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 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 21, 2026, at 5:00 PM ET.
Project Overview
This opportunity involves the construction of a new ten (10) bed Small Home for the Community Living Center (CLC) at the Lexington VAMC. The scope includes demolition of existing structures and new construction of approximately 13,900 square feet of facility space. The project encompasses general construction, alterations, site work (roads, walks, grading, drainage), and the installation of various building systems, including HVAC, electrical, plumbing, fire suppression, communications, and security systems.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Magnitude: Estimated between $10,000,000 and $20,000,000.
- Period of Performance: 480 calendar days after the Notice to Proceed.
- Key Requirements:
- Compliance with all VA drawings, specifications, regulations, and applicable codes.
- Provision of all necessary labor, materials, equipment, supervision, and management.
- Mandatory use of Honeywell Notifier Fire Alarm System and Rauland Responder 5 Nurse Call System components for integration with existing facility infrastructure.
- Adherence to prevailing wage rates for Fayette County, KY, as per DBA wage determination KY20260090.
- Compliance with the Buy American Act.
- Contractor is responsible for obtaining all necessary permits.
- A Bid Guarantee (SF 24) of not less than 20% of the proposal price (not exceeding $3,000,000) is required. Payment and Performance Bonds (SF 25 and SF 25A) will be required upon award.
Eligibility & Submission
- 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.
- Proposal Format: Proposals must be submitted electronically via email to Kara.Evert@va.gov and Richelle.Gray@va.gov. They should consist of three volumes: Volume I (Past Performance), Volume II (Price), and Volume III (Administrative). Each volume must be a searchable PDF, attached to a separate email (maximum 5MB per email).
- Subcontracting Limitations: Offerors must certify compliance with VAAR 852.219-75, ensuring that not more than 85% of the government-paid amount is paid to non-SDVOSB/VOSB firms (excluding materials).
- Required Forms: Bidders must complete and submit the "Project Information Sheet for Contractors" (Attachment 09) and the Past Performance Questionnaire (Attachment 10) for relevant projects.
Evaluation Criteria
Award will be based on a tradeoff process, with "Best Value" as the primary consideration. Past Performance is weighted approximately equally to Price.
- Past Performance: Offerors must demonstrate experience as a prime contractor on in-patient or out-patient facility projects within the last ten (10) years. Projects must be multi-disciplinary, involving full renovation or new construction in active healthcare environments. Only projects completed by the prime contractor within the last five (5) years, 100% complete, and valued over $7.5 million will be evaluated for recency, relevancy, and quality. CPARS evaluations are preferred; PPQs are required if CPARS are unavailable. Non-healthcare federal projects of similar size, scope, and complexity may also be considered.
Key Dates & Contact
- Proposal Due Date: April 21, 2026, 5:00 PM ET.
- Questions Deadline: March 25, 2026, 1:00 PM ET (passed).
- Site Visit: A pre-proposal site visit was held on March 18, 2026 (passed). No second site visit will be scheduled.
- Contact: Kara Evert, Contract Specialist, kara.evert@va.gov.