Skip to content
Department of Veterans Affairs

Y1DA--437-23-165, Repair Water System to Prevent Legionella

Solicitation: 36C26326B0012
Notice ID: e18db1797cc243d8bd36f24478f5b709
TypePresolicitationNAICS 238220PSCY1DASet-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateNDPostedJan 02, 2026, 12:00 AM UTCDueFeb 27, 2026, 08:00 PM UTCCloses in 4 days

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: ND. Response deadline: Feb 27, 2026. Industry: NAICS 238220 • PSC Y1DA.

Market snapshot

Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$78,593,083
Sector total $33,099,079,469 • Share 0.2%
Live
Median
$131,890
P10–P90
$4,158$4,764,800
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+221309%($78,522,121)
Deal sizing
$131,890 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 ND
Live POP
Place of performance
Fargo VA Health Care System 2101 Elm St N, Fargo, ND, 58102 • 58102 United States
State: ND
Contracting office
Saint Paul, MN • 55101 USA

Point of Contact

Name
Kaleb Gleason
Email
kaleb.gleason@va.gov
Phone
515-699-5999 ext. 23232

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
NETWORK CONTRACT OFFICE 23 (36C263)
Office
Not available
Contracting Office Address
Saint Paul, MN
55101 USA

More in NAICS 238220

Description

This notice is for informational purposes only and is not a request for submission of bids. THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. In accordance with Public Law 109-461 and VAAR 819.7003 (b), bidders must be registered and certified in the Veteran Small Business Certification (VetCert) at (https://veterans.certify.sba.gov) as a SDVOSB. Only bids from verified SDVOSB s at VetCert database at the time of bid submission shall be deemed responsive. All non-responsive bids shall be rejected and ineligible for award. The applicable North American Industry Classification System (NAICS) code is 238220, Plumbing, Heating, and Air-Conditioning Contractors, with the applicable small business size standard of $19 million. In accordance with VAAR 819.7003(b), the bidders must represent to the Contracting Officer that it is a small business concern under the NAICS code assigned to this acquisition. In accordance with VAAR 836.204, the magnitude of construction for this project is between $500,000 and $1,000,000. The Department of Veterans Affairs (VA), Fargo Health Care System, Fargo, North Dakota intends to issue an Invitation for Bid (IFB) in accordance with the procedures set forth in Part 14 and 36 of the Federal Acquisition Regulation (FAR). Network Contracting Office 23 (NCO23) intends to award a single, firm fixed-price contract for completion of construction Project Number: 437-23-165 Repair Water Systems to Prevent Legionella at the Fargo VA Health Care System, Fargo, ND. An IFB is planned to be issued on or about February 6, 2026, with an award date within 90 calendar days from bid opening date. Further details of all dates, events, and locations, including site visit and bid due date, will be available in the solicitation. The Contractor for this project shall furnish all labor, materials, tools, and equipment required to accomplish the Repair Water Systems to Prevent Legionella project in accordance with the specifications and contract drawings. This project involves, but is not limited to, upgrading the domestic water monitoring system across the VA s facilities, which consists of 7 existing water monitoring stations. There are also approximately 175 plumbing fixtures to add Thermostatic Mixing Valves (TMVs) to, or replace existing sinks and faucets. Work shall be completed in accordance with the Physical Security and Resiliency Design Manual (PSRDM). Drawings, specifications, all applicable laws and codes, as well as, but not limited to, NFPA requirements. Coordination with other construction projects may be required during construction phasing. The period of performance for this work is two hundred and eighty-five (285) calendar days from issuance of Notice to Proceed (NTP). The IFB (solicitation), consisting of various bid documents, specifications, drawings, forms, etc. will be available for download at System for Award Management (SAM) Contract Opportunity https://sam.gov/content/opportunities). The Contract Opportunities website is the only official location to obtain solicitation information and documents. These documents will include complete details of the solicitation and project requirements. Any amendments to the solicitation will be posted at the same location. Interested bidders are advised they are responsible for obtaining all bidding documents via Contract Opportunities, and for monitoring the Contract Opportunities website for any changes to this announcement and pending solicitation. No other information regarding scope, dates, etc. is available until issuance of the solicitation via Contract Opportunities. A bidders list will not be maintained. Hard copies of any documents regarding this project will not be mailed or made available outside of this web site. All prospective bidders must have a Unique Entity Identifier (UEI) and must be registered and active in the SAM database (http://www.sam.gov). All prospective bidders must complete electronic online Representations and Certifications within SAM. The eventual awardee shall also have on file a current Department of Labor VETS4212 Federal Contractor Reporting filing at https://www.dol.gov/agencies/vets/programs/vets4212 (if applicable). All questions must be submitted in writing to the issuing Contract Specialist via email to kaleb.gleason@va.gov. No telephone inquiries will be answered.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The Department of Veterans Affairs is planning a project (Project Number: 437-23-165) focused on repairing water systems to prevent Legionella at the Fargo VA Health Care System. The estimated project value ranges between $500,000 and $1,000,000, with a firm fixed-price contract expected to be awarded about 90 days post-bid opening. This opportunity is a total SDVOSB set-aside, requiring bidders to be registered and certified under the Veteran Small Business Certification (VetCert).

What the buyer is trying to do

The Department of Veterans Affairs intends to upgrade the domestic water monitoring system in their Fargo facility and to add or replace plumbing fixtures with Thermostatic Mixing Valves (TMVs) to ensure safety from Legionella.

Work breakdown
  • Upgrade domestic water monitoring system across VA facilities
  • Install 175 Thermostatic Mixing Valves (TMVs)
  • Replace or add sinks and faucets as needed
  • Coordinate with ongoing construction projects
  • Comply with Physical Security and Resiliency Design Manual (PSRDM)
Response package checklist
  • Registration and certification in VetCert
  • Completed electronic Representations and Certifications in SAM
  • Bid submission including all required documentation and forms
Suggested keywords
Legionella preventionSDVOSBwater system repairplumbing improvementsVA Health Care System
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific start and end dates for the project period of performance
  • Detailed access requirements for the job site prior to bidding
  • Information regarding any site visits or pre-bid meetings

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.