Z1LB--626A4-26-203 Design Build (DB)-Main Entrance Traffic Improvements

SOL #: 36C24925R0061Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
249-NETWORK CONTRACT OFFICE 9 (36C249)
MURFREESBORO, TN, 37129, United States

Place of Performance

Place of performance not available

NAICS

Highway (237310)

PSC

Maintenance Of Highways/Roads/Streets/Bridges/Railways (Z1LB)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 1, 2025
2
Last Updated
Dec 17, 2025
3
Submission Deadline
Nov 6, 2025, 7:00 PM

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.

Department of Veterans Affairs

TVHS, Alvin C. York Campus

Design/ Build Services

Project 626A4-26-203

Main Entrance Traffic Improvements

SOLICITATION 36C24925R0061: The following documents must be included in the solicitation

submission in the formats as stated:

-Note: The complete Solicitation 36C24925R0061 shall be returned in the same page order as posted in SAM with all attached documents. Failure to do so will be evaluated as non-responsive.

- One (1) electronic copy (only) of an original, fully completed and signed and dated SF 1442 Offer page ( wet ink signature ), 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 SF 1442 Offer page.

- One (1) electronic copy of an original completed and signed SF 24 Bid Bond or other allowable

Bid Security. 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 SF 1442

and by the date and time specified in block 13A of the SF 1442 (subject to amendment).

The due date for proposals is 11/06/2025, at 1:00PM CT

PROJECT TITLE AND NUMBER: 626A4-26-203-DB Main Entrance Traffic Improvements PROJECT LOCATION: Tennessee Valley Healthcare System, Alvin C. York Campus, located at 3400 Lebanon Pike, Murfreesboro, TN 37129

MAGNITUDE OF CONSTRUCTION: $500,000.00 to $1,000,000.00

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE: (NAICS): 237310 Highway, Street, and Bridge Construction

SMALL BUSINESS SIZE STANDARD: $45 Million

TYPE OF SET-ASIDE: This solicitation is a 100% set-aside for SERVICE-DISABLED

VETERAN OWNED SMALL BUSINESS (SDVOSB).

Federal Holidays. Federal law (5 U.S.C. 6103) establishes the following public holidays for

Federal employees: New Year s Day, Birthday of Martin Luther King, Jr., Washington s Birthday,

Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day,

Thanksgiving Day, and Christmas Day. 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).

All contractors are required to complete the VA Privacy Training for Personnel without Access to

VA Computer Systems or Direct Access or Use to VA Sensitive Information. A copy of the

signed training must be submitted to the COR and uploaded into VA Talent Management

System (TMS). 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 Contracting Officer.

DATABASE REGISTRATION INFORMATION

SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: The Small Business Administration (Small Business Search) at website located at https://search.certifications.sba.gov/ and The Small Business Administration (Small Business Search) at website located at https://search.certifications.sba.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 that federal contractors wishing to do business with the Government and bid on work shall have an active registration in SAM. If the Offeror does not have an active registration in the SAM database at the time of offer submission and are the apparently successful low offeror, the Contracting Officer shall prescribe a time within which the offeror shall have an active registration in SAM; otherwise, the Contracting Officer shall deem the offeror s proposal non-responsive to the solicitation requirements and proceed to award to the next lowest offer.

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 Excluded Parties List System (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.

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 $150,000 or more in any fiscal year.

Contracting Officers 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 FAR

provision 52.222-38, Compliance with Veterans' Employment Reporting Requirements (FEB

2016) under the Representations, Certifications and Other Statements of Offerors, and FAR

clause 52.222-37, Employment Reports on Veterans (FEB 2016) under the General Conditions.

28.203-2.

PERFORMANCE AND PAYMENT BONDS: In accordance with Contract Clause 52.228-15,

and FAR 28.102, Contractors are reminded that any amount awarded over $35,000.00 shall

require a Payment Bond (SF 25A), and awards exceeding $150,000.00 shall require both

Payment and Performance Bonds (SF 25). Payment and Performance bonds are due no later

than 10 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.

SECURITY

BACKGROUND INVESTIGATIONS: All contractor employees are subject to the same level of

investigation as VA employees who have access to VA Sensitive Information. The level of

background investigation is commensurate with the level of access needed to perform the

statement of work. This requirement is also applicable to all subcontractor personnel requiring

the same level of access.

Levels and associated types of Background Investigations:

. If the project requires that workers have only limited physical access to the VA facility for

a period of one year or less, a local flash badge with fingerprint check is issued.

. If the project requires that workers require un-supervised, logical and/or physical access

for 180 consecutive or aggregate days in a 365-day period, over a 3-year period, a

background investigation may be required (Special Agency Check (SAC)) which must be

completed prior to being allowed access.

. If the project requires that workers have access to a VA Network (such as the Building

Management System) or un-supervised, full-time, logical, and/or restricted physical

access for more than 6 months or more than 180 aggregate days in a one-year period, a

background investigation is required (Special Agency Check and National Agency Check

with Written Inquiries (NACI)) and access is not allowed until a favorable SAC

completion.

All costs for SAC and NACI checks are borne by the contractor. The VA may at its

discretion make deductions against the contract in order to recoup the investigation

costs. The estimated cost for a SAC is $30.00 per employee and the estimated cost for

a NACI check is $408.00 per employee (subject to change at any time).

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 USC 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 Contracting Officer s Representative.

E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall enroll in

E-Verify within 30 days of the contract award date. They shall also begin using the E-Verify

system to confirm that all of 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. (FAR 52.222-54).

PRIME CONTRACTOR INFORMATION- SAFETY OR ENVIRONMENTAL VIOLATIONS AND

EXPERIENCE MODIFICATION RATING INFORMATION

All Offerors/Offerors shall submit information pertaining to their past Safety and Environmental

record (using the attached EMR information/data form). The information must contain a

certification that the offeror/offeror has no more than three (3) serious, or one (1) repeat or one

(1) willful OSHA or any EPA violation(s) in the past three years. If such certification cannot be

made, a Offeror/Offeror shall explain why and submit as much information as possible regarding

the circumstances of its past safety and environmental record, including the number of EPA

violations and/or the number of serious, repeat, and/or willful OSHA violations, along with a

detailed description of those violations.

All Offerors/Offerors shall submit information regarding their current Experience Modification

Rate (EMR). This information shall be obtained from the Offerors/Offeror s insurance carrier

and be furnished on the insurance carrier s letterhead. If a Offeror/Offeror s EMR is above 1.0,

Offeror/Offeror must submit a written explanation of the EMR from its insurance carrier

furnished on the insurance carrier s letterhead, describing the reasons for the elevated EMR

and the anticipated date the EMR may be reduced to 1.0 or below.

Self-insured contractors or other contractors that cannot provide their EMR rating on insurance

letterhead must obtain a rating from the National Council on Compensation Insurance, Inc.

(NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI.

Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance

letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and Puerto

Rico shall obtain their EMR rating from their state-run worker s compensation insurance rating

bureau. If the NCCI cannot issue an EMR because the Offeror/Offeror lacks insurance history,

Offeror/Offeror shall submit a letter indicating so from its insurance carrier furnished on the

insurance carrier s letterhead and include a letter from the NCCI indicating that it has assigned

Offeror/Offeror a Unity Rating of 1.0. The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases, will be used to make an initial Determination of Responsibility.

This requirement is applicable to all subcontracting tiers, and prospective prime contractors are

responsible for determining the responsibility of their prospective subcontractors.

CONFORMANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS: The Contractor shall

perform work under this contract consistent with the relevant policy and objectives identified in

the agency, organizational, or facility Green Environmental Management System (GEMS)

applicable for the contract. The Contractor shall perform work in a manner that conforms to all

appropriate Environmental Management Programs and Operational Controls identified by the

agency, organizational, or facility GEMS, and provide monitoring and measurement information

as necessary for the organization to address environmental performance relative to the

environmental, energy, and transportation management goals. In the event an environmental

nonconformance or noncompliance associated with the contracted services is identified, the

contractor shall take corrective and/or preventative actions. In the case of a noncompliance, the

Contractor shall respond and take corrective action immediately. In the case of a

nonconformance, the Contractor shall respond and take corrective action based on the time

schedule established by the facility GEMS Coordinator. In addition, the Contractor shall ensure

that their employees are aware of the roles and responsibilities identified by the environmental

management system and how these requirements affect their work performed under this

contract.

All on-site contractor personnel shall complete yearly EPA sponsored environmental training

specified for the type of work conducted on-site. Upon inclusion in the contract, the Contracting

Officer's Representative will verify that all contractor personnel have acquired EMS Awareness

Training at their appropriate site or location.

REFERENCES TO VA ENGINEER, RESIDENT ENGINEER, SENIOR RESIDENT ENGINEER,

OR PROJECT MANAGER: Any reference contained within contract specifications and/or

drawings to the VA Engineer , Resident Engineer , Senior Resident Engineer , Project

Manager , or their abbreviations are to be replaced with Contracting Officer s Representative

(COR) .

PAYMENT FOR MATERIALS STORED OFF-SITE: Payment in advance of installation for

materials stored off-site is not authorized under this contract unless otherwise approved by the

Contracting Officer.

SCHEDULE OF MATERIAL SUBMITTALS: The submittals contemplated by FAR 52.236-5,

Material and Workmanship, are listed on the Schedule of Material Submittals in the

Specifications, if provided. The schedule is for reference only the selected contractor is

responsible to provide all submittals required by the contract.

REVIEW REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE

ASSESSMENT SYSTEM (CPARS)

As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans

Affairs (VA) evaluates contractor past performance on all contracts that exceed $750,000 and

shares those evaluations with other Federal Government contract specialists and procurement

officials. The FAR requires that the contractor be provided an opportunity to comment on past

performance evaluations prior to each report closing. To fulfill this requirement VA uses an

online database, CPARS, which is maintained by the Naval Seal Logistics Center in

Portsmouth, Virginia. CPARS has connectivity with the Past Performance Information Retrieval

System (PPIRS) database, which is available to all Federal agencies. PPIRS is the system

used to collect and retrieve performance assessment reports used in source selection

determinations and completed CPARS report cards transferred to PPIRS. CPARS also

includes access to the federal awardee performance and integrity information system (FAPIIS).

FAPIIS is a web-enabled application accessed via CPARS for contractor responsibility

determination information.

Each contractor whose contract award is estimated to exceed $750,000 is required to register

with CPARS database at the following web address: www.cpars.csd.disa.mil. Help in

registering can be obtained by contacting Customer Support Desk at 207-438-1690.

Registration should occur no later than thirty days after contract award and must be kept current

should there be any change to the contractor's registered representative.

For contracts with a period of one year or less, the contracting officer will perform a single

evaluation when the contract is complete. For contracts exceeding one year, the contracting

officer will evaluate the contractor's performance annually. Interim reports will be filed each year

until the last year of the contract, when the final report will be completed. The report shall be

assigned in CPARS to the contractor's designated representative for comment. The contractor

representative will have thirty days to submit any comments and re-assign the report to the VA

contracting officer.

Failure to have a current registration in the CPARS database, or to re-assign the report to the

VA contracting officer within those thirty days, will result in the Government's evaluation being

placed on file in the database with a statement that the contractor failed to respond.

NATIONAL ARCHIVES AND RECORDS ADMINISTRATION RECORDS POLICIES

1. Contractor shall comply with all applicable records management laws and regulations, as

well as National Archives and Records Administration (NARA) records policies, including but not

limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR

Chapter XII Subchapter B, and those policies associated with the safeguarding of records

covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of

all records, regardless of form or characteristics, mode of transmission, or state of completion.

2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to,

or falling under the legal control of, the Government are Federal records subject to the

provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5

U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must

be managed and scheduled for disposition only as permitted by statute or regulation.

3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for

Government use or created in the course of performing the contract and/or delivered to, or

under the legal control of the Government and must be managed in accordance with Federal

law. Electronic records and associated metadata must be accompanied by sufficient technical

documentation to permit understanding and use of the records and data.

4. The Government and its contractors are responsible for preventing the alienation or

unauthorized destruction of records, including all forms of mutilation. Records may not be

removed from the legal custody of the Government or destroyed except for in accordance with

the provisions of the agency records schedules and with the written concurrence of the Head of

the Contracting Activity (HCA). Willful and unlawful destruction, damage or alienation of Federal

records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any

unlawful or accidental removal, defacing, alteration, or destruction of records, the contractor

must report it to Government Contracting Officer. The agency must report promptly to NARA in

accordance with 36 CFR 1230.

5. The Contractor shall immediately notify the appropriate Government Contracting Officer

upon discovery of any inadvertent or unauthorized disclosures of information, data,

documentary materials, records or equipment. Disclosure of non-public information is limited to

authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor

shall ensure that the appropriate personnel, administrative, technical, and physical safeguards

are established to ensure the security and confidentiality of this information, data, documentary

material, records and/or equipment is properly protected. The Contractor shall not remove

material from Government facilities or systems, or facilities or systems operated or maintained

on the Government s behalf, without the express written permission of the Head of the

Contracting Activity. When information, data, documentary material, records and/or equipment

is no longer required, it shall be returned to the Government s control, or the Contractor must

hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed,

emailed, or securely electronically transmitted to the Contracting Officer who awarded the

contract. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with

Paragraph (4).

6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in

any contractual relationship (sub-contractor) in support of this contract requiring the disclosure

of information, documentary material and/or records generated under, or relating to, contracts.

The Contractor (and any sub-contractor) is required to abide by all Government guidance for

protecting sensitive, proprietary information, classified, and controlled unclassified information.

7. The Contractor shall only use Government IT equipment for purposes specifically tied to or

authorized by the contract and in accordance with the project location VA Medical Center s

written policy.

8. The Contractor shall not create or maintain any records containing any non-public

Government information that are not specifically tied to or authorized by the contract.

9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that

contains information covered by the Privacy Act of 1974 or that which is generally protected

from public disclosure by an exemption to the Freedom of Information Act.

10. The Government owns the rights to all data and records produced as part of this contract.

All deliverables under the contract are the property of the U.S. Government and shall have

unlimited rights to use, dispose of, or disclose such data contained therein as it determines to

be in the public interest. Any Contractor rights in the data or deliverables must be identified as

required by FAR 52.227-11 through FAR 52.227-20.

11. Training. All Contractor employees assigned to this contract who create, work with, or

otherwise handle records are required to take VHA-provided records management training,

Talent Management System (TMS) Item #3873736, Records Management for Records Officers

and Liaisons. The Contractor is responsible for confirming training has been completed

according to agency policies, including initial training and any annual or refresher training. All

training shall be coordinate with the Contracting Officer s Representative assigned to the

contract.

People

Points of Contact

Michael R BrownContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2
Award Notice
Posted: Dec 17, 2025
View
Version 1Viewing
Solicitation
Posted: Oct 1, 2025
Z1LB--626A4-26-203-DB Main Entrance Traffic Improvements | GovScope