Skip to content
Department of Veterans Affairs

Y1DA--586-401 | Construct CLC Residential Neighborhood | Jackson, MS | Scott Tom

Solicitation: 36C77626Q0172
Notice ID: cbadd386ce5b4f15bd59ff08c6183c86
TypeSources SoughtNAICS 236220PSCY1DADepartmentDepartment of Veterans AffairsStateMSPostedApr 13, 2026, 12:00 AM UTCDueApr 23, 2026, 08:00 PM UTCCloses in 11 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MS. Response deadline: Apr 23, 2026. Industry: NAICS 236220 • PSC Y1DA.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$29,123,001,035
Sector total $37,463,669,333 • Share 77.7%
Live
Median
$3,054,050
P10–P90
$307,254$50,502,702
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
77.7%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$24,162,898,361)
Deal sizing
$3,054,050 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 MS
Live POP
Place of performance
G.V. (Sonny) Montgomery VAMC 1500 East Woodrow Wilson Avenue, Jackson, MS 39216-5116 • Jackson, Mississippi • 39216 United States
State: MS
Contracting office
Independence, OH • 44131 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MS20260094 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Mississippi • Jones
Rate
ELECTRICIAN
Base $33.30Fringe $11.63
Rate
CARPENTER (Form Work Only)
Base $12.66Fringe $0.60
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
MS20260094 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Jones
Rate
ELECTRICIAN
Base $33.30Fringe $11.63
Rate
CARPENTER (Form Work Only)
Base $12.66Fringe $0.60
Rate
CARPENTER, Excludes Form Work
Base $14.21Fringe $0.00
+39 more occupation rates in this WD
Davis-Baconstate match
MS20260071 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Adams, Amite, Claiborne +12
Rate
ELECTRICIAN
Base $33.30Fringe $11.63
Rate
IRONWORKER (STRUCTURAL)
Base $21.00Fringe $8.81
Rate
CARPENTER, Includes Form Work
Base $16.54Fringe $0.00
+8 more occupation rates in this WD
Davis-Baconstate match
MS20260076 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Simpson
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $32.90Fringe $7.89
Rate
CARPENTER, Includes Form Work
Base $16.45Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.36Fringe $0.00
+8 more occupation rates in this WD
Davis-Baconstate match
MS20260067 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Jones
Rate
ELECTRICIAN
Base $33.30Fringe $11.63
Rate
IRONWORKER (STRUCTURAL)
Base $21.00Fringe $8.81
Rate
CARPENTER, Includes Form Work
Base $16.54Fringe $0.00
+7 more occupation rates in this WD

Point of Contact

Name
Thomas Stevens
Email
thomas.stevens2@va.gov
Phone
216-447-8300

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
PCAC (36C776)
Office
Not available
Contracting Office Address
Independence, OH
44131 USA

More in NAICS 236220

Description

SYNOPSIS: INTRODUCTION: This Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for Construct CLC Residential Neighborhood G.V. Montgomery VAMC in Jackson Mississippi. PROJECT DESCRIPTION: This project proposes a new 10,600 sq.ft. expansion to the existing CLC. This expansion will replace patient beds lost due to prior year renovation efforts to provide for single patient, private rooms w/ private baths; and the design will follow the 10-bed Residential Neighborhood model outlined in the VA s Small House Model. The new expansion will incorporate the cultural transformation initiatives and latest design guidelines established by VA. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in mid 2026. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated 18 Months/540 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Provide specific examples that relate aspects of previous projects to the proposed project. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary and secondary points of contact listed below by April 20, 2026 at 4:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Thomas Stevens Contract Specialist thomas.stevens2@va.gov Secondary Point of Contact: Scott Elias Contracting Officer Scott.elias@va.gov

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.