C211--657-21-115JC - Correct HVAC in Procedure Rooms (CPS) - JC
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MO. Response deadline: Apr 07, 2026. Industry: NAICS 541310 • PSC C211.
Market snapshot
Awarded-market signal for NAICS 541310 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 25 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541310
Description
Page 6 of 6 DESCRIPTION Title: 657-21-115JC Correct HVAC in Procedure Room Solicitation Number: 36C25526Q0295 Agency: Department of Veterans Affairs Contracting Office: Network Contracting Office 15 Contracting Office Location: 3450 S 4th Street Traffic way, Leavenworth, Kansas Type of Notice: Sources Sought Posted Date: 03/31/2026 Response Date: 04/07/2026 at 2:00 PM Central Time Set Aside: Service-Disabled Veteran Owned Small Business Classification Code: C211-Architect and Engineering- General: Landscaping, Interior Layout, and Designing NAICS Code: 541310 Architectural Services Synopsis: Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The Department of Veterans Affairs Network Contracting Office (NCO) 15, is conducting a market survey for qualified: Service-Disabled Veteran Owned Small Businesses (SDVOSB), capable of providing the required services outlined below for the John Cochran VA Medical Center located in St. Louis, Missouri. The applicable NAICS code is 541310 Architectural Services and the size standard is $12.5 million. Responses to this notice must be submitted via e-mail and received no later than April 7, 2026, at 2:00 PM Central Time. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the Federal Business Opportunities website https://www.fbo.gov once available. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. The prime architect shall provide written certification of this to the Contracting Officer with the response provided for this market research. SCOPE OF DESIGN/CONSTRUCTION PROJECT: A/E Part One Services (also known as Design Phase) for this design project includes site visit, field investigation, conduct of studies and user interviews to update drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project. This project will update and modernize the various JC Division HVAC Systems within Procedural Spaces and Isolation Rooms to ensure compliance with VHA Design Criteria. The design team shall provide all necessary design, estimation, and construction period services to upgrade the listed rooms. Anticipated time for completion of design is 580 calendar days including time for VA reviews. The North American Industrial Classification System (NAICS) code is 541310, Architectural and Engineering Services, small business size standard of $12.5 Million in average annual receipts for the preceding three years. Interested firms must be registered in https: www.SAM.gov with this NAICS code and qualified as a service-disabled veteran owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in the VetBiz registry https://www.vetbiz.va.gov/ on or before the response date. The response to this notice shall be in summary format and shall not exceed ten (10) total pages and include the following: Company name, DUNS number, verification of social economic category (SDVOSB), address, point of contact, telephone number and email address, sample information on same or similar type projects completed. No basis for claim against the Government shall arise because of a response to this source sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by 2:00 PM Central on April 7, 2026, via e-mail to the Contracting Officer at cedric.graham@va.gov. PLEASE REFERENCE "SOURCES SOUGHT: Project 657-21-115JC Correct HVAC in Procedure Room " IN THE SUBJECT LINE and cover sheet. Respondents will not be contacted regarding their submission or information gathered because of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://beta.sam.gov/. The Contract Opportunities website is the only official site to obtain these documents. Contracting Office Address: Department of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street, Leavenworth, KS 66048. Point of Contact(s): Cedric Graham, Contracting Officer e-mail address: cedric.graham@va.gov
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.