Y1DA--596-334 Construct Replacement CLC Complex Care - Lexington
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 PCAC (36C776) office, is soliciting proposals for Project 596-334, "Construct Replacement CLC Complex Care" at the Lexington VA Health Care System, Franklin R. Sousley Campus in Lexington, KY. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a design-bid-build minor construction project. Proposals are due by April 28, 2026, at 1:00 PM EDT.
Project Scope
This project involves the design-bid-build construction of a new ten (10) bed Small Home for the Community Living Center (CLC). The scope includes the demolition and removal of existing structures and the construction of approximately 13,900 square feet of new facility. The contractor will be responsible for all labor, materials, equipment, supervision, and management, ensuring compliance with VA regulations, procedures, and applicable codes. The work also includes general construction, alterations, roads, walks, grading, and drainage.
Contract Details
- Contract Type: Single Firm-Fixed-Price contract.
- Magnitude: Estimated between $10,000,000 and $20,000,000.
- Period of Performance: 480 calendar days from the issuance of the Notice to Proceed.
- Liquidated Damages: $718.07 per calendar day for delays.
- Bonds: A Bid Guarantee (SF 24) of not less than 20% (max $3,000,000) is required. Payment and Performance Bonds (SF 25 and SF 25A) will be required upon award.
Eligibility & Evaluation
- Set-Aside: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be SBA-certified SDVOSBs at the time of proposal submission and award.
- NAICS Code: 236220, with a size standard of $45.0 million.
- Evaluation: Proposals will be evaluated using a tradeoff process under Best Value, where Past Performance is weighted approximately equal to Price.
- Past Performance Requirements: Offerors must submit a maximum of three (3) projects, 100% complete within the last 10 years, demonstrating multi-disciplinary renovation or new construction in active healthcare environments. Each project must have a minimum value of $7.5 million and have been completed by the Offeror as the prime contractor. CPARS evaluations are preferred; PPQ forms are for when CPARS is unavailable.
Submission Requirements
- Proposal Due Date: April 28, 2026, at 1:00 PM EDT.
- Submission Method: Electronically via email to Kara.Evert@va.gov and Richelle.Gray@va.gov.
- Format: Proposals must be submitted in three searchable PDF volumes (Volume I: Past Performance, Volume II: Price, Volume III: Administrative), each attached to a separate email (max 5MB per email).
- Questions: The deadline for questions has passed; late questions may not receive a response.
- Site Visit: A site visit was held on March 18, 2026; no further site visits will be scheduled.
Key Clarifications & Amendments
- Amendment 0006 added FAR clause 52.222-90 regarding DEI discrimination.
- Brand Name Items: Honeywell Notifier Fire Alarm System and Rauland Responder 5 Nurse Call System are required for integration with existing campus systems.
- Personnel Vetting: General Construction Contractor positions are designated as Non-Sensitive Positions - Tier 1/Low Risk.
- Subcontracting: Compliance with VAAR 852.219-75 is required, limiting payments to non-SDVOSB/VOSB subcontractors to 85% of the government-paid amount (excluding materials).
- Technical Details: Clarifications provided on HVAC controls (Tridium Niagara), seismic classification (Site Class C, Design Category B), and fireproofing (not required for structural steel in Type II-B construction). Contractor is responsible for obtaining all permits.