Y1DA--586-401 | Construct CLC Residential Neighborhood | Jackson, MS | Scott Tom
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), through its Program Contracting Activity Central (PCAC), is conducting market research via a Sources Sought Notice to identify qualified firms for the Construct CLC Residential Neighborhood project at the G.V. Montgomery VAMC in Jackson, Mississippi. This project involves a new 10,600 sq.ft. expansion to the existing Community Living Center (CLC). Responses are due April 20, 2026, at 4:00 PM ET.
Project Overview
This project proposes a 10,600 sq.ft. expansion to the existing CLC, designed to replace patient beds lost from previous renovations. The expansion will provide single-patient, private rooms with private baths, adhering to the VA's "Small House Model" and incorporating the latest cultural transformation initiatives and design guidelines. The scope includes providing all labor, materials, and equipment necessary for construction.
Procurement Details
This is a Sources Sought for market research only; it is not a solicitation. The anticipated project will be a competitive, firm-fixed-price contract utilizing a design-bid-build approach. The magnitude of construction is estimated between $10,000,000 and $20,000,000. The applicable NAICS code is 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 million. The project duration is estimated at 18 months (540 calendar days) from the Notice to Proceed. The specific procurement method (RFP or IFB) and any socio-economic set-aside will be determined based on the market research results.
Capability Statement Requirements
Interested contractors must submit a capability statement (maximum 8 single-sided pages, 12-point font, single-spaced, PDF <4MB) addressing:
- Company Information: Name, UEI, address, Point-of-Contact, phone, email.
- Business Size & Type: Based on NAICS 236220 (e.g., Large, Small, SDVOSB, WOSB).
- Statement of Interest.
- Bonding Capacity: Letter of intent from bonding company, aligned with project magnitude.
- Past Performance: Up to three comparable projects within the last seven years, detailing scope, size, building use, value, dates, and self-performed effort.
Submission Information
- Deadline: April 20, 2026, at 4:00 PM ET.
- Method: Electronic submission via email to the primary and secondary points of contact.
- Format: Single application-generated PDF document, including a cover page with company details.
Important Notes
This notice is for information and planning purposes only and does not constitute a commitment by the Government. No solicitation exists at this time. Potential offerors are responsible for monitoring SAM.gov for any future solicitation release.