Z2DA--626-25-101 - Upgrade Critical Environments I - Pre-Solicitation
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 Tennessee Valley Healthcare System VAMC in Nashville, TN, has issued a pre-solicitation for Project # 626-25-101 - Upgrade Critical Environments I. This requirement seeks construction services for general construction, alterations, and selective demolition. The project is estimated to be between $5,000,000.00 and $10,000,000.00 and is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The solicitation is anticipated to be released on or by March 25, 2026.
Scope of Work
The selected contractor will provide comprehensive construction services for the "Upgrade Critical Environments I" project. This includes:
- General construction activities.
- Alterations to existing structures.
- Selective demolition as required by the project.
Contract & Timeline
- Opportunity Type: Pre-solicitation (Solicitation anticipated)
- Procurement Method: FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process.
- Estimated Value: $5,000,000.00 to $10,000,000.00
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45M
- Anticipated Solicitation Release: On or by March 25, 2026
Eligibility & Evaluation
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, under 38 U.S.C §8127 (d).
- Registration: Contractors must be registered in the Dynamic Small Business Search (DSBS) to be considered for award.
- Responsibility: Proposed contractors must be determined responsible in accordance with FAR Part 9 prior to any award.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Specific evaluation factors and sub-factors will be detailed upon the solicitation's release.
Additional Notes
Questions regarding this requirement will only be addressed in writing via email to the Contract Specialist. All questions must include the Project number, Project Name, and Solicitation Number in the subject line. No questions will be considered until the actual solicitation is released. The primary point of contact is Robert Glenn Jr, Contracting Specialist, at robert.glenn2@va.gov.