Z2FE--Renovate B119 Catholic Chapel [552-22-201]
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: Dayton VA Medical Center Building 119, 4100 W. Third St. • Dayton, Ohio • 45428 United States. Response deadline: Feb 18, 2026. Industry: NAICS 236220 • PSC Z2FE.
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.
Point of Contact
Agency & Office
More in NAICS 236220
Description
PRESOLICITATION NOTICE FOR: Renovate Catholic Chapel Building 119 THIS PROJECT IS SET ASIDE FOR SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) ONLY The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10 has a requirement to Renovate Catholic Chapel, B119 for project 552-22-201, at the Dayton VA Medical Center, 4100 W. Third Street, Dayton, OH 45428-9000. The Contractor shall provide all labor, supervision, materials and equipment to professionally Renovate Catholic Chapel, B119. This project will replace critical infrastructure items, address structural deficiencies, and update systems deemed necessary for the building areas to become active and functional on the Veterans Affairs Medical Center, located at 4100 West Third Street, Dayton, OH 45428. Project will include, but is not limited to, demolition, architectural feature restoration, code compliant electrical distribution, plumbing, lighting improvements, physical security devices, fire alarm and detection devices, modern communication systems, install HVAC systems, and reinforcement/replacement of flooring systems. All work shall be conducted in complete accordance with the project statement of work (SOW), specifications, and drawings. All work to be closely coordinated with the VA Contracting Officer (CO) and Contracting Officer s Representative (COR). DURATION OF PROJECT: All work to be completed within 365 calendar days from the contractor s receipt of Notice to Proceed (NTP). SOLICITATION DOCUMENTS: The solicitation documents will be posted at www.sam.gov on or about November 20, 2025, with bids due approximately 45 days later. Dissemination of solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at www.sam.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. An Offeror's mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the www.sam.gov website. SET-ASIDE INFORMATION: This solicitation will be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The SDVOSB must be a small business under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: https://search.certifications.sba.gov/, http://www.sam.gov, to name a few, to be eligible for award. Offerors MUST ensure registration in these websites are accurate, complete and have not expired prior to proposal due date. Project magnitude is between $2,000,000.00 and $5,000,000.00. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220, with a small business size standard of $45.0 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-10(c) (4), the SDVOSB Contractor or SDVOSB Sub-Contractor is required to perform a minimum of 15% of the construction work on the project. BONDS: Bid, Payment, and Performance will be required. SITE VISIT: A one-time only site visit will be scheduled for this project. This information will be in the solicitation package. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at www.sam.gov. Paper copies of the amendment will NOT be individually mailed. By registering to "Watch This Opportunity", you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendment(s) will be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.215-1 [Instruction to Offerors Competitive Acquisition], Paragraph (b) [Amendments to solicitations]. Offerors should re-visit the website periodically to look for updates. Questions shall be emailed to jenessa.regan@va.gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. In the subject line of any email sent, identify: 552-22-201 Renovate Catholic Chapel, B119 . This is not an Invitation for Bids (IFB). This is a Pre-Solicitation Notice only. A Solicitation is not available currently.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Department of Veterans Affairs seeks to renovate the Catholic Chapel at the Dayton VA Medical Center, with a project budget estimated between $2,000,000 and $5,000,000. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring them to perform at least 15% of the construction work. The solicitation documents will be available on or around November 20, 2025, with proposals due approximately 45 days later.
The buyer aims to complete renovations of Building 119, addressing infrastructure, structural deficiencies, and system updates necessary for functional use as part of the VA Medical Center.
- Demolition of existing structures and features
- Restoration of architectural features
- Installation of code-compliant electrical systems
- Plumbing enhancements
- Lighting improvements
- Installation of physical security and fire alarm systems
- Upgrades to communication systems
- Installation of HVAC systems
- Reinforcement or replacement of flooring systems
- Proof of SDVOSB status
- Evidence of registration on SAM.gov
- Completion of all bid forms outlined in the solicitation
- Current financial statements
- Project timelines and milestones
- Details about the proposed workforce and subcontractors
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific dates for the site visit scheduling
- Details on the site visit format
- Exact scope limitations or exclusions
- More about existing conditions in Building 119
- Clarification on how amendments will be communicated
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.