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), specifically the Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC), anticipates soliciting proposals for a design-bid-build minor construction project (#596-334). This project involves constructing a Replacement CLC Complex Care building at the Franklin R. Sousley campus of the Lexington VA Medical Center (VAMC) in Lexington, KY. This is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The solicitation is expected to be issued in February 2026, with proposals due by February 17, 2026, at 1:00 PM Eastern Time.
Scope of Work
The contractor will provide all necessary tools, equipment, materials, labor, supervision, and management to construct a new ten (10) bed Small Home as part of the new CLC Community. The project requires site preparation, including the demolition and removal of existing structures, and the construction of an approximately 13,900 square foot new facility. All work must comply with VA solicitation drawings, specifications, regulations, procedures, and applicable codes.
Contract Details
- Contract Type: Single firm-fixed-price contract.
- Period of Performance: Approximately 455 calendar days from the issuance of the notice to proceed.
- Magnitude of Construction: Estimated between $10,000,000 and $20,000,000.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 million.
Submission & Evaluation
The solicitation will be issued as a Request for Proposals (RFP) under FAR Part 15 (Contracting by Negotiation). Evaluation will follow tradeoff procedures as detailed in the solicitation. Offers from non-SDVOSB concerns will not be considered.
Eligibility
This is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Only offers from verified SDVOSB concerns will be considered.
Key Dates & Contact
- Anticipated Solicitation Issuance: February 2026 (subject to change).
- Proposal Due Date: February 17, 2026, 1:00 PM Eastern Time.
- Contact: All questions must be submitted in writing via email to Sierra Tate, Contract Specialist, at sierra.tate@va.gov. Telephone calls will not be accepted. This notice is not a request for competitive offers.