Skip to content
Department of Veterans Affairs

X1DB--36C24725Q0637 | Georgetown CBOC New Clinic | Sources Sought

Solicitation: 36C24725Q0637
Notice ID: 2d3fcfbc3c324ccc8b884056522d9362
TypeSources SoughtNAICS 531120PSCX1DBSet-AsideSBADepartmentDepartment of Veterans AffairsStateSCPostedApr 06, 2026, 12:00 AM UTCDueMay 30, 2025, 04:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: SC. Response deadline: May 30, 2025. Industry: NAICS 531120 • PSC X1DB.

Market snapshot

Awarded-market signal for NAICS 531120 (last 12 months), benchmarked to sector 53.

12-month awarded value
$1,834,326,769
Sector total $2,000,951,008 • Share 91.7%
Live
Median
$3,193,333
P10–P90
$1,956,678$15,028,256
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
91.7%
share
Momentum (last 3 vs prior 3 buckets)
-56%(-$708,018,339)
Deal sizing
$3,193,333 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 SC
Live POP
Place of performance
See Delineated Area In Description Below • Georgetown,, South Carolina • 29440 United States
State: SC
Contracting office
Augusta, GA • 30904 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
SC20260004 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026South Carolina • Abbeville, Aiken, Allendale +43
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
+18 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 18 more rate previews.
Davis-BaconBest fitstate match
SC20260004 (Rev 1)
Open WD
Published Jan 30, 2026South Carolina • Abbeville, Aiken, Allendale +43
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+17 more occupation rates in this WD
Davis-Baconstate match
SC20260006 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Laurens, Pickens
Rate
PIPEFITTER
Base $36.00Fringe $14.19
Rate
BRICKLAYER
Base $17.50Fringe $0.67
Rate
CARPENTER (Drywall Hanging Only)
Base $16.32Fringe $1.50
+17 more occupation rates in this WD
Davis-Baconstate match
SC20260060 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Richland
Rate
CARPENTER
Base $14.53Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $13.59Fringe $0.00
Rate
DRYWALL HANGER
Base $12.00Fringe $0.00
+6 more occupation rates in this WD
Davis-Baconstate match
SC20260059 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Charleston
Rate
CARPENTER
Base $16.02Fringe $0.91
Rate
CEMENT MASON/CONCRETE FINISHER
Base $14.69Fringe $0.00
Rate
ELECTRICIAN
Base $16.55Fringe $0.00
+6 more occupation rates in this WD

Point of Contact

Name
Brian C. Curtis
Email
brian.curtis2@va.gov
Phone
(770) 279-0000

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
247-NETWORK CONTRACT OFFICE 7 (36C247)
Office
Not available
Contracting Office Address
Augusta, GA
30904 USA

More in NAICS 531120

Description

Expression of Interest Sought The Department of Veterans Affairs is conducting market research/seeking capable sources from bondable and experienced firms that are classified and registered in www.vip.vetbiz.gov as either Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) that are interested in a forecasted lease project for a medical office space located in Georgetown, SC, to yield 10,000 net usable square feet (NUSF) for use as a Community Based Outpatient/Primary Care Clinic. The NAICS Code is 531120 Lessors of Nonresidential Buildings (except mini warehouses), and the small business size standard is $47.0 million, using the exception of leasing space to the Federal Government. Responses to this notice will assist the VA in determining if the acquisition should be set-aside for competition restricted to SDVOSB or VOSB concerns in accordance with 38 USC Sec. 8127. Although this notice focuses on SDVOSB and VOSB, we encourage ALL small businesses and other interested parties to respond for market research purposes. The magnitude of the anticipated construction/buildout for each project is: __ (a) Less than $25,000; __ (b) Between $25,000 and $100,000; __ (c) Between $100,000 and $250,000; __ (d) Between $250,000 and $500,000; __ (e) Between $500,000 and $1,000,000; X (f) Between $1,000,000 and $2,000,000; __ (g) Between $2,000,000 and $5,000,000; __ (h) Between $5,000,000 and $10,000,000; __ (i) Between $10,000,000 and $20,000,000; __ (j) Between $20,000,000 and $50,000,000; __ (k) Between $50,000,000 and $100,000,000; __ (l) More than $100,000,000. The Department of Veterans Affairs desires to lease approximately 10,000 net usable square feet of medical / office space in Georgetown, South Carolina. The space will be occupied by the Charleston VHA Healthcare System and must include space for use by tenant for personnel, furnishings, and equipment. The Government requires a fully serviced lease. The Government anticipates this lease requiring tenant improvements between $1.0 and $2.0M estimated. There must be a minimum of 59 parking spaces, 6 spaces designated for handicapped individuals with at least 2 spots being van accessible (96 wide clearance ) and the other 4 having at least 60 clearance within one block of the building. Space offered should be contiguous and on the same floor (preferred). Access is required from 6:00 AM to 6:00 PM. Space shall not be in high crime areas or in any area that will require more stringent building security, preferably within a 10-mile radius of police facility. Building preferred to not be within a 100-year flood plain. A current certificate of seismic compliance must be submitted with all expressions of interest. Request a radius of 500 feet within a public transportation site. Location: Space must be located within the following geographic boundaries of Savannah, GA: Bounded on the North: County Road-S-22-362 and Trace Drive, Pawleys Island SC Bounded on the South: Winyah Bay and Pennyroyal Road, Georgetown, SC Bounded on the West: Brick Chimney Road, Georgetown, SC Bounded on the East: Atlantic Ocean *See Map Below. Building shall be located within the above geographical boundaries, and the lines on the map are for a close, but not exact, depiction. Lease Term: The lease term shall be 5 years firm, and 5 years non-firm. A market survey of properties for lease may be conducted by VA. Brokers or legal representatives submitting property must show written acknowledgement and permission to represent the property by the owner (have a letter of engagement you can produce upon at expression of interest). Property owners and developers must provide written proof of ownership or non-contingent control of property at the time of submission of initial proposals. The following information shall be provided along with the expression of interest: (1) Site plan depicting the building, (2) a map depicting location of building with the delineated area, (3) a block or floor plan of the proposed space for offer, (4) identification on site plan demonstrating location of parking to be dedicated for VA s use, (5) the questionnaire below. Interested offerors should submit specific information concerning their properties to Brian C. Curtis (VA Lease Contract Specialist) at the following address no later than May 30th, 2025 at 12:00 p.m. EST to be considered: Brian C. Curtis, Lease Contract Specialist Department of Veterans Affairs RPO-E, Network Contracting Office 7 2008 Weems Road LaVista Business Park Bldg A Tucker, GA 30084-5207 brian.curtis2@va.gov Net usable square feet does not include such areas as stairs, elevators, mechanical and utility rooms, ducts, shafts, vestibules and public corridors, and public toilets required by local code. The Government will pay no more than the appraised fair market rental value for the building. This advertisement is not a request for proposals. A solicitation for offers may be issued by the Department of Veterans Affairs at a later date. The NAICS code for this Notice is 531120 MARKET RESEARCH QUESTIONNAIRE Response to Questionnaire is required from all interested parties. Lessor s Name & Contact Info (Phone & Email#_____________________________________ Building Name and Address ______________________________________________________ SAM UEI#____________________________________________________________________ Indicate your business size & socio-economic status under NAICS code 531120: [ ] yes [ ] no Large Business (LB) [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no Certified HUBZone [ ] yes [ ] no Certified Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Certified Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) [ ] yes [ ] no Registered with the System for Award Management (SAM) @ https://www.sam.gov [ ] yes [ ] no Registered in SBA VetCert Registry @ Veteran Small Business Certification (sba.gov) A SOLICITATION HAS NOT BEEN ISSUED. After review of responses, a solicitation may be published at a later date. Responses to this Market Research Questionnaire will not be considered as submission of an offer for future solicitation announcements. All interested parties must respond to future solicitation announcements separately or in addition to this Market Research Questionnaire. Contract award resulting from any future solicitation can only be made to a contractor who is registered in SAM. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Please return this survey with your expression of interest. All responses shall be verified. Failure to provide the following shall result in elimination as an interested party: Market Research Questionaire. Site Plan Depicting the Building. Map with Location of Building with the Delineated Area. Block or Floor Plan of the Proposed VA Space. Identification on Site Plan Demonstrating Location of Parking dedicated for VA s use. Proof of Ownership Authorized Letter of Engagement from the Owner if you are a Broker.

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.