Skip to content
Department of Veterans Affairs

Z1DA--36C249-26-AP-1754 - Limestone Repair UCC - Engineering

Solicitation: 36C24926Q0180
Notice ID: 2276216d4a494613bdeb653edad933db
TypePresolicitationNAICS 238140PSCZ1DASet-AsideSDVOSBCDepartmentDepartment of Veterans AffairsPostedApr 07, 2026, 12:00 AM UTCDueApr 17, 2026, 08:00 PM UTCCloses in 8 days

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: Department of Veterans Affairs Alvin C. York VA Medical Center (VAMC), Building 117 3400 Lebanon Pike • Murfreesboro, Tennessee • 37129. Response deadline: Apr 17, 2026. Industry: NAICS 238140 • PSC Z1DA.

Market snapshot

Awarded-market signal for NAICS 238140 (last 12 months), benchmarked to sector 23.

12-month awarded value
$119,150
Sector total $37,277,024,776 • Share 0.0%
Live
Median
$59,575
P10–P90
$50,195$68,955
Volatility
Stable31%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($119,150)
Deal sizing
$59,575 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 →
Live POP
Place of performance
Department of Veterans Affairs Alvin C. York VA Medical Center (VAMC), Building 117 3400 Lebanon Pike • Murfreesboro, Tennessee • 37129
Contracting office
Murfreesboro, TN • 37129 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Shania Kimbrough
Email
shania.kimbrough@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
249-NETWORK CONTRACT OFFICE 9 (36C249)
Office
Not available
Contracting Office Address
Murfreesboro, TN
37129 USA

More in NAICS 238140

Description

THIS IS A PRESOLICITATION NOTICE The Department of Veterans Affairs, Network Contracting Office 9, located at 1639 Medical Center Parkway, Suite 204, Murfreesboro, TN, 37129, anticipates issuing a solicitation Request for Quotation (RFQ) on or about 04/09/2026 for Limestoone repair for the UCC Ambulance entrance located at the Alvin C York VAMC in Murfreesboro TN. This notice fulfills the requirement listed in accordance with the Revolutionary FAR Overhaul (RFO) FAR part 12.201-1(c)(2) procedures. SET-ASIDE: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) NAICS Code: 238140 (Masonry Contractors) SBA SIZE STANDARD: $19.0 M PSC: Z1DA (maintenance of hospitals and infirmaries) DESCRIPTION: This requirement is for the Alvin C York Veterans Affairs Medical Center located at the addresses listed below: 3400 Lebanon Pike, Murfreesboro, Tennessee, 37129. REFER TO ATTACHED SOW AND PHOTOGRAPHS FOR ADDITIONAL INFORMATION PERIOD OF PERFORMANCE: The project is expected to be completed within 45 days of contract award. **A site visit will be offered to any interested vendor wishing to attend. The information will be posted in the actual solicitation. There will be at least one week from the posting date of the solicitation until the site visit to allow for travel preparations. IMPORTANT NOTICE: VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: (i) [SUBCONTRACTING LIMITATIONS] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [SUBCONTRACTING LIMITATIONS CON)] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) [ISUBCONTRACTING LIMITATIONS] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219 73 or certified VOSBs listed in the SBA certification database as set forth in 852.219 74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/ VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: ___________ Printed Title of Signee: _____________ Signature: ____________ Date: ______________ Company Name and Address: _______________ STATEMENT OF WORK UCC Entrance Facade Limestone Repair Alvin C. York VAMC Murfreesboro, TN. COR: Nick Smith (615) 803-4731 PART I - GENERAL Introduction This requirement is to remove, dispose of, provide, and install the necessary limestone replacement pieces on the overhead facade of Building 117 UCC ambulance entrance located at the Alvin C. York VA Medical Center (VAMC), 3400 Lebanon Pike, Murfreesboro, Tennessee, 37129. Background The UCC ambulance entrance is a high traffic area of our facility for both vehicles and patients on foot entering the building. The limestone on the overhead facade has fallen off the building leaving a hole in the facade exposing the building materials behind it to the weather. Not only is this an eyesore to all of our facilities visitors, but it has raised safety concerns. Scope of work The contractor shall furnish all transportation, qualified personnel, labor, equipment, parts, materials, and tools required to successfully perform under this contract. The contractor shall be responsible for the removal of the necessary existing brick and limestone pieces and installation of the salvaged brick and new limestone pieces to match the existing. They shall follow all rules and regulations of the removal of the existing brick and limestone, practicing the necessary safety precautions before removal begins. Using the necessary tools and equipment, they will disconnect and safely remove the existing brick and limestone pieces. They will confirm that all pieces are properly disconnected and will protect the work area to prevent damage to surrounding walls, columns, concrete, asphalt, and/or nearby equipment during the removal and installation process. The contractor will transport and dispose of the removed brick and limestone pieces in accordance with local, state, and federal regulations and environmental standards. The contractor shall be responsible for inspecting and verifying the new limestone pieces, making sure all components are complete and free from damage. The contractor shall accept responsibility for the existing brick and limestone pieces identified under this contract to be in as is condition. Failure to inspect the required pieces will not relieve the contractor from the performance of the requirements of this contract. The contractor shall install the new pieces in accordance with manufacturer specifications and all applicable codes. They will ensure all connections to the existing facade are made correctly and securely with proper alignment. The contractor shall ensure that all salvaged and newly installed pieces are properly sealed, tied in, and secured to the existing infrastructure and do not pose a safety hazard to any persons or vehicle that may be below. The contractor shall coordinate performance of this contract with the Contracting Officer s Representative (COR) ensuring there is no negative impact on patient care. Brick/Limestone Requirements Contractor shall salvage: The existing brick that is necessary to remove. Contractor shall furnish brand new: Six (6) cut to match pieces of limestone to replace existing damaged/missing pieces. Any unsalvageable brick from the removal process. Brick/Limestone to match in size and color of the existing. Period of Performance The Period of Performance shall be 45 calendar days. The contractor will be required to complete the removal, disposal and installation of the limestone during the identified Period of Performance. Delivery / Removal / Installation The contractor shall be responsible to furnish the necessary limestone pieces that meets the requirements listed under this contract to the Alvin C. York VA Medical Center 3400 Lebanon Pike, Building 117, Murfreesboro, TN 37129. The COR must be notified when the delivery driver is on site. Delivery of the material shall be made during normal business hours, 7:00AM 3:30PM Monday Friday. Delivery, removal, and/or installation shall not be scheduled on Federal Holidays. Removal and installation of the limestone shall be performed outside the normal business hours, such as after-hours and/or weekends, ensuring there is no negative impact on patient care unless otherwise stated by the COR. Recognized Holidays: The following federal holidays set by law (5 U.S.C. §6103). The following are recognized United States (US) federal holidays: New Year s Day January 1st Martin Luther King Jr Day 3rd Monday in January President s Day 3rd Monday in Feb Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th Any other day designated by the President as a national holiday. When one of the holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. NOTE: REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify in writing to the Contracting Officer (CO) and COR of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. Warranty The contractor shall provide a 1-year parts and labor warranty against any defects on craftmanship of the material identified under this contract. The contractor shall warrant that all labor and workmanship provided under this contract will be free from defects in quality and installation for a period of 1 year from contract completion. If any defect in workmanship is found during this time, the contractor shall repair or replace, at their expense, the affected work to restore to the agreed standard. Security The Certification and Accreditation (C & A) requirements do not apply, and the Security Accreditation Package is not required. The use of VA sensitive information is not required under this contract.

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.