Skip to content
Department of Veterans Affairs

Z2DA--Replace Window Seals B330 552-23-512

Solicitation: 36C25026B0021
Notice ID: d401b4ee3d9748809ed6729fa27a0186
TypePresolicitationNAICS 238150PSCZ2DASet-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateOHPostedFeb 04, 2026, 12:00 AM UTCDueMar 06, 2026, 04:00 PM UTCCloses in 11 days

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: OH. Response deadline: Mar 06, 2026. Industry: NAICS 238150 • PSC Z2DA.

Market snapshot

Awarded-market signal for NAICS 238150 (last 12 months), benchmarked to sector 23.

12-month awarded value
$20,500
Sector total $33,095,080,127 • Share 0.0%
Live
Median
$20,500
P10–P90
$20,500$20,500
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($20,500)
Deal sizing
$20,500 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 OH
Live POP
Place of performance
Dayton VA Medical Center 4100 W Third St. • Dayton, OH • 45428
State: OH
Contracting office
Dayton, OH • 45428 USA

Point of Contact

Name
Jeremy Nee
Email
jeremy.nee@va.gov
Phone
937-268-6511

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
250-NETWORK CONTRACT OFFICE 10 (36C250)
Office
Not available
Contracting Office Address
Dayton, OH
45428 USA

More in NAICS 238150

Description

Presolicitation Notice Replace Window Seals B330 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 seal the windows on buildings B330 & B310 (Project 552-23-512) at the Dayton VA Medical Center, 4100 W Third St, Dayton, OH 45428. The contractor shall furnish all labor, materials and equipment necessary to complete new construction including, but is not limited to, architectural, mechanical, electrical, and plumbing requirements as shown on drawings and specifications. The general scope of this project includes sealing windows shut in buildings 330 & 310. The sealant shall have a manufactures warranty of a minimum of 20 years. Existing internal blinds shall be removed and disposed of by the contractor. Contractor shall create and provide a detailed list to the COR of interior window dressings, (shades), that are not presently installed. Clean all sides of glass panes while repairing units. Special attention is called to the fact that most of the windows are in occupied spaces, and many are in Veteran care rooms. The successful contractor shall include in their bid adequate consideration for phasing and will be required to develop a detailed sequence plan in conjunction with the Contracting Officer Representative (COR). The work shall include infection control, dust prevention, and noise and vibration control/reduction measures from construction work. The project shall also include phasing to accommodate the Medical Center s ongoing operations. All work shall be conducted in complete accordance with the project Statement of Work (SOW), specifications, and drawings (to be published in the Solicitation, if issued). All work shall be closely coordinated with VA Contracting Officer (CO) and Contracting Officer s Representative (COR). DURATION OF PROJECT: All work shall be completed within the Period of Performance (POP) indicated in the solicitation. Estimated POP is 180 calendar days from issuance of the Notice to Proceed. DEFINITAZATION OF EQUITABLE ADJUSTMENTS: When/if change orders are issued under the resulting contract, they will be issued under the following authority(s): FAR 52.243-4, Changes (JUL 2025)(Deviation) FAR 52.243-5, Changes and Changed Conditions (JUL 2025)(Deviation), and VAAR 852.243-70, Construction Contract Changes Supplement (SEP 2019) The agency will be following the procedures located at FAR 43, VAAR 843 and VAAM M843. The Contracting Officer will make the final decisions for items not addressed by regulation or policy. The agency's past performance, for the prior 3 fiscal years, regarding the time required to definitize equitable adjustments for change orders under construction contracts will be posted as soon as it is available. SOLICITATION DOCUMENTS: The solicitation documents (if issued) will be posted to Contract Opportunities https://sam.gov/ on or about March 5, 2026 with proposals due approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at https://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 https://sam.gov/ website. SET-ASIDE INFORMATION: This solicitation shall 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). Responding SDVOSBs MUST be classified as a small business under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: https://veterans.certify.sba.gov/, and https://sam.gov/, to be eligible for award. Offerors MUST ensure registration in these websites is accurate, complete, and have not expired prior to proposal due date. Project magnitude is between $500,000.00 and $1,000,000.00. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 238150, Glass and Glazing Contractors, with a small business size standard of $19 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-73(d)(4), the SDVOSB Contractor or SDVOSB Sub-Contractor shall be required to perform a minimum of 25% of the construction work on this project. The offeror shall obtain all necessary licenses and/or permits required to perform this work in the state of Ohio. All responsible sources may submit a quotation, bid, or proposal, as appropriate, which will be considered by the agency. BONDS: An electronic copy in form of Bid, Payment and Performance shall be required. SITE VISIT: A one-time only site visit shall be scheduled for this project. Site-visit information to be included in the solicitation package. All interested parties are encouraged to attend the site visit. All questions generated from the site visit shall be submitted in writing to the contracting officer via email (Jeremy.Nee@Va.Gov). SOLICITATION AMENDMENTS: Amendments to the solicitation shall be posted at https://sam.gov/. Paper copies of the amendment(s) WILL NOT be individually mailed. 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 Jeremy.Nee@Va.Gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. Answers to received questions shall be consolidated and posted to Contract Opportunities https://sam.gov/. All emails pertaining to this project must identify the project and contain: 552-23-512 Replace Window Seals B330 in the Subject line. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION IS NOT CURRENTLY AVAILABLE.

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.