Skip to content
Department of Veterans Affairs

Z1DA--Tuckpointing 506-26-202

Solicitation: 36C25026B0019
Notice ID: 9c2a4b48df9f49c1928b6dbd5153c611
TypeSolicitationNAICS 236220PSCZ1DADepartmentDepartment of Veterans AffairsPostedJan 30, 2026, 12:00 AM UTCDueMar 03, 2026, 06:00 PM UTCCloses in 9 days

Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 03, 2026. Industry: NAICS 236220 • PSC Z1DA.

Market snapshot

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

12-month awarded value
$26,070,703,898
Sector total $33,072,247,130 • Share 78.8%
Live
Median
$641,276
P10–P90
$0$99,000,000
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)
+74624%($26,001,018,522)
Deal sizing
$641,276 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 →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Dayton, OH • 45428 USA

Point of Contact

Name
Leland R Ruedel
Email
leland.ruedel@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
250-NETWORK CONTRACT OFFICE 10 (36C250)
Office
Not available
Contracting Office Address
Dayton, OH
45428 USA

More in NAICS 236220

Description

PLACEHOLDER FOR SOLICITATION INFORMATION Page 1 of Page 1 of IMPORTANT BIDDER INFORMATION BIDDING MATERIALS: All bidding materials consisting of the solicitation, all issued amendments, bidding forms, specifications, drawings, and all other related documents will be posted to the Contract Opportunities website located at https://sam.gov/content/opportunities - this is the only official location where solicitation and bidding documents can be obtained and where updates are posted. No hard copy bidding materials are available nor is there a bidders list maintained. BID SUBMISSION: The following documents shall be included with the bid submission: (1) An original, completed, signed and dated SF 1442 Offer page ( wet ink signature ). (a) An original completed Bid Schedule if one is provided - otherwise the lump sum bid amount for the entire project is entered in block 17 of the SF1442 Offer page. Failure to provide a properly completed and signed original offer could result in the bid being determined non-responsive and rejected. EMAILED, FAXED, OR DELIVERY BY ANY OTHER ELECTRONIC MEANS IS NOT AUTHORIZED. (2) Acknowledgment of all amendments that are issued by one of the following methods: a)Completing block 19 of the SF1442 by entering and acknowledging all issued amendments or; b)Completing blocks 15a, b, and c of each issued amendment and including with the bid submission. Failure to acknowledge an Amendment or Amendments could (case dependent) result in the bid being determined non-responsive and rejected. (3) An original completed and signed SF 24 Bid Bond or other allowable Bid Security. Failure to provide acceptable bid security in the proper amount, form, and content shall result in the bid being determined non-responsive and shall be rejected. (4) Completed Annual Representations and Certifications (FAR 52.204-8) (JAN 2025)(DEVIATION). It is highly recommended that bidders complete their Representations and Certifications online at WWW.SAM.GOV. (5) Completed Contractor Experience Modification Rate (EMR) Certification documents (see solicitation attachments for the form). (6) Completed VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION). (see solicitation attachments for certification document to complete and return with offer) Failure to provide a correctly completed certification cited in paragraph (6) above shall result in the proposal/offer being determined non-responsive and shall be rejected. (7) Any and all other documentation required by the solicitation. Bidders are wholly responsible for insuring and verifying their offer and all required bid documents are received at the office designated in block 8 of the SF 1442 by the date and time specified in block 13a. of the SF 1442 (subject to amendment). ADDITIONAL SOLICITATION INFORMATION PROJECT No. 506-26-202 SCOPE OF WORK STATEMENT: The contractor shall provide all materials, labor, equipment, and other resources required for the items described in detail in the General Requirements paragraphs to complete the Tuckpointing, 506-26-202 at the Ann Arbor VA Medical Center, Ann Arbor, Michigan for repointing of Building 1W, Building 1E and Building #28 as required by specifications and drawings. Also to include removal of exterior metal wall panel, and removal and replace the existing flashing and reinstall the exterior metal wall panel. WAGE DETERMINATION: Department of Labor General Decision Number MI20250100 dated 12/12/2025 is included as an attachment to solicitation and is applicable to any resultant contract. If necessary, subsequent revisions will be posted to the solicitation via amendment prior to bid opening. Revision may also be applicable prior to any contract award. Wage decisions are available at Wage Determinations Online (WDOL) at https://sam.gov/content/wage-determinations . REQUESTS FOR INFORMATION (RFI): To obtain clarifications and/or additional information concerning the solicitation requirements, specifications and/or drawings, or any other issue pertaining to the advertisement for bids, submit a written RFI utilizing the RFI Form attached to this solicitation and send via email to the attention of Contract Specialist Leland.Ruedel@va.gov. The subject line of the email must read RFI # 36C25026B0019 Project 506-26-202 Tuckpointing. RFIs related to the project technical documents must be specific identifying section, paragraph and page no. of the specifications or cite the drawing number and must be in question format. RFIs related to the solicitation or other related documents shall refer to the specific provision, clause, etc. All RFIs submitted shall include the solicitation number and title, contractor name, city, state, telephone, email address, date submitted, and the RFI question(s). RFI responses will be posted to the original solicitation located at in amendment format. Deadline for submission of RFIs for this solicitation is February 19, 2026. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted nor returned. TYPE OF SET-ASIDE THIS SOLICITATION IS A TOTAL SET-ASIDE FOR SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) SEE VAAR CLAUSE 852.219-73 FOR ELIGIBILITY REQUIREMENTS. DATABASE REGISTRATION INFORMATION SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: The System for Award Management (SAM) website located at https://sam.gov is the Official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR including FedReg), Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). Federal Acquisition Regulations require that federal contractors wishing to do business with the Government and bid on work shall have an active registration in SAM. The offeror shall have an active registration in SAM at the time of offer submission otherwise the Contracting Officer shall deem the offeror s bid non-responsive to the solicitation requirements (see FAR 52.204-7 for complete SAM registration requirements). THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals or businesses providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov for each person or business providing services under this contract. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. VETS-4212 REPORTING REQUIREMENT: Contractors are required to submit a required annual Form VETS-4212, Federal Contractor Veterans' Employment Report in all cases where the contractor or subcontractor has received an award of $150,000 or more in any fiscal year. Contracting Officers are prohibited from awarding a contract to a contractor that has not submitted a required VETS-4212 Report with respect to the preceding fiscal year if the contractor was subject to the reporting requirement of 38 U.S.C. 4212(d). Submit this report as soon as possible, if not already submitted, to avoid delays in the contract award process. For more information on this requirement and/or for completing the web-based reporting form, visit the following website https://www.dol.gov/agencies/vets/programs/vets4212. See FAR provision 52.222-38, Compliance with Veterans' Employment Reporting Requirements (FEB 2016) under the Representations, Certifications and Other Statements of Offerors, and FAR clause 52.222-37, Employment Reports on Veterans (JUN 2020) found in the General Conditions section of the solicitation. BONDING INFORMATION BID GUARANTEE: A bid guarantee is required in an amount not less than 20 percent of the bid price but shall not exceed $3,000,000. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for opening of bids, shall require rejection of the bid in all cases except those listed in Federal Acquisition Regulation (FAR) 28.101-4. Bid Bonds must be provided using Standard Form 24 (see FAR 28.106-1) and the form must be provided in original (no white outs, faxed or copied signatures, seals) with wet ink signatures and contain the proper solicitation number, bid opening date, and be from a corporate surety listed in Department of Treasury Circular 570. Individual sureties are subject to the approval and acceptance of the Contracting Officer (see FAR 28.203) and be accompanied by Standard Form 28 Affidavit of Individual Surety. Other forms of bid security may be acceptable as denoted in FAR Part 28.203-2. PERFORMANCE AND PAYMENT BONDS: In accordance with Contract Clause 52.228-15, and FAR 28.102, Contractors are reminded that any amount awarded over $35,000.00 shall require a Payment Bond (SF 25A), and awards exceeding $150,000.00 shall require both Payment and Performance Bonds (SF 25). Payment and Performance bonds are due no later than 10 days after notification of award. Bonds must be provided with original wet ink signatures - no white-outs or other corrections are allowable. Copies and facsimiles of bonds are not acceptable. SECURITY BACKGROUND INVESTIGATIONS: All contractor employees are subject to the same level of investigation as VA employees who have access to VA Sensitive Information. The level of background investigation is commensurate with the level of access needed to perform the statement of work. This requirement is also applicable to all subcontractor personnel requiring the same level of access. Levels and associated types of Background Investigations: If the project requires that workers have only limited physical access to the VA facility for a period of one year or less, a local flash badge with fingerprint check is issued. If the project requires that workers require un-supervised, logical and/or physical access for 180 consecutive or aggregate days in a 365 day period, over a 3 year period, a background investigation may be required (Special Agency Check (SAC)) which must be completed prior to being allowed access. If the project requires that workers have access to a VA Network (such as the Building Management System) or un-supervised, full-time, logical, and/or restricted physical access for more than 6 months or more than 180 aggregate days in a one-year period, a background investigation is required (Special Agency Check and National Agency Check with Written Inquiries (NACI)) and access is not allowed until a favorable SAC completion. All costs for SAC and NACI checks are borne by the contractor. The VA may at its discretion make deductions against the contract in order to recoup the investigation costs. At present, the VA is not charging contractors for background investigations but this is subject to change. MEDICAL CENTER ACCESS: Anyone participating in the site visit, or for any other reason that involves visiting the medical center related to this solicitation, must have a valid ID on their person and their vehicle must be properly registered and insured. Company owned vehicles must be clearly marked. Visitors are prohibited from possessing weapons while on a federal installation (See 18 USC 930 Possession of Firearms and Dangerous Weapons in Federal Facilities). Handheld cellphone usage or texting while driving is also prohibited. All VA Medical Centers and associated properties are Federal Property. Smoking and vaping is prohibited on medical center grounds including in vehicles or contractor owned/leased office or storage trailers. PRIVACY TRAINING: All workers regardless of project length must take VA Privacy Training which will be coordinated after project award with the Contracting Officer s Representative. E-VERIFY SYSTEM (e-verify.gov): Companies awarded a contract in excess of $150,000 (except for those with performance periods of 120 calendar days or less) with the federal government shall enroll in E-Verify within 30 days of the contract award date. They shall also begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (See FAR Clause 52.222-54). OTHER IMPORTANT BIDDER INFORMATION PRIME CONTRACTOR INFORMATION- SAFETY OR ENVIRONMENTAL VIOLATIONS AND EXPERIENCE MODIFICATION RATING INFORMATION All Bidders/Offerors shall submit information pertaining to their past Safety and Environmental record. (using the attached EMR information/data form) pertaining to their past Safety and Environmental record. The information must contain a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years. If such certification cannot be made, a Bidder/Offeror shall explain why and submit as much information as possible regarding the circumstances of its past safety and environmental record, including the number of EPA violations and/or the number of serious, repeat, and/or willful OSHA violations, along with a detailed description of those violations. All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR). This information shall be obtained from the Bidders/Offeror s insurance carrier and be furnished on the insurance carrier s letterhead. If a Bidder/Offeror s EMR is above 1.0, Bidder/Offeror must submit a written explanation of the EMR from its insurance carrier furnished on the insurance carrier s letterhead, describing the reasons for the elevated EMR and the anticipated date the EMR may be reduced to 1.0 or below. Self-insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and Puerto Rico shall obtain their EMR rating from their state-run worker s compensation insurance rating bureau. If the NCCI cannot issue an EMR because the Bidder/Offeror lacks insurance history, Bidder/Offeror shall submit a letter indicating so from its insurance carrier furnished on the insurance carrier s letterhead and include a letter from the NCCI indicating that it has assigned Bidder/Offeror a Unity Rating of 1.0. The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases, will be used to make an initial Determination of Responsibility. This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors. CONFORMANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS:  The Contractor shall perform work under this contract consistent with the relevant policy and objectives identified in the agency, organizational, or facility Green Environmental Management System (GEMS) applicable for the contract. The Contractor shall perform work in a manner that conforms to all appropriate Environmental Management Programs and Operational Controls identified by the agency, organizational, or facility GEMS, and provide monitoring and measurement information as necessary for the organization to address environmental performance relative to the environmental, energy, and transportation management goals.  In the event an environmental nonconformance or noncompliance associated with the contracted services is identified, the contractor shall take corrective and/or preventative actions.  In the case of a noncompliance, the Contractor shall respond and take corrective action immediately. In the case of a nonconformance, the Contractor shall respond and take corrective action based on the time schedule established by the facility GEMS Coordinator. In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities identified by the environmental management system and how these requirements affect their work performed under this contract. All on-site contractor personnel shall complete yearly EPA sponsored environmental training specified for the type of work conducted on-site. Upon inclusion in the contract, the Contracting Officer's Representative will verify that all contractor personnel have acquired EMS Awareness Training at their appropriate site or location. REFERENCES TO VA ENGINEER, RESIDENT ENGINEER, SENIOR RESIDENT ENGINEER, OR PROJECT MANAGER: Any reference contained within contract specifications and/or drawings to the VA Engineer , Resident Engineer , Senior Resident Engineer , Project Manager , or their abbreviations are to be read as meaning the Contracting Officer s Representative (COR) . PAYMENT FOR MATERIALS STORED OFF-SITE: Payment in advance of installation for materials stored off-site is at the discretion of the Contracting Officer after receipt of a request by the contractor. Extraordinary measures are required regarding the security, insurance, labeling, storage, etc. if payment is authorized for materials stored off-site. Payment for materials stored off-site is generally not authorized. SCHEDULE OF MATERIAL SUBMITTALS: The submittals contemplated by FAR 52.236-5, Material and Workmanship are listed on the Schedule of Material Submittals in the Specifications, if provided. The schedule is for reference only the selected contractor is responsible to provide all submittals required by the contract. REVIEW REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS) As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $750,000 and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, CPARS. Each contractor whose contract award is estimated to exceed $750,000 is required to register with CPARS database at the following web address: www.cpars.gov. Help in registering can be obtained by contacting Customer Support Desk at 207-438-1690. Registration should occur no later than thirty days after contract award and must be kept current should there be any change to the contractor's registered representative. For contracts with a period of one year or less, the contracting officer will perform a single evaluation when the contract is complete. For contracts exceeding one year, either by virtue of the original performance period or as modified, the contracting officer will evaluate the contractor's performance annually. Interim reports will be filed each year until the last year of the contract, when the final report will be completed. The report shall be assigned in CPARS to the contractor's designated representative for comment. The contractor representative will have thirty days to submit any comments and return. Failure to have a current registration in the CPARS database, or to re…

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.