Y1EZ--Correct FCA Deficiencies Construction - Pre-Solicitation
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: AZ. Response deadline: Feb 27, 2026. Industry: NAICS 236220 • PSC Y1EZ.
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.
Point of Contact
Agency & Office
More in NAICS 236220
Description
This notice shall not be construed as a commitment by the VA 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. If interested in this opportunity, please provide a Capability Statement via email. The Capability Statement is designed to inform the Department of Veteran Affairs of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 1 no more than 3 examples. 4) Offeror's CVE certification if a Veteran owned business. 5) Please provide Socio-economic status for NAICS code 236220, Commercial and Intuitional Building Construction and provide percentage of self-performed labor your company can perform for this type of project. 6) Offeror's Joint Venture information if applicable - existing and potential. 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. PRE-SOLICITATION NOTICE DESCRIPTION: Request for Information (RFI) (Pre-Solicitation Noticce) 36C25526R0006 Title of Project: 762-24-101, Correct FCA Deficiencies Construction Project, at Tucson CMOP, Tucson ,Arizona. This is a PRE-SOLICITATION NOTICE ONLY. It is for information and planning purposes only and should not be construed as a solicitation announcement nor a request for proposals or quotes and does not obligate the Department of Veterans Affairs (VA) to award a contract. Responses will not be considered as proposals, nor will any award be made to any parties responding to the sources sought announcement. This notice is posted IAW FAR 6.1 with a Service-Disabled Veteran Owned Small Business Set-Aside. Contract Opportunities: 36C25526R0006 Contract Type: Firm Fixed Price, NAICS: 236220, Commercial and Institutional Building Contractors, Business size is $45.0M. Title Description of Requirement: Project Number, 762-24-101, Correct FCA Deficiencies Construction Project, at Tucson CMOP, Tucson Arizona. The estimated cost magnitude is between $1,000,000.00 to $5,000,000.00. General Scope of Work: This project includes but is not limited to the following: A Facility Condition Assessment (FCA) was completed in 2022 and a Physical Security Risk Assessment (PSRA) in 2021 that made recommended actions to improve the infrastructure and security posture at the Tucson CMOP. There will be a pre-bid site visit held for this project and all prospective offerors are encouraged to attend. Details of the pre-bid site visit will be included in the solicitation package The FCA items addressed in this project are: Record # 414250 (Base Bid) Separate the EES into a dedicated 2-hour fire rated secure room. Record # 414251 (Base Bid) Modify the EES to provide 100% backup for the CMOP. Record # 414252 (Base Bid) Increase the capacity of the fuel storage to support CMOP s Emergency Plan of a 48-hour fuel supply. Record # 414253 (Base Bid) Provide a N+1 redundant EES, which includes a second generator with paralleling switch gear, which requires modifications to the dock and relocating the trash and recycling compactors. Record 414292 (Base Bid) Add HVAC for the space underneath the mezzanine. Record 414316 (Bid Alternate 1) Connect the fire line serving the building to a backflow preventer. Record # 414246 (Bid Alternate 2) Replace the roof with a single ply thermoplastic polyolefin (TPO) membrane system. Phasing Proposed phasing has been coordinated to limit the significant impact on CMOP operations. The A-E has coordinated with the facility and is providing one design package with the following phasing. Refer to Sheet GI000. Phase 1 Construction of loading dock extension. Phase 2 Relocate trash compactors. Construct new metal ramp and platform. Ensure compactors are fully functioning and accessible. Phase 3 Generator area and electrical. HVAC system. Alternate 1 backflow preventer. Alternate 2 replacement roof. Note, Alternate 3 is excluded from the scope. Alternate 3 is shown on sheets PJ100, P-601, M-701 (only the compressed air system controls), ED101 (only the compressed air system), EP101 (only the compressed air system), E-500 (only the compressed air system), and E-601 (only the compressed air system). The Government is not obligated, nor will it pay for or reimburse any costs associated with responding to this Presolicitation Notice. This notice shall not be construed as a commitment by the VA 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. If interested in this opportunity, please provide Capability Statement via email. The Capability Statement is designed to inform the Department of Veteran Affairs of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 1 no more than 3 examples. 4) Offeror's CVE certification if a Veteran owned business. 5) Please provide Socio-economic status for NAICS code 236220, Commercial and Industrial Building Construction and provide percentage of self-performed labor your company can perform for this type of project. 6) Offeror's Joint Venture information if applicable - existing and potential. 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror has completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration located at Veteran Small Business Certification (sba.gov). 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. Submittal Information: Responses shall indicate the RFI # 36C25526R0006, 762-24-101 Correct FCA Deficiencies Construction Project for Tucson CMOP, located at 3675 E. Britannia Drive, Tucson, Arizona, 85706. Please be advised that all submissions become Government property and will not be returned. All interested Offerors should submit information by e-mail to: billie.cherico@va.gov. All information submissions should be received no later than 2:30 pm CST on or about February 27, 2026. Solicitation will be posted on or after March 12, 2026. END of RFI for PRE-SOLICITATION NOTICE.
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.