Z1DA--B105 Control Panel Replacement
Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CA. Response deadline: Mar 31, 2026. Industry: NAICS 238210 • PSC Z1DA.
Market snapshot
Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.
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 247 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238210
Description
SOLICITATION DESCRIPTION: B105 HVAC CONTROL PANEL REPLACEMENT (UPDATED PER AMENDMENTS 0001, 0002, 0003, 0004, AND 0005)
AMENDMENT 0005 NOTICE:
- Proposal Due Date Extension: The deadline for receipt of offers is extended to Tuesday, March 31, 2026, at 12:00 PM PST.
- Limitations on Subcontracting (LOS): Clarifies that this procurement is classified under NAICS 238210 as special trade construction. In strict accordance with VAAR 852.219-75, the SDVOSB prime contractor will not pay more than 75% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities.
- Bid Guarantee/Bond: Officially establishes the required bid guarantee at 20% of the proposed bid price.
- Payment Protection Requirements: Because the estimated magnitude of this construction contract falls below the $150,000 threshold, meaning traditional Miller Act performance and payment bonds are not strictly mandatory. The successful offeror must provide alternative payment protection (such as an Irrevocable Letter of Credit) in a penal amount equal to 100% of the original contract price.
1. GENERAL INFORMATION
- Solicitation Number: 36C26126R0005
- Project Title: B105 HVAC Control Panel Replacement
- Location: VA Palo Alto Health Care System (VAPAHCS), 3801 Miranda Avenue, Palo Alto, CA 94304
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside
- NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
- Small Business Size Standard: $19 Million Product Service Code: Z1DA – Maintenance of Hospitals and Infirmaries
- Magnitude of Construction: Between $100,000.00 and $250,000.00
- Proposal Due Date: Tuesday, March 31, 2026, at 12:00 PM PST
- Limitations on Subcontracting (LOS): 75% (Special Trade Construction)
- Bid Guarantee Requirement: 20% of the proposed bid price
- Payment Protection Requirement: 100% alternative payment protection (e.g., Irrevocable Letter of Credit) in lieu of traditional Miller Act bonds
2. PROJECT SCOPE The Department of Veterans Affairs, Network Contracting Office (NCO) 21, is seeking a qualified contractor to provide all personnel, equipment, tools, materials, and supervision necessary to replace existing Johnson Controls (JCI) controllers with Siemens BACnet controllers in the Building 105 (B105) Simulation Center at the VAPAHCS Palo Alto campus.
The scope of work includes, but is not limited to:
- Demolition: Decommissioning existing JCI PCG Controllers and Expanders for Heating Hot Water (HHW) and Air Handling Unit (AHU) systems.
- Installation: Providing and installing new Siemens BACnet PXC.A controllers, expanders, and new air temperature sensors.
- Integration: Performing controls point-to-point checkout, verification, and full integration into the existing Siemens Campus Building Management System (BMS) Front End (Desigo CC).
- Period of Performance: Project completion is required within 180 calendar days after the Notice to Proceed (NTP).
6. IMPORTANT COMPLIANCE NOTES
- VetCert Verification: This is a 100% SDVOSB set-aside. Offerors must be certified in the SBA Veteran Small Business Certification (VetCert) database at the time of offer submission and prior to award.
- Bonding & Payment Protection: A 20% bid guarantee is required. Alternative payment protection (e.g., Irrevocable Letter of Credit) is required in lieu of traditional Miller Act performance and payment bonds.
- Buy American: The Buy American statute applies to construction materials used in this project.
7. ATTACHMENTS
- Standard Form 30 - Amendment 0005 (New)
- Standard Form 30 - Amendment 0004
- Consolidated RFI Questions and Government Responses
- Specification 01 35 26 SAFETY REQUIREMENTS
- Standard Form 30 - Amendment 0003
- Standard Form 30 - Amendment 0002
- Standard Form 30 - Amendment 0001
- Solicitation 36C26126R0005
- Scope of Work (Revised) / Specifications
- JCI Control Submittal (Reference)
- Wage Determination CA20250018
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.