657-26-105, Upgrade Interior Physical Security

SOL #: 36C25526R0064Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
255-NETWORK CONTRACT OFFICE 15 (36C255)
LEAVENWORTH, KS, 66048, United States

Place of Performance

Saint Louis, MO

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)

Timeline

1
Posted
Feb 4, 2026
2
Last Updated
Feb 10, 2026
3
Response Deadline
Feb 28, 2026, 8:00 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 (NCO) 15, has issued a Pre-Solicitation for Project 657-26-105, Upgrade Interior Physical Security at the Saint Louis, Missouri VAMC. This project, valued between $2M and $5M, is a competitive total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is expected to be posted on or about February 11, 2026, with proposals due by February 28, 2026, at 2 PM CST.

Scope of Work

The project involves a comprehensive upgrade to the interior physical security of the Saint Louis VAMC campus. Key components include:

  • Rekeying with electronic cores and keys, utilizing the Medeco XT system or an approved equal.
  • Installation of associated software, key chargers, and a remote programmer station.
  • Deployment of motion intrusion equipment and security cameras, monitored by VA Police.
  • Upgrading fire doors with security wire mesh embedded glass.
  • Adding metal exclusion cages around select windows.
  • Installing emergency door marker signage for identification. The project duration is estimated at 365 calendar days after receipt of the Notice to Proceed, including final inspection and clean-up.

Contract & Timeline

  • Type: Pre-Solicitation (leading to a construction contract)
  • NAICS: 236220 (Commercial and Institutional Building Construction) with a $45.0M size standard.
  • Set-Aside: Competitive Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
  • Project Cost Range: $2,000,000.00 to $5,000,000.00.
  • Duration: 365 calendar days.
  • Solicitation Release: On or about February 11, 2026.
  • Proposal Due: February 28, 2026, 2 PM Central Time.
  • Published: February 10, 2026.

Evaluation

Award will be made utilizing the Best Value Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation Part 15. The government plans to award without discussions but reserves the right to hold them if necessary. The successful prime contractor must perform no less than 25 percent of the General Construction labor.

Site Visit & Registration

A mandatory pre-solicitation site visit is scheduled for February 18, 2026, at 10:00 AM CST at the Saint Louis VAMC JC Campus, Building #16, Room # A208. Interested offerors MUST confirm attendance in writing to the Contracting Officer by February 16, 2026, NLT 6 PM CST. Prospective contractors must be registered in SAM (System for Award Management) at sam.gov and in the VetBiz databases at vetbiz.gov under the applicable NAICS code. Offerors are responsible for monitoring beta.Sam.gov for the solicitation package and any amendments.

People

Points of Contact

Gislaine DorvilPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3Viewing
Pre-Solicitation
Posted: Feb 10, 2026
Version 2
Pre-Solicitation
Posted: Feb 10, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 4, 2026
View
657-26-105, Upgrade Interior Physical Security | GovScope