Skip to content
Department of Veterans Affairs

Y1DZ--437-24-101, Replace UST's & Leak Detection System

Solicitation: 36C26326B0016
Notice ID: f2c70107e448467d87c7dd7a4ac3c21e
TypePresolicitationNAICS 238220PSCY1DZDepartmentDepartment of Veterans AffairsStateNDPostedMar 31, 2026, 12:00 AM UTCDueMar 31, 2026, 07:00 PM UTCExpired

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: ND. Response deadline: Mar 31, 2026. Industry: NAICS 238220 • PSC Y1DZ.

Market snapshot

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

12-month awarded value
$108,355,823
Sector total $37,202,872,686 • Share 0.3%
Live
Median
$68,300
P10–P90
$22,040$288,332
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+114%($39,400,427)
Deal sizing
$68,300 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
Department of Veterans Affairs Fargo VAHCS, 2101 Elm Street North • Fargo, North Dakota • 58102 United States
State: ND
Contracting office
Saint Paul, MN • 55101 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
ND20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026North Dakota • Adams, Barnes, Benson +50
Rate
ELECTRICIAN CABLE SPLICER
Base $55.35Fringe $10.71
Rate
ELECTRICIAN
Base $55.35Fringe $10.71
+21 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 21 more rate previews.
Davis-BaconBest fitstate match
ND20260001 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Adams, Barnes, Benson +50
Rate
ELECTRICIAN CABLE SPLICER
Base $55.35Fringe $10.71
Rate
ELECTRICIAN
Base $55.35Fringe $10.71
Rate
LINE CONSTRUCTION CABLE SPLICER
Base $55.35Fringe $10.71
+20 more occupation rates in this WD
Davis-Baconstate match
ND20260012 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Burleigh
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
IRONWORKER, STRUCTURAL
Base $35.95Fringe $33.11
Rate
PLUMBER
Base $40.53Fringe $20.60
+19 more occupation rates in this WD
Davis-Baconstate match
ND20260019 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Barnes
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $40.20Fringe $25.25
Rate
GROUP 2
Base $40.20Fringe $25.25
+17 more occupation rates in this WD
Davis-Baconstate match
ND20260033 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Benson, Cavalier, Eddy +12
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $40.20Fringe $25.25
Rate
GROUP 2
Base $40.20Fringe $25.25
+17 more occupation rates in this WD

Point of Contact

Name
Benjamin Woehrle
Email
benjamin.woehrle@va.gov
Phone
651-293-3071

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

Presolicitation Notice This is a Pre-Solicitation Notice only. It is not a solicitation announcement, nor a request for proposals or quotes, and does not obligate the Government to award a contract. 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 $2,000,000 and $5,000,000. The purpose of this notice is for market research to inform appropriate acquisition decisions and to gather information on potential businesses interested and capable of providing the described services. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran-Owned Small Businesses. However, in the event of insufficient responses from such businesses, an alternative set-aside or full and open competition may be considered. The Department of Veterans Affairs (VA), Fargo Health Care System (VAHCS), 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: Replace UST's & Leak Detection at the VAHCS, Fargo VA Health Care System in Fargo, North Dakota. 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 will be available in the solicitation. The Contractor shall furnish all supervision, labor, materials, equipment, transportation and testing necessary to perform construction work for the Replace UST's & Leak Detection Project VAHCS Fargo Project Number 437-24-101 per specifications and scope of work. All work will be completed in accordance with the specifications. The period of performance for this work is 540 calendar days from issuance of Award. The IFB (solicitation), consisting of various bid documents, specifications, 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. The Government is not obligated to, nor will it pay for or reimburse, any costs associated with responding to this Pre-Solicitation Notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. All offerors who provide goods or services to the United States Federal Government must have a Unique Entity Identifier (UEI) and be registered and active in the System for Award Management (SAM) at http://www.sam.gov . Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the U.S. Small Business Administration s Veteran Small Business Certification program located at https://veterans.certify.sba.gov All questions must be submitted in writing to the issuing Contract Specialist via email to Benjamin.woehrle@va.gov. Telephone inquiries will not be answered. -End of Notice-

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.