite services. At a minimum they shall provide the manufacturer s recommendations, the servicing performed, the results of such servicing and the technician who performed the work. Delays in contractor reporting will result in deductions of the approved monthly invoice. This is to include contractor s failure to report clearly and precisely the above requirements. Documents shall be provided in a pdf form with standardized labeling to include the equipment with unique model numbers, location, frequency period, general description of inspection or maintenance performed. Schedule Contractor shall provide a schedule to meet each aspect covered in the SOW NLT 10 calendar days from notice to proceed. Changes to this schedule shall be communicated to the Contracting Officer, primary and alternate contracting officer representatives immediately. Due to the continuous operations of the hospital and sensitive populations served, all equipment or utility outages shall be communicated to the contracting officer, primary and alternate COR for VA approval. The contractor shall build time for the VA to receive adequate approvals for such outages into their schedule and be prepared to work outside of normal business hours to accomplish any outages to limit impact to the patients, staff and visitors of the NWIHCS.
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.