B543--Energy Study for RCx (Building 710) CO: Valentino Rosas, CS: Joe Senkovich, COR: Frank Quiles - VA-26-00019116 | 640-26-103
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CA. Response deadline: Jan 30, 2026. Industry: NAICS 238220 • PSC B543.
Market snapshot
Awarded-market signal for NAICS 238220 (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 238220
Description
Pre-Solicitation Notice Other Than Full and Open Competition The Veterans Health Administration (VHA), Program Contracting Activity (PCAC) intends to negotiate on a sole-source basis with Utility Systems Solution, Inc. (US2), a Service-Disabled Veteran Owned Small Business (SDVOSB), for an energy study for retro-commissioning to support Palo Alto VA Medical Center within Veterans Integrated Systems Network (VISN) 21. This project will provide for verification of proper systems operation and energy savings in order to retro-commission capital assets. The North American Industry Classification System (NAICS) code for this requirement is 238220 with a small business size Standard of $19 million. The authority for restricting competition on this requirement is 38 U.S.C. 8127(c), known as the Veterans First Contracting Program, which provides the authority to directly contract with an SDVOSB or a VOSB. The decision to make a sole-source award is a business decision wholly within the discretion of the Government. This notice of intent is not a request for quotes or proposals. No contract award will be made based on quotations or proposals received in response to this notice. No solicitation document exists, and no telephone or email inquiries will be accepted. Any responsible source who believes it can meet the requirement may submit a capability statement to Joseph Senkovich via email at Joseph.Senkovich2@va.gov no later than January 28, 2026 at 3:00pm (EST). A determination not to compete the requirement based upon the responses to this notice is solely within the discretion of the Government. The Government anticipated period of performance for this requirement will begin on approx. February 15, 2026, and conclude on August 14, 2026. An earlier start date is possible should the Contractor and the Government come to a mutual agreement prior to February 15, 2026. This pre-solicitation notice does not constitute a Request for Quote or Request for Proposal. This pre-solicitation notice is being provided IAW with FAR 5.204 Pre-solicitation notices. Disclaimer and Important Notes: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not oblige the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
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.