Skip to content
Department of Veterans Affairs

Z2DA--614-23-103 - Replace Old Roofing Buildings 1, 1A, 5 & 7

Solicitation: 36C24926R0044
Notice ID: e552b7afcf69595912a8297ca89afb98
DepartmentDepartment of Veterans AffairsStateTNPostedMar 04, 2026, 12:00 AM UTCDueApr 03, 2026, 12:00 AM UTCCloses in 20 days

Federal opportunity from VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: TN. Response deadline: Apr 03, 2026.

Market snapshot

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

12-month awarded value
$742,343,447
Sector total $742,343,447 • Share 100.0%
Live
Median
$229,872
P10–P90
$26,965$2,330,661
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%($742,343,447)
Deal sizing
$229,872 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
TN20260200 (Rev 0)
Match signal: exact WD number • state match • county matchOpen WD
Published Jan 02, 2026Tennessee • Fayette, Shelby
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $38.17Fringe $18.82
Rate
CARPENTER
Base $30.20Fringe $14.74
+32 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 32 more rate previews.
Davis-BaconBest fitexact WD number • state match • county match
TN20260200 (Rev 0)
Open WD
Published Jan 02, 2026Tennessee • Fayette, Shelby
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $38.17Fringe $18.82
Rate
CARPENTER
Base $30.20Fringe $14.74
Rate
ELECTRICIAN (Excludes Low Voltage Wiring)
Base $34.90Fringe $15.90
+31 more occupation rates in this WD
Davis-Baconstate match • county match
TN20260134 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Shelby
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
TN20260159 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Gibson, Hardeman
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
TN20260164 (Rev 1)
Open WD
Published Jan 23, 2026Tennessee • Houston, Humphreys
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

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 a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with Revolutionary Federal Acquisition Regulation Overhaul (RFO) Part 12 Acquisition of Commercial Products and Commercial Services and RFO Part 36 Construction and Architect-Engineer Contracts with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through RFO. 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 SBA database located at https://veterans.certify.sba.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/. The awarded contractor must also submit evidence of enrollment with VETS4212. In addition to the requirements as set forth in the combined synopsis/solicitation notice (to be issued), the proposed contractor must also be determined responsible in accordance with RFO Part 9 Contractors Qualifications. The Contracting Officer (CO) will determine responsibility prior to any award being made. The associated North American Industrial Classification System (NAICS) code for this procurement is 238160 Roofing Contractor, applies to this requirement. The small business size standard is $19M. Product/Service Code: Z2DA Repair or Alteration of Hospitals and Infirmaries The Lt Col Luke Weathers Jr VA Medical Center, 116 N Pauline Street, Memphis, TN 38105 has a requirement to Project Number 614-23-103 Replace Old Roofing on Buildings 1, 1A, 5 and 7. Contractor to replace old roofing on buildings 1, 1A, 5, and 7. Previous renovation work did not include all areas of buildings 1, 1A, and 5 which are beyond the useful life. Building 7 requires total replacement due to age and condition. The estimated range of construction is Between $5,000,000 and $10,000,000. Wage Determination Shelby County Building TN20260200 dated 01022026 is applicable. Questions related to this requirement will only be addressed in writing by way of email to the Contract Specialist (CS) at jen.jamieson@va.gov and Contracting Officer (CO) at jeannette.morphew@va.gov . The Project Number, Project Name and Solicitation Number must be included in the subject line of all questions related to this requirement. IMPORTANT SUBMISSION INFORMATION SOLICITATION MATERIALS: All solicitation materials consisting of drawings, specifications, contract forms, amendments, and other documents will be posted to the Contract Opportunities Government website located at https://sam.gov/. Enter 36C24926R0044 into the search box to access the solicitation materials. This is the only official location where these documents can be obtained and where updates are posted. No hard copy solicitation materials are available. SOLICITATION SUBMISSION: The following documents must be included in the solicitation submission in the formats as stated: - One (1) electronic copy of an original, fully completed and signed and dated Standard Form (SF)1442 Offer page, acknowledgment of all amendments issued by either completing block 19 of the SF1442 or completing blocks 15a, b, and c of the Amendment(s) and providing them with the SF1442 Offer page; prices on all line items listed on the Price/Cost Schedule; completed Representations and Certifications section (Revolutionary Federal Acquisition Regulation (RFO) Overhaul 52.209-5 and 52.209-7); and fully completed Contractor Experience Modification Rate (EMR) Certification documents. - One (1) electronic copy of an original, completed and signed, SF24 Bid Bond or other allowable Bid Security. Document shall be emailed to the CS Jen Jamieson at jen.jamieson@va.gov and CO Jeannette L. Morphew at jeannette.morphew@va,gov responsible for solicitation in accordance with RFO 28.101 and RFO 28.102. Any missing elements of the bid bond submission could render the offeror ineligible and their offer will not be considered. Offerors are responsible for insuring and verifying their offer and all required solicitation documents are received at the office and point of contact designated in block 8 of the SF1442 and by the date and time specified in block 13a of the SF1442 (subject to amendment). FEDERAL HOLIDAYS: Federal Law (5 U.S.C. 6103) establishes the following public holidays for Federal employees: New Year s Day, Martin Luther King, Jr. Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas. Please note that most Federal employees work on a Monday through Friday schedule. For these employees, when a holiday falls on a non-workday -- Saturday or Sunday -- the holiday usually is observed on Monday (if the holiday falls on Sunday) or Friday (if the holiday falls on Saturday). Contractor employees shall not be considered government employees for any purpose under this contract. Changes to any resultant contract may only be made by a written modification which is formally executed by the contractor and the CO. DATABASE REGISTRATION INFORMATION SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: The SAM website located at https://sam.gov/ is the Official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR including FedReg), Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). Federal Acquisition Regulations require contractors wishing to do business with the Government and bid on work shall have an active registration in SAM at both time of offer and time of award. If the Offeror does not have an active registration in the SAM database at the time of offer submission and is the apparently successful low offeror, the CO shall deem the offeror s proposal non-responsive to the solicitation requirements and proceed to award to the next lowest offer. Offerors must submit proof of current (as of time of offer) SAM registries with their offer and that any offeror that fails to do so will be rendered technically unacceptable/non-responsive outright and will not be considered for award. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals or businesses providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the EPLS located at https://sam.gov/ for each person or business providing services under this contract. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. SMALL BUSINESS ADMINISTRATION (SBA) DYNAMIC SMALL BUSINESS SEARCH (DSBS) REGISTRATION: The SBA DSBS website located at https://www.sba.gov/ is the Official U.S. Government system. VAAR 819.7001(a) requires contractors wishing to do business with the Government and bid on work shall have an active registration in SBA DSBS at both time of offer and time of award. If the Offeror does not have an active registration in the SBA DSBS database at the time of offer submission and are the apparently successful low offeror, the CO shall deem the offeror s proposal non-responsive to the solicitation requirements and proceed to award to the next lowest offer. Offerors must submit proof of current (as of time of offer) SBA DSBS registries with their offer and that any offeror that fails to do so will be rendered technically unacceptable/non-responsive outright and will not be considered for award. Joint Ventures (JVs) submitting an offer must submit SBA DSBS and/or SBA certification of some type with their offer and those that fail to do so shall be rendered technically unacceptable and shall not be eligible for award. VETS-4212 REPORTING REQUIREMENT: Contractors are required to submit a required annual Form VETS-4212, Federal Contractor Veterans' Employment Report in all cases where the contractor or subcontractor has received an award of $100,000 or more in any fiscal year. COs are prohibited from awarding a contract to a contractor that has not submitted a required VETS-4212 Report with respect to the preceding fiscal year if the contractor was subject to the reporting requirement of 38 U.S.C. 4212(d). Submit this report as soon as possible, if not already submitted, to avoid delays in the contract award process. For more information on this requirement and/or for completing the web-based reporting form, visit the following website https://www.dol.gov/agencies/vets/programs/vets4212. See RFO clause 52.222-37, Employment Reports on Veterans under the General Conditions. BONDING INFORMATION BID GUARANTEE: A bid guarantee is required in an amount not less than 20 percent of the bid price but shall not exceed $3,000,000.00. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for opening of bids, shall require rejection of the bid in all cases except those listed in RFO 28.101-4. Bid Bonds must be provided using SF24 (see RFO 28.106-1) and the form must be provided in original (no white outs, faxed or copied signatures, seals) with wet ink signatures and contain the proper solicitation number, bid opening date, and be from a corporate surety listed in Department of Treasury Circular 570. Individual sureties shall be determined acceptable to the CO (see RFO 28.203) and be accompanied by SF28 Affidavit of Individual Surety. Other forms of bid security may be acceptable as denoted in RFO 28.203-2. PERFORMANCE AND PAYMENT BONDS: Pursuant to 40 U.S.C Chapter 31 and in accordance with Contract Clause 52.228-15, and RFO 28.102-1(a), requires Performance Bond (SF25) and Payment Bond (SF25A) for any construction contract exceeding $150,000. Performance and Payment bonds are due no later than ten (10) calendar days after notification of award. Bonds must be provided with original wet ink signatures - no white-outs or other corrections are allowable. Copies and facsimiles of bonds shall not be accepted. MEDICAL CENTER ACCESS: Anyone participating in the site visit, or for any other reason that involves visiting the medical center related to this solicitation, must have a valid ID on their person and their vehicle must be properly registered and insured. Visitors are prohibited from possessing weapons while on a federal installation (See 18 U.S.C. 930 Possession of Firearms and Dangerous Weapons in Federal Facilities). Handheld cellphone usage or texting while driving is also prohibited. All VA Medical Centers and associated properties are Federal Property. PRIVACY TRAINING: All workers regardless of project length must take VA Privacy Training which will be coordinated after project award with the COR. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall enroll in E-Verify within 30 calendar days of the contract award date. They shall also begin using the E-Verify system to confirm that all their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (RFO 52.222-54). PRIME CONTRACTOR INFORMATION- SAFETY OR ENVIRONMENTAL VIOLATIONS AND EXPERIENCE MODIFICATION RATING INFORMATION All Bidders/Offerors shall submit information pertaining to their past Safety and Environmental record

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.