Active SLED Opportunity · TENNESSEE · WEGO PUBLIC TRANSIT

    Donelson Station Transit Center Building Design

    Issued by Wego Public Transit
    localRequest For QualificationWego Public TransitSol. 242736
    Open · 10d remaining
    DAYS TO CLOSE
    10
    due May 4, 2026
    PUBLISHED
    Mar 31, 2026
    Posting date
    JURISDICTION
    Wego Public
    local
    NAICS CODE
    541310
    AI-classified industry

    AI Summary

    WeGo Public Transit seeks qualified firms for architecture, landscape architecture, and engineering design services to develop the Donelson Station Transit Center in Nashville, TN. The project aims to enhance transit infrastructure, rider experience, and multimodal connectivity with construction targeted for early 2027. Submissions must demonstrate expertise and include detailed project approach and team qualifications.

    Opportunity details

    Solicitation No.
    242736
    Type / RFx
    Request For Qualification
    Status
    open
    Level
    local
    Published Date
    March 31, 2026
    Due Date
    May 4, 2026
    NAICS Code
    541310AI guide
    Agency
    Wego Public Transit

    Description

    WeGo Public Transit is soliciting Architecture, Landscape Architecture, and Engineering design services from qualified consultant firms for a transit center building at Donelson Station. Consultants are expected to demonstrate robust experience and expertise in all components of the scope of work. The successful consultant will provide design services to deliver a project that enhances transit service, access, and rider experience, and facilitates local and regional transit connectivity.  

    Background

    The Donelson Transit Center will be built on a portion of the current Donelson Station site, located east of downtown Nashville at 2705 Lebanon Pike. The station serves as a stop for the WeGo Star – a commuter rail line that runs from downtown Nashville to Lebanon – and a stop for buses serving Route 6 Lebanon Pike.  

    Group 2, Grouped object

     

    On the north side of the property, Donelson Station borders a strip mall, a restaurant, and an auto parts store. The east side of the property borders FiftyForward, a resource and activity center for seniors.  See Figure 1 for a recent picture of the transit station and an aerial view of the site. 

    This project is the second phase of a broader initiative to transform Donelson Station into a neighborhood transit center, featuring both transportation infrastructure upgrades and enhanced amenities for riders. 

    • Phase One, currently in progress, involves the design of several transportation infrastructure improvements, including six bus bays, quiet zones, rail crossing enhancements, multimodal safety upgrades, internal roadways, and a new traffic signal. A landscaped bioretention basin will address stormwater and help control runoff from the transit center infrastructure improvements.  

    • Phase Two encompasses designing a transit center building with a climate-controlled indoor waiting area, seating, and other amenities for transit riders and WeGo Staff.

    The Donelson Transit Center is, in part, made possible by the Choose How You Move (CHYM) program. In 2024, Nashville voters approved a 0.5% sales tax surcharge and created a dedicated funding source for the transportation improvement program, known as CHYM. This program will deliver a variety of transportation projects to enhance sidewalks, signals, service, and safety across Nashville. Planned transit service upgrades include constructing 12 new Transit Centers throughout Nashville and Davidson County.

     

    The design of the Donelson Transit Center has the following objectives:  

    • Enhancing transit rider experience; 

    • Expanding multimodal connectivity, including non-motorized transportation modes and integration of bus and rail service; 

    • Increasing safety and security of transit riders, WeGo staff, area residents, and visitors; 

    • Providing accessible transit service to all users; and   

    • Supporting opportunities for future development by ensuring the site is adaptable to adjacent redevelopment and prepared for long-term growth. 

     

    As noted, the transit center building design must fit within the infrastructure improvements for which design is currently in progress, culminating in the construction of a neighborhood transit center to improve service, rider experience, and enhance transit connectivity. Therefore, the selected consultant must coordinate and integrate the building design with the design work currently underway. All design documents and other applicable materials will be made available to the consultant to appropriately inform the design of the transit center building. The location of the building onsite will be determined through this coordination.

    In addition to coordinating with active design work, the consultant must also review and, where appropriate, incorporate prior studies and concept plans prepared by WeGo. These documents provide important operational, planning, and development context for the project and include, but are not limited to: 

    • Transit Center Operational Requirements Study (Exhibit 1) 

    • Transit Infrastructure Concept (Exhibit 2) 

    • Mixed Use Development Concept (Exhibit 3) 

    • Transit Oriented Development Parking Study (Exhibit 4) 

    These materials establish a broader framework to guide the development of the transit center, including positioning the site to support future joint development opportunities with private partners, an outcome of particular interest to WeGo. See Attached Exhibits in the OpenGov Project Portal .

    Consistent with prior project coordination, WeGo has already fulfilled the environmental review requirements for this project in accordance with the National Environmental Policy Act (NEPA). Accordingly, the consultant will not be responsible for preparing any additional environmental documentation or analysis. Public and stakeholder engagement will also be limited as outreach was conducted in support of Phase One. The selected consultant may be required to support targeted coordination meetings or limited public involvement activities as needed; however, broad-based engagement efforts are not anticipated. Documentation of any outreach and engagement efforts completed in support of the project, including survey results and summary reports, will be made available to the selected consultant to inform the design of the transit center building.  

     

    Project Timeline 

    Infrastructure construction is scheduled to begin in late 2026, with a desire for construction of the Transit Center building to being in early 2027. All bid and final construction documents must be finalized and all required permits acquired prior to the start of construction activities. The consultant shall demonstrate how they can meet or accelerate this timeline.  

    Project Details

    • Reference ID: 2026229
    • Department: Engineering
    • Department Head: Lydia Benda (TBD)

    Important Dates

    • Questions Due: 2026-04-15T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-08T16:30:00.000Z — https://teams.microsoft.com/meet/27945516139645?p=wP9lwvblSSZ29WlEKW Meeting ID: 279 455 161 396 45 Passcode: EC2DC6se Dial in by phone +1 312-763-9891,,89606401# United States, Chicago Find a local number Phone conference ID: 896 064 01#

    Addenda

    • Addendum #1 (released 2026-04-09T22:24:53.596Z) —

      Addendum 1 - Preproposal Conference Presentation, Preproposal Conference Attendance, Revision to Section 2.1 Conflict of Interest Disclosure, COI Disclosure Instruction, COI Disclosure Form 

    • Addendum #2 (released 2026-04-15T16:31:49.268Z) —

      Addendum 2 - Answers to Questions as of 4.14.26

    Evaluation Criteria

    • Consultant’s qualifications, experience, and references (40 pts)
      • Was a description provided of the consultant firm and their expertise as it relates to the project scope?  

      • Does the consultant have previous experience in providing the requested services?  

      • Is the consultant knowledgeable about government permitting, design, and construction oversight requirements?  

      • Is the consultant knowledgeable about Federal, State, and local statutory requirements?  

      • Does the consultant have any conflicts of interest that would prevent them from fulfilling the requirements of this solicitation?  

      • Is there proof of delivering projects on time, on budget, with minimal change orders and disputes?  

      • Were three references provided?   

      • Did the references indicate positive experiences with the consultant providing the services for which the consultant is submitting qualifications? 

    • Project Team (20 pts)
      • Was a list provided of the project staff, their responsibilities, and resumes highlighting relevant experience?  

      • Do the proposed key personnel have the necessary skills and experience in delivering projects of similar size and scope?  

      • Do the key personnel possess all necessary TN professional licenses and credentials?  

    • Project understanding and technical approach (20 pts)
      • Did the consultant demonstrate a thorough understanding of the project, including local conditions and needs? 

      • Was the consultant’s overall approach sufficient for completing the scope of work?  

      • Was a detailed description of key deliverables provided? 

    • Work plan and schedule (20 pts)
      • Did the consultant provide a project schedule and anticipated timeline for all tasks?  

      • Did the consultant present a satisfactory approach to developing and managing the project schedule? 

      • Does the Project Manager have experience leading projects of similar complexity and scope? 

    Submission Requirements

    • Cover Page & Cover Letter (required)

      PART 1:

      COVER PAGE AND COVER LETTER

      All proposals shall be accompanied by one cover letter of introduction and executive summary of the  proposal that shall not exceed ten (10) consecutively numbered (1-10) pages. 

      The cover letter and executive summary shall:

      1. Briefly introduce the proposer, providing a summary of the proposer’s administration, organization and staffing, and identify the office location from which personnel performing the work will be based.
      2. Clearly state the responsible contact person’s title and contact information.
      3. Describe the proposer’s qualifications for successfully providing the services for which the proposer is submitting qualifications.
      4. Summarize the roles, responsibilities, and qualifications for proposed subconsultants.
      5. Describe the proposer’s experience in the last five (5) years in performing services of similar size and scope.
      6. Summarize the projects and services provided for the referenced organizations for which the proposer is submitting for representative projects. Proposers are advised that current or previous work for Nashville MTA or RTA is not to be used as a reference.  At least one reference must be from a transit or transportation agency for which the proposer has previously performed on call task order-based services. Proposers must provide the description of the project, the work the proposer performed, the name of the client, contact name, telephone, and email address. Proposers should verify the reference’s contact information before including the reference in the submission.  References are to be provided on Form 11 – References – included in the Forms section of the proposal submission. 
    • Scope Approach (required)

      PART 2:

      APPROACH TO SCOPE ELEMENTS

      This section should include a detailed discussion of the proposer’s approach to the scope elements for which the proposer is submitting qualifications.  Proposers should submit no more than ten (10) consecutively numbered (1-10) pages for this section. The approach should include, at minimum:

      1. Summarize the proposer’s general approach to design, development, and construction administration. 
      2. The general process the proposer will employ to ensure that sub-consultant assignments are staffed and managed efficiently; 
      3. The approach to project management and work product quality;
      4. The approach the proposer will use to ensure the Agency complies with all applicable federal, state, and local regulations;
      5. The proposer’s approach to investigating existing site conditions;
      6. The proposer’s approach to providing construction administration services;
      7. The proposer’s approach to design review and design quality control;
      8. Provide a work plan with a time line for all task;
      9. Submit a detailed deception of key deliverables provided.

       

    • Project Team (required)

      PART 3

      PROJECT TEAM

      This section, which shall be no longer than five (5) consecutively numbered (1 – 5) pages, should include a detailed discussion of the full proposal team including the relationship between subconsultants and the prime, how the team will be integrated to ensure a cohesive work product, and a representation of each team member’s qualifications.  At minimum, this section must include:

      1. A Project Team Organization Chart that identifies participating subconsultants, responsibilities, and key personnel.
      2. Resumes for Project Team Members. Note: Resumes are to be presented in an Appendix to Part 3.  Resumes must be limited to one 8 ½” x 11” page per individual and must identify the member of the proposing team with which the individual is affiliated, the length of time the individual has worked at the firm, the individual’s primary work location, and indicate if the individual has the required Tennessee professional certifications/licenses applicable to the individual’s role on the project team.  Resumes are to be submitted for only those personnel that will actually be assigned work on the contract.
      3. A detailed availability for Project Team and key personnel.
      4. A detailed explanation of the roles of subconsultants and discuss the process for overseeing and integrating subconsultants’ work into the final product; and 
    • Representative Projects (required)

      PART 4:

       

      REPRESENTATIVE PROJECTS

       

      In this section, the proposer should provide a selection of representative projects that best reflect the proposer's ability to best perform this project.  Information about representative projects should include: the owner, location, type of facility/project, description of the work the proposer (or subconsultant) performed, and the start and completion date.  Proposers should submit no more than ten (10) representative projects; each project description, including photographs, should be no more than one 8 1/2” x 11” page in length.

       

      Prime proposers should include only those projects for which they were the prime contractor or where they were a first-tier subcontractor providing the services for which they are submitting qualifications.

    • Sample Invoice and Reports (required)

      PART 5:

      SAMPLE INVOICE AND REPORTS

      In this section, the proposer should provide a sample invoice, sample task order tracking, and sample task order project status report.  This information is being requested in lieu of the Agency mandating an invoice and reporting format.  Proposers are advised that if selected for contract negotiation, the Agency may request changes in the proposer’s invoice and reporting formats.

    • Acceptance of the Proposed Contract (required)

      PART 6:

      ACCEPTANCE OF THE PROPOSED CONTRACT TERMS AND CONDITIONS

      This section will indicate any exceptions to the Scope of Work, general terms and conditions or other requirements listed in the Proposed Contract.

      Signature is not required on the Proposed Contract included in the  proposal; however, any exceptions or proposed changes to the terms and conditions must be submitted with the proposal submission in order to be considered. The Agency reserves the right to make changes to the Proposed Contract and to reject or accept any changes the proposer may propose. 

      In this section, the proposer must signify its acceptance of the terms and conditions of the RFQ, general terms and conditions, and proposed contract and/or must list specific items of exceptions or proposed changes for the Agency’s consideration.

      If a proposer has exceptions to the contract terms, the Scope of Work, or any other aspects of the RFQ, the proposer MUST include the exceptions in this section as track changes on the proposed contract.  Proposers are advised that the Agency will NOT consider changes to contract terms that are raised after the proposals have been evaluated.  Submissions that include statements that exceptions to contract terms and conditions will be provided if the proposer is selected for contract negotiation will be deemed non-responsive and will not be evaluated.

      If proposer accept the contract as is mark accept on the proposed contract and upload. 

    • DBE UTILIZATION FORM (required)

      Please download the below documents, complete, and upload. If this form isn't applicable mark NA and upload.

    • Required Forms

      The Agency requires proposers to complete and submit with the RFP all forms indicated in the Forms section.

      If a form is not applicable to the proposal or the proposing organization, please indicate not applicable and SUBMIT.

    • Affidavit of Non-Collusion (required)

      Please download the below documents, complete, and upload.

    • Proposer's Certification of Eligibility (required)

      Please download the below documents, complete, and upload.

    • Compliance with Specifications (required)

      Please download the below documents, complete, and upload.

    • Certificate of Authority (required)

      Please download the below documents, complete, and upload.

    • Certification of Restrictions on Lobbying (required)

      Please download the below documents, complete, and upload.

    • Certification Regarding Debarment and Suspension Primary Participa (required)

      Please download the below documents, complete, and upload.

    • Certification of Lower-Tier Participants

      Please download the below documents, complete, and upload.

    • Contact Information of Similar Contracts/References (required)

      Please download the below documents, complete, and upload.

    • Affidavits (required)

      Please download the below documents, complete, and upload.

    • Notice to Proposer (required)

      Please download the below documents, complete, and upload.

    • Subcontractor Information (required)

      Please download the below documents, complete, and upload.

    • Copies of Insurance Certifications and Permits (required)

      Please upload copies of your Insurance Certifications and any Permits that are required here.

    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.
    • Description of Services and/or Products (required)

      Enter a short description of the services and/or products that are being requested.

    • Will this be awarded based on lowest cost? (required)
    • Will an Evaluation Committee be reviewing results? (required)
    • Evaluation Committee Members (Optional)

      Please enter the Names and E-mail Addresses for all the members of your Evaluation Committee.

    • Contract Term (required)

      Enter the length of the contract term for your solicitation.

      Example: five (5) years

    • Insurance Requirements (required)
    • Agencies participating in the project: (required)
    • Funding Source - 1 (required)
    • Check all that apply: (required)

    Questions & Answers

    Q (Transit Authority Reference): Section 4.3, Part 1, number 6 states "at least one reference must be from a transit or transportation agency for which the proposer has previously performed work." Does the transit authority reference here have to be the prime proposer's reference, or can it be from a subconsultant?

    A: The references can come from both the prime and the subconsultant.


    Q (Sustainability Goal): Is there a sustainability goal for the project?

    A: There is no required sustainability goal for this project.


    Q (Survey, Geotech, Environmental): Are any pre-design services, such as surveying, geotechnical, or environmental assessments included in the scope of services for the this project?

    A: Boundary/Topographic Survey, Geotechnical Study and NEPA environmental review have been completed and will be provided to the design team


    Q (4.3 Proposal Submission Requirements v. 4.4 Vendor Response): Section 4.3 - Proposal Submission Requirements includes the 7 parts required for the response on pages 15-17. Section 4.4 - Vendor Response again repeats (with some slight variation) those requirements on pages 18-22. Please provide clarity.

    A: We are requesting the proposers to submit their responses through OpenGov in section 4.4.


    Q (Building Location): Please clarify the location of the new building and the area and extent of sitework design that will be required.

    A: Exact location of the building will be determined during schematic design.


    Q (Infrastructure Concept): Please clarify whether the infrastructure work in Exhibit 2 (Transit Infrastructure Concept) is included in the scope of this project. If not, please clarify the extent of the work included in the Infrastructure project, including whether the Transit Center bus bays and shelter design are in the Infrastructure project, or this project.

    A: All work shown on Exhibit 2 is part of Phase 1 already underway, including the bus bays and shelters


    Q (Conflict of Interest Disclosure ): Good afternoon, On behalf of Kimley-Horn, we’d like to request clarification as it relates to the particular instructions and requirements for the conflict of interest disclosure. Per RFQ 2026229 for the Donelson Station Transit Center Building Design, relating to Conflict of Interest Disclosure depicted on page 7 of the PDF, states that, “Proposers must send in their complete disclosure statement via the OpenGov Procurement Portal identifying any conflict of interest as soon as possible. It is the goal of WeGo to provide proposers the opportunity to receive a determination before the contractor decides whether to complete the RFQ Response.” - Can WeGo please identify if a particular form is required to be completed and submitted on behalf of this matter and if so where the form can be obtained? - If a form is required, can WeGo confirm if this is required for the acting prime only or all proposed teaming partners? - If all that is required to be completed is a disclosure statement as indicated in the RFQ, can WeGo identify where that statement shall be completed and clarify what information is to be provided? We appreciate your assistance and look forward to learning more on this matter. Thank you, Tina Bass

    A: Please review addendem 1. Addendum 1 updates section 2.1. Only proposers that have performed or are performing work for WeGo Public Transit that meet the standards for disclosure are required to submit the form. The conflict-of-interest form must be emailed to DeAntwaine.Moye@nashville.gov by 1:00pm on April 15th. The form is attached to the addendum and attached to this solicitation via the OpenGov Portal.


    Q (No subject): Wendel is seeking guidance on whether it has a Conflict of interest in pursuing the Donelson Transfer Center RFQ. The report prepared by Wendel for this project has been included in the RFQ package, so all prospective bidders have the same information. By providing this information with the RFQ, we do not believe it presents a Conflict of Interest. Thank you for your attention to this matter.

    A: Please review addendem 1. Addendum 1 updates section 2.1. Only proposers that have performed or are performing work for WeGo Public Transit that meet the standards for disclosure are required to submit the form. The conflict-of-interest form must be emailed to DeAntwaine.Moye@nashville.gov by 1:00pm on April 15th. The form is attached to the addendum and attached to this solicitation via the OpenGov Portal.


    Q (Conflict of Interest): Section 2.1 requests "Proposers must send in their complete disclosure statement via the OpenGov Procurement Portal identifying any conflict of interest." Please clarify whether all proposers and subconsultants are required to submit a disclosure statement, and, if so, where it can be accessed within the OpenGov portal.

    A: Please review addendem 1. Addendum 1 updates section 2.1. Only proposers that have performed or are performing work for WeGo Public Transit that meet the standards for disclosure are required to submit the form. The conflict-of-interest form must be emailed to DeAntwaine.Moye@nashville.gov by 1:00pm on April 15th. The form is attached to the addendum and attached to this solicitation via the OpenGov Portal.


    Q (Project Schedule): Does WeGo have any goals in regards to project completion timeline? Is there an estimated Construction Start or an Estimated Completion Date that can be shared?

    A: Please refer to the project timeline section of the project overview which can be found through the OpenGov Project Portal: https://procurement.opengov.com/portal/nashville/projects/242736


    Q (Budget): 4.1.1 Task 4 in the RFQ states that the consultant will be responsible for developing a design within a stipulated not-to-exceed construction budget. Is there a number for that budget that can be shared? In addition, is there a design fee budget?

    A: At this time, information pertaining to a specific construction budget or design fee for this solicitation will not be disclosed. Proposers are expected to leverage their experience and expertise to develop a design approach that is both cost effective and responsive to the project scope. Budget parameters and alignment will be addressed in coordination with the selected consultant during negotiation and project development.


    Key dates

    1. March 31, 2026Published
    2. May 4, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.