C1DA--A/E Design - Infusion/Specialty Care Clinic Renovation Project 626-26-501 Nashville TVHS

SOL #: 36C24926R0051Pre-Solicitation

Overview

Buyer

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

Place of Performance

Nashville, TN

NAICS

Architectural Services (541310)

PSC

Architect And Engineering Construction: Hospitals And Infirmaries (C1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 31, 2026
3
Response Deadline
Apr 30, 2026, 3:00 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.

Quick Summary

The Department of Veterans Affairs (VA), Network Contracting Office 9, is seeking Architectural and Engineering (A/E) Design Services for the Infusion and Specialty Care Clinic Renovation Project (626-26-501) at the Nashville VA Medical Center, TN. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Interested firms must submit SF330 packages by April 30, 2026, at 1:00 PM Central Time.

Project Scope

This project requires comprehensive A/E services to prepare complete contract drawings, specifications, technical reports, and cost estimates, including construction period services (CPS). The renovation encompasses approximately 26,300 square feet on the ground floor of the Nashville VA Tennessee Valley Healthcare System. The primary goal is to expand the infusion clinic, renovate 35-year-old outpatient clinic spaces, and improve design standardization, operational efficiency, and patient experience.

The design scope includes, but is not limited to, mechanical, electrical, fire alarm, controls, sprinkler, plumbing, architectural, interior design, structural components, industrial hygiene, ingress/egress, and fire protection. Key objectives involve ensuring adequate space and systems, designing modern and compliant spaces (meeting VA and Joint Commission Guidelines), addressing impacted adjacent areas, allowing for equipment serviceability, modernizing systems for energy conservation, and correcting Facility Condition Assessment (FCA) deficiencies. The awarded firm must also develop Bid Deduct Alternates of at least 20% of the approved construction budget. The Medical Center must remain operational throughout the construction period.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: 206 calendar days from Notice to Proceed (NTP)
  • Construction Budget Design Limitation: $13,135,188.00
  • A/E Services Cost Limit: Not to exceed 6% of the estimated construction project cost.
  • NAICS: 541310 – Architectural Services (Small Business Size Standard: $12.5 million)
  • PSC: C1DA – Architect and Engineering – Construction: Hospitals and Infirmaries

Eligibility & Submission

This is a 100% SDVOSB Set-Aside. Firms must be verified as SDVOSB in the SBA Certifications (formerly VETCERT) database and registered in SAM.gov at the time of SF330 submission and prior to award. Failure to be verified and visible will result in non-responsiveness. The awarded contractor must also submit evidence of enrollment with VETS4212.

SF330 packages are due by April 30, 2026, at 1:00 PM Central Time. Submissions must be sent via email to Lara.Hampton@va.gov and Jeannette.Morphew@va.gov. SF330s are limited to 50 pages total, and the maximum email size is 10MB. Firms must also complete the VA Webform 10091 through the CEP platform for vendorizing.

Evaluation Criteria

Selection will follow the Brooks Act and VA Acquisition Regulation, based on demonstrated competence and qualifications. Evaluation factors, in descending order of importance, include:

  1. Professional qualifications.
  2. Specialized experience and technical competence.
  3. Specific experience and qualifications of proposed personnel.
  4. Capacity to accomplish work in required time.
  5. Past performance (cost control, quality, schedules).
  6. Record of significant claims.
  7. Reputation and standing of the firm.
  8. Location in the general geographical area of the project.

Following initial evaluation, discussions/interviews will be held with at least three highly qualified firms. The highest technically rated firm will then be invited to submit a price proposal.

Important Notes

This is a presolicitation notice; no fee proposals are required at this stage. The Government will not reimburse costs for responding to this request and is not obligated to award a contract. Digital copies of as-builts may be limited, requiring consultants to independently investigate and confirm information. Architects and engineers must be registered in a U.S. State or possession.

People

Points of Contact

Lara HamptonContract SpecialistPRIMARY
Jeannette MorphewSECONDARY

Files

Files

Download
View
Download

Versions

Version 5
Pre-Solicitation
Posted: Mar 31, 2026
View
Version 4Viewing
Pre-Solicitation
Posted: Mar 24, 2026
Version 3
Pre-Solicitation
Posted: Mar 16, 2026
View
Version 2
Pre-Solicitation
Posted: Mar 3, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 2, 2026
View
C1DA--A/E Design - Infusion/Specialty Care Clinic Renovation Project 626-26-501 Nashville TVHS | GovScope