Skip to content
Department of Veterans Affairs

Y1DZ--PN: 636-26-305 Correct Parking Garage Safety Deficiencies (OM) 2237: 636-26-3-5297-0001

Solicitation: 36C26326R0030
Notice ID: a593a162bdfb435892affc509b55ee33
TypePresolicitationNAICS 236220PSCY1DZSet-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateNEPostedFeb 11, 2026, 12:00 AM UTCDueApr 30, 2026, 05:00 PM UTCCloses in 65 days

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NE. Response deadline: Apr 30, 2026. Industry: NAICS 236220 • PSC Y1DZ.

Market snapshot

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

12-month awarded value
$26,075,201,402
Sector total $33,288,811,062 • Share 78.3%
Live
Median
$451,509
P10–P90
$0$70,641,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.3%
share
Momentum (last 3 vs prior 3 buckets)
+74637%($26,005,516,026)
Deal sizing
$451,509 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 NE
Live POP
Place of performance
VA Health Care System Central Plains / Omaha 4101 Woolworth Ave • Omaha, NE • 68105 United States
State: NE
Contracting office
Saint Paul, MN • 55101 USA

Point of Contact

Name
Derek Fore
Email
derek.fore@va.gov
Phone
651-293-3032

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
NETWORK CONTRACT OFFICE 23 (36C263)
Office
Not available
Contracting Office Address
Saint Paul, MN
55101 USA

More in NAICS 236220

Description

This is a Pre-Solicitation Notice regarding project: 636-23-301, 636-26-305 Correct Parking Garage Safety Deficiencies at the VA Health Care System Central Plains / Omaha, Nebraska. The Department of Veterans Affairs, Network Contracting Office 23 (NCO 23), is preparing to issue a Two-Phase solicitation for a Design-Build contract for this project. Note: This is a Pre-Solicitation Notice only, the Solicitation will not be posted for at least 15 days from the date of this notice. This is NOT a request for proposal. Estimated SOLICITATION DATE (Phase I): on or about 02/26/2026 Estimated AWARD DATE: 06/16/2026 SET-ASIDE: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) NAICS: 236220, Commercial and Institutional Building Construction $45.0 Million PROJECT MAGNITUDE: Between $2,000,000 and $5,000,000. THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. In accordance with Public Law 109-461 and VAAR 819.7003 (b), bidders must be registered, certified, and listed in the SBA certification database at  https://veterans.certify.sba.gov/ as a SDVOSB/VOSB. Only bids from verified SDVOSB s at SBA certification database at the time of proposal submission shall be deemed responsive. All non-responsive bids shall be rejected and ineligible for award. Project Overview The project will require the selected contractor to provide all design, labor, materials, tools and equipment, and construction services necessary for the design and construction of the project: 636-26-305 Correct Parking Garage Safety Deficiencies as defined by the Performance of Work Statement (PWS). The Two-Phase Design-Build solicitation and evaluation process shall be conducted in accordance with Revolutionary FAR Overhaul (RFO) 36.101-2 -Two-Phase Design-Build Selection Procedures. The issued Request for Proposal (RFP) shall set forth the requirements for responding to Phase I of the solicitation, as well as all technical evaluation factors and sub-factors for both Phase I and Phase II. At the closing date of the Phase I Solicitation, the government shall evaluate responsive proposals received in response to Phase I of the solicitation. No more than four (4) contractors will move forward to Phase II. Only those successful firms selected as a result of Phase I evaluations will be requested to submit technical and pricing proposals for Phase II. Phase II proposals shall be evaluated in accordance with the Phase II Evaluation Process. Background. This project will require a Design-Build Team to develop and install a dry-pipe fire suppression system and jump prevention barriers in the parking garage at the Omaha Veterans Affairs Medical Center. The design shall incorporate best practices and methods and comply with Veterans Health Administration design guidelines. Barriers shall be consistent with the architecture of the parking garage and shall be mounted to and removable from existing barriers for reinstallation following potential future modifications to the garage. Successful offeror will be an integrated Design-Build team including Licensed Architects, Engineers, and Construction specialties to complete the scope of work. At minimum, the Design Team will include experienced Architectural, Civil, Structural, Mechanical/Plumbing, Electrical, Fire Protection, and Environmental design professionals. All architects and engineers must be professionally licensed in their field of practice. The fire protection engineer must be qualified and provide all services in accordance with the VA Project Fire Protection Engineer Qualifications and Scope of Services document. Separate independent peer review is required for the Life-Safety and Fire Protection elements of this project and shall be provided by the Design-Build Contractor as within the scope of this Performance of Work Statement (PWS). NOTE: This Performance of Work Statement (PWS) will refer to the collective Design-Build Team, which includes both Design and Construction, for performance requirements pertaining to the entire scope of work. Where appropriate, Design Team or Construction Team may be used for specificity. All elements of design, construction, and post-construction are included in this PWS. Anticipated Period of Performance: The contract Period of Performance for the design phase shall be 100 calendar days from the Notice of Award. Period of Performance for total design and construction is 280 calendar days from Contract Award. The time stated for completion includes final cleanup of the premises, as-builts and closeout documents. All prospective bidders must have a Unique Entity Identifier (UEI) and must be registered and active in the SAM database (http://www.sam.gov). All prospective bidders must complete electronic online Representations and Certifications within SAM. The eventual awardee shall also have on file a current Department of Labor VETS4212 Federal Contractor Reporting filing at https://www.dol.gov/agencies/vets/programs/vets4212 (if applicable).

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.