Skip to content
Department of Veterans Affairs

4110--NEW < SAT | NFS Freezer Replacement

Solicitation: 36C26126Q0564
Notice ID: b254ddfbc73c42d2a1c779118d64c785
TypeSources SoughtNAICS 333415PSC4110DepartmentDepartment of Veterans AffairsStateVAPostedApr 03, 2026, 12:00 AM UTCDueApr 07, 2026, 10:00 PM UTCCloses in 5 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: VA. Response deadline: Apr 07, 2026. Industry: NAICS 333415 • PSC 4110.

Market snapshot

Awarded-market signal for NAICS 333415 (last 12 months), benchmarked to sector 33.

12-month awarded value
$13,452,538
Sector total $48,221,641,737 • Share 0.0%
Live
Median
$272,964
P10–P90
$146,545$319,617
Volatility
Moderate63%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+181%($6,388,094)
Deal sizing
$272,964 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 VA
Live POP
Place of performance
Department of Veterans Affairs VA Sierra Pacific Network (VISN 21), VA Central California Health Care System 2615 E. Clinton Ave. • Fresno, CA • 93703
State: VA
Contracting office
Mather, CA • 95655 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
VA20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
+43 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 43 more rate previews.
Davis-BaconBest fitstate match
VA20260001 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+42 more occupation rates in this WD
Davis-Baconstate match
VA20260176 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Gloucester, Mathews
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260010 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Brunswick, Charlotte, Cumberland +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD
Davis-Baconstate match
VA20260003 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Pittsylvania
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
Mathew Czeshinski
Email
Mathew.Czeshinski@va.gov
Phone
559-231-1067

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
261-NETWORK CONTRACT OFFICE 21 (36C261)
Office
Not available
Contracting Office Address
Mather, CA
95655 USA

More in NAICS 333415

Description

Subject: Sources Sought, NFS Freezer Replacement VA Central California Healthcare System. The purpose of this sources sought is to conduct market research to support the procurement of a Walk-In Freezer replacement parts and repair services. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. This sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 333415. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Background: The Department of Veterans Affairs is seeking vendors who can provide Walk-In Freezer replacement parts and repair services per the attached draft SOW. The vendors must demonstrate the ability to meet all requirements for this notice. See attached draft SOW. INSTRUCTIONS: Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested services that are required in the attached draft salients. Include past experience in providing this requirement to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. The attached SOW is a draft, and is NOT finalized. If any portions seem unclear, prohibited, and/or you are unsure about the draft description of the requirement please list your comments and/or concerns in your response so they can be addressed. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the SAM UEI number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the SBA registry (SBA.Gov). If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the SBA Registry (i) provide current commercial pricing for all items listed in the attached SOW and any applicable discounts. (j) link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable (k) citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (l) other material relevant to establishing core competencies of the firm. Response is due by 15:00 PST Tuesday, April 7, 2026. Please submit e-mail responses to Mat Czeshinski, Contract Specialist, at email address: mathew.czeshinski@va.gov . Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, SAM UEI#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please place SS RESPONSE - [YOUR FIRM NAME] FREEZER VACCHCS in the subject line of your email. This notice is to assist the VA in determining sources only. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. RESPONDENTS OFFERING EQUAL ALTERNATIVES: Respondents are to include the manufacturer of their equal item, the Country of Origin, and an authorized distributor letter. Delivery: Department of Veterans Affairs VA Central California Healthcare System 2615 E. Clinton Ave. Fresno, CA 93703

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.