PRESOL | Y1DZ | 36C25626R0044_1 | 564-26-103 | REPLACE CAMPUS STEAM AND CONDENSATE LINES | DESIGN-BUILD | FAYETTEVILLE, ARK.
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: AR. Response deadline: Mar 31, 2026. Industry: NAICS 236220 • PSC Y1DZ.
Market snapshot
Awarded-market signal for NAICS 236220 (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 37 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. The Veterans’ Health Care System of the Ozarks (VHSO) in Fayetteville, AR has a requirement titled "Replace Campus Steam and Condensate Lines” for project number 564-26-103. This acquisition will be solicited pursuant to the Veterans' First Public Law 109-461 as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB). At least 15 percent of the cost of the contract performance incurred for personnel shall be spent on the concern's employees or the employees of other eligible SDVOSB concerns. Please do not send questions to this notice as it is only a Pre-Solicitation Notice. Questions will be accepted only after the solicitation has been published.
A Firm-Fixed Price construction contract award is anticipated. This will be a Design-Build opportunity. Contractor shall furnish all labor, material, tools, equipment, expertise, administration, transportation and supervision necessary to replace all underground steam and condensate distribution lines to and from Building 10 (B-10), Building 1(B-1), Building 3(B-3), Building 4(B-4), Building 21(B-21) on the Fayetteville campus. Construction will be on an existing, operational steam distribution system that will need to remain functional during construction. This project will also include the demolition of all abandoned steam and condensate distribution lines and associated fittings and/or structures as well as all unneeded associated equipment. Furthermore, this project will include the modification or replacement of underground structures as necessary. All Design-Build Architect and Engineering (DB AE) services, materials, supplies, equipment, investigations and project supervision, and construction period services associated with this contract. Design shall meet Veteran’s Affair (VA) Design Guides and Design Criteria and VA Master Specifications at the technical information library TIL (www.cfm.va.gov/TIL), including providing a compliant utility system that meets VA physical security design guide requirements. Design shall follow all current applicable codes, including, but not limited to, International Building Codes (IBC), National Fire Protection Association (NFPA), and Occupational Safety and Health Administration (OSHA). The period of performance will be 765 calendar days from the Notice to Proceed.
Solicitation documents, including specifications and drawings, will be available electronically on or about April 1, 2026, on this website. Hard copies will not be mailed. The solicitation will be issued as a Request for Proposals (RFP). INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF SOLICITATION AND ANY AMENDMENTS. ADDITIONALLY, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS TO THE SOLICITATION NOTICE.
A 120-day proposal acceptance period will be required. A bid bond must be submitted with the proposal. Performance and Payment bonds will be required from the contractor receiving the award. The magnitude of construction is between $10,000,000.00 and $20,000,000.00. North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220 with a small business size standard of $45 million in average annual receipts for the past three (3) years. Offerors shall be registered with SBA VetCert at Veteran Small Business Certification (sba.gov), in System for Award Management (SAM) database at www.sam.gov and have completed online Representations and Certifications prior to the solicitation due date. Offerors shall be registered with the NAICS code assigned to this acquisition in VetCert.
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.