Skip to content
Department of Veterans Affairs

Z1DA--Upgrade Chiller Plant Construction - Northport - Project 632-25-101

Solicitation: 36C77626Q0151
Notice ID: d70f2cea8a3c46338c36d2ffa98652c2
TypeSources SoughtNAICS 236220PSCZ1DADepartmentDepartment of Veterans AffairsStateNYPostedMar 24, 2026, 12:00 AM UTCDueApr 01, 2026, 05:00 PM UTCCloses in 8 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NY. Response deadline: Apr 01, 2026. Industry: NAICS 236220 • PSC Z1DA.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$27,683,476,482
Sector total $35,481,246,230 • Share 78.0%
Live
Median
$2,347,806
P10–P90
$36,228$51,160,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.0%
share
Momentum (last 3 vs prior 3 buckets)
+9450%($27,109,711,675)
Deal sizing
$2,347,806 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 NY
Live POP
Place of performance
Northport VA Medical Center, 79 Middleville Road • Northport, NY • 11768 United States
State: NY
Contracting office
Independence, OH • 44131 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NY20260005 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New York • Chemung, Schuyler
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
+66 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 66 more rate previews.
Davis-BaconBest fitstate match
NY20260005 (Rev 1)
Open WD
Published Jan 30, 2026New York • Chemung, Schuyler
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
Rate
BOILERMAKER
Base $39.35Fringe $33.18
+65 more occupation rates in this WD
Davis-Baconstate match
NY20260012 (Rev 1)
Open WD
Published Jan 30, 2026New York • Nassau, Suffolk
Rate
Asbestos Workers/Insulator Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems
Base $71.76Fringe $36.81
Rate
HAZARDOUS MATERIAL HANDLER
Base $47.75Fringe $13.70
Rate
BOILERMAKER
Base $68.88Fringe $49.83
+52 more occupation rates in this WD
Davis-Baconstate match
NY20260016 (Rev 1)
Open WD
Published Jan 30, 2026New York • Onondaga
Rate
BRICKLAYER BRICKLAYERS, POINTER, CLEANERS & CAULKERS
Base $38.30Fringe $23.71
Rate
CEMENT MASONS
Base $38.63Fringe $25.05
Rate
MARBLE, TILE & TERRAZZO FINISHERS
Base $26.46Fringe $19.64
+27 more occupation rates in this WD
Davis-Baconstate match
NY20260049 (Rev 1)
Open WD
Published Jan 30, 2026New York • Orange
Rate
HANDLER (Duties limited to preparation, wetting, stripping, removal, scraping, vacuuming, bagging and disposing of all insulation materials whether they contain asbestos or not from mechanical systems)
Base $46.62Fringe $49.30
Rate
Insulator/asbestos worker (Includes application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $46.62Fringe $49.30
Rate
Bricklayer, Cement Mason, Plasterer
Base $43.04Fringe $34.99
+17 more occupation rates in this WD

Point of Contact

Name
Thomas Council
Email
Thomas.Council@va.gov
Phone
(216) 447-8321

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
PCAC (36C776)
Office
Not available
Contracting Office Address
Independence, OH
44131 USA

More in NAICS 236220

Description

SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Upgrade Chiller Plant Construction project at the Northport VA Medical Center (VAMC) located at 79 Middleville Road, Northport, NY 11768. PROJECT DESCRIPTION: Work includes general construction and alterations, of the existing chiller plant and includes the necessary removal of existing building components, systems, construction and installation of certain other items. The project will be constructed in two phases. Phase 1 work shall be completed and fully operational, supporting the medical facility, before a notice to proceed with phase 2 work will be issued. The project includes the installation and maintenance of a temporary chiller plant to support the Medical Facility during construction. All temporary installations shall remain in service until the end of the project s startup of the new chiller plant and final acceptance. PROCUREMENT INFORMATION: The proposed project will be a competitive firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued as either a Request for Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in early June 2026. In accordance with VAAR 836.204, the magnitude of construction is between $20,000,000.00 and $50,000,000.00. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45 million. The duration of the project is currently estimated at 730 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. The results and analysis of the market research will determine whether to limit competition among the small business categories, proceed with full and open competition as other than small business, or use a tiered set-aside evaluation. The type of socioeconomic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. All socioeconomic categories are encouraged to respond to this announcement. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, Unique Entity Identifier number associate with SAM.gov, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Provide specific examples that relate aspects of previous projects to the proposed project. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by April 1, 2026 at 1:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in Contract Opportunities at https://Sam.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd., Suite 490 Independence, OH 44131 Primary Point of Contact: Thomas Council Contract Specialist thomas.council@va.gov

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.