Skip to content
Department of Veterans Affairs

C1DA--A/E Design - Infusion/Specialty Care Clinic Renovation Project 626-26-501 Nashville TVHS

Solicitation: 36C24926R0051
Notice ID: b4d22fe65a99e2590c8354f84a33f633
DepartmentDepartment of Veterans AffairsStateTNPostedMar 03, 2026, 12:00 AM UTCDueMar 17, 2026, 12:00 AM UTCCloses in 4 days

Federal opportunity from VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: TN. Response deadline: Mar 17, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$386,765,285
Sector total $386,765,285 • Share 100.0%
Live
Median
$129,570
P10–P90
$32,637$689,094
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($386,765,285)
Deal sizing
$129,570 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 official portal →
Live POP
Place of performance
TN, US
State: US
Contracting office
Not listed

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
TN20260156 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Tennessee • Decatur, Dyer
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
+11 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 11 more rate previews.
Davis-BaconBest fitstate match
TN20260156 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Decatur, Dyer
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR Backhoe/Trackhoe/Excavator
Base $33.23Fringe $13.40
+10 more occupation rates in this WD
Davis-Baconstate match
TN20260170 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • McNairy, Stewart
Rate
ELECTRICIAN
Base $27.25Fringe $15.72
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.25Fringe $13.40
Rate
POWER EQUIPMENT OPERATOR Backhoe/Trackhoe/Excavator
Base $33.23Fringe $13.40
+10 more occupation rates in this WD
Davis-Baconstate match
TN20260127 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Fayette
Rate
ELECTRICIAN
Base $36.75Fringe $16.19
Rate
Operating Engineers: Bulldozer, Crane, and Forklift
Base $33.15Fringe $13.62
Rate
LABORER: Common or General
Base $18.47Fringe $6.65
+5 more occupation rates in this WD
Davis-Baconstate match
TN20260130 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Madison
Rate
ELECTRICIAN
Base $36.75Fringe $16.19
Rate
Operating Engineers: Bulldozer, Crane, and Forklift
Base $33.15Fringe $13.62
Rate
LABORER: Common or General
Base $18.47Fringe $6.65
+5 more occupation rates in this WD

Point of Contact

Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
Not available
Subagency
Not available
Office
Procurement
Contracting Office Address
Not available

Description

THIS IS AN A/E PRESOLICITATION NOTICE – The Department of Veterans Affairs, Network Contracting Office 9 Central Region, 1639 Medical Center Parkway, Suite 204, Murfreesboro, TN, 37129, will be soliciting a Request for Proposal (RFP) in accordance with Revolutionary Federal Acquisition Regulations Overhaul (RFO) 36 to Request for Architectural and Engineering Firm’s SF330’s for the following project:Project 626-26-501 for Architectural and Engineering Design Services to AE Infusion and Specialty Care Clinic Renovation (Nashville Campus) located at the Nashville VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212.THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS. Only the A/E firms responding to this announcement by submitting timely SF330 packages will be considered for initial evaluation. Following initial evaluation of the A/E firms and their SF330s, a request/solicitation for a price proposal will be sent to the highest technically rated A/E firm to provide the type of service(s) required. No Solicitation Package will be issued via SAM.gov.The A/E Services contract that is anticipated to be awarded will be procured in accordance with the Brooks Act (Public Law 92- 582), Revolutionary FAR Overhaul (RFO) Part 36.102 and VA Acquisition Regulation 836.6. Note: No contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative.Contract Type: Firm-Fixed-PricePeriod of Performance: 206 calendar days from notice to proceed (NTP)CONSTRUCTION BUDGET DESIGN LIMITATIONS: $13,135,188.00NAICS: 541310 – Architectural ServicesSMALL BUSINESS SIZE STANDARD: $12.5 millionPRODUCT/SERVICE CODE: C1DA – Architect and Engineering – Construction: Hospitals and InfirmariesSET-ASIDE: This requirement is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under the authority of 38 U.S.C §8127 (d). Only those SDVOSB’s listed and viewable in the SAM.gov database located at https://sam.gov/. The database will be checked at the time of offer submission as well as prior to award. All offers must also have an active listing in the System for Award Management (SAM) database https://sam.gov/.PROJECT DESCRIPTION: All necessary architectural and engineering (A/E) services required to prepare complete contract drawings, specifications, technical reports, and cost estimates as well as cost control services, including construction period services (CPS) throughout the construction process, These services will support the renovation of the Infusion and Specialty Care Clinic Renovation located on the ground floor of the Nashville Campus of the VA Tennessee Valley Healthcare System (TVHS), at 1310 24th Avenue South, Nashville, TN 37212.This project encompasses approximately 26,300 square feet and aims to improve design standardization, operation efficiency, and programs that will support VA objectives. The scope of design includes, but is not limited to mechanical systems, electrical power and systems, fire alarm, controls, sprinkler, plumbing, architectural, interior design, structural components, industrial hygiene, ingress/egress, and fire protection.VA PLANNING CONCEPTThis project will renovate approximately 26,300 square feet of space shared by the Infusion and Specialty Care Clinic Renovation project, and adjacent supporting clinic areas.The renovation will expand the infusion clinic to facilitate a decrease in patient time while at the VA. Outpatient clinic spaces which are 35-year-old clinics (at the oldest) will be renovated to provide a welcoming and cohesive patient experience. A new registration area inside the PODs will assist with patient flow and help manage waiting room congestion. All elements of the design will need to be designed to current VA and Joint Commission Guidelines.This project will partially correct FCA deficiencies by replacing worn, damaged and beyond-cycle flooring, finishes and ceiling tiles and replace old and energy inefficient terminal boxes and provide DDC controls (Architectural 289261, 289263, 283004 and Mechanical 60679).PROJECT OBJECTIVESThe Department of Veterans Affairs intends to have the A/E thoroughly survey, investigate, and document the existing spaces and utility systems, to gain the knowledge and insight necessary to prepare accurate Construction Bid Documents in a professional and competent manner. The project objectives are as follows:A. Ensure adequate space and systems to provide an efficient, fully functional infusion center and specialty care clinic, and adjacent clinics while also meeting the needs of staff and patients.B. Design modern, patient lifts, compliant spaces, meeting Veteran Administration needs, space criteria, directives, standards, and VA Technical Information Library (TIL)/Design Guides and Standards (PG-18 series).C. Ensure that all adjacent areas and systems impacted by construction are appropriately addressed within the project scope. This includes any necessary upgrades, expansions, or additions to mechanical rooms, electrical closets, and spaces the renovated spaces.D. The design shall allow for equipment serviceability/maintainability and future replacement without reworking systems/feeds.E. Modernize systems, controls, and provide improved energy conservation and efficiency.F. Correct Facility Condition Assessment (FCA) deficiencies (noted above).END OF PROJECT DESCRIPTIONTHIS ANNOUNCEMENT IS NOT A REQUEST FOR AN AE FEE PROPOSAL. NO FEE PROPOSAL SHALL BE NEEDED UNTIL AFTER EVALUATIONS HAS BEEN MADE ON THE PROVIDED SF330 AND THE TOP-RATED FIRM SELECTED. ONLY THE AE FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION. FOLLOWING INITIAL EVALUATION OF THE AE FIRMS AND THEIR SF330S, A SOLICITATION FOR A PRICE PROPOSAL WILL BE SENT TO THE HIGHEST TECHNICALLY RATED AE FIRM TO PROVIDE THE TYPE OF SERVICE(S) REQUIRED.Interested firms should submit their current SF330 to lara.hampton@va.gov and Jeannette.Morphew@va.gov . The SF330s are due on Tuesday, March 17, 2026, at 1:00 PM Central Time via email. See Electronic Submission Requirements for instructions on submitting your SF330.The selection of the most qualified contractor will follow the guidance provided in RFO Part 36.102 – Architect-Engineer Services. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work.Bid Deduct Alternates of at least 20% of the approved construction budget shall be developed, planned and estimated as necessary to ensure award of contract within available funds. Bid Deduct Alternates shall be clearly identified on contract drawings.All offerors are advised that in accordance with VA Acquisition Regulation (VAAR) 836.606-71 the total cost of the architect or engineer services contracted for must not exceed six (6%) percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, RFO Clause 52.236-22 (c) - Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design.SBA Certification & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a:SDVOSB eligible firm;Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; andSDVOSB listed as verified in SBA Certifications formally known as VETCERT at: https://search.certifications.sba.gov/ .The awarded contractor must also submit evidence of enrollment with VETS4212.Important Notice: Apparent successful offerors must be registered in the U.S. Small Business Administration (SBA) site at the time of submission of proposal. Failure to be both VERIFIED by the SBA and VISIBLE at the time of proposal submission, time of interview, and at time of award will result in the offeror’s proposal being deemed non-responsive. All offerors are urged to contact the SBA DSBS ( https://dsbs.sba.gov/search/dsp_dsbs.cfm) and submit the required documents to obtain verification of their SDVOSB status if they have not already done so.Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov.VENDOR IZING PROCESS: VA Webform 10091 through CEP platform: For all vendors (SAM; System for Award Management or Non-SAM) that are ID.Me ( https://www.id.me/) registered at https://www.cep.fsc.va.gov/. Make sure to setup your profile on the portal to be fully vendorized to include banking information. This process replaces the paper vendor forms. Existing users of CEP will need to add their tax ID number back into the portal. New users will need to register with System for Award Management; SAM.gov before gaining access to CEP. Once new users receive the registration approval notice from SAM, wait 72 hours before registering digital VA Form 10091. This will update records with your Unique Entity Identifier (UEI). These steps will help expedite your access to CEP.The awarded contractor must also submit evidence of registration.LIMITS ON SUBCONTRACTING: in accordance with RFO 52.219-14(e)(1) Limitations on Subcontracting, states: Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract;SELECTION PROCESS: in accordance with RFO 36.102 and VAAM M836.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions. Negotiations will then begin with the most preferred firm.The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work.EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance:Professional qualifications necessary for satisfactory performance of required services;Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials;Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team;Capacity to accomplish the work in the required time;Past performance on contracts with Government agencies and private industry in t

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.