657-26-105, Upgrade Interior Physical Security
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), Network Contracting Office (NCO) 15, is soliciting proposals for 657-26-105, Upgrade Interior Physical Security at the VA Medical Center in Saint Louis, Missouri. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside construction contract with an estimated magnitude between $2,000,000 and $5,000,000. Proposals are due by March 6, 2026, at 2:00 PM CT.
Scope of Work
This project involves a comprehensive upgrade of interior physical security systems. Key requirements include:
- Rekeying: Implementation of the Medeco XT system (or approved equal) with electronic cores, keys, software, key chargers, and remote programmer stations.
- Surveillance & Detection: Installation of motion intrusion equipment and security cameras, to be monitored by VA Police.
- Structural Enhancements: Upgrading fire doors with security wire mesh embedded glass and adding metal exclusion cages around select windows.
- Signage: Installation of emergency door marker signage.
- Specific Locations: Work will be performed in Building 75 JB and Building 8A JC, including new cameras, motion detectors, and access control systems. A one-year Guarantee Period of Service is required post-completion and acceptance.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 365 calendar days for the base CLIN, commencing within 10 days of notice to proceed.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Bonds: Payment and Performance bonds are required. Original Bid Bonds must be mailed to NCO 15 in Leavenworth, KS.
Submission & Evaluation
- Proposal Due Date: March 6, 2026, at 2:00 PM CT.
- Submission Method: Electronically to Gislaine.Dorvil@va.gov. Physical copies will not be accepted.
- Questions Due: February 25, 2026, at 2:00 PM CT.
- Site Visit: A site visit is scheduled for Wednesday, February 18, 2026, at 10:00 AM CT.
- Basis for Award: Lowest Price Technically Acceptable (LPTA).
- Technical Acceptability Factors: Relevant Past Performance, Technical Construction Experience (Prime Contractor, Proposed Key Staffing, Electronic Key Manufacturer/Suppliers/Installers), and Contractor Safety Plan.
- Eligibility: Offerors must be registered in SAM and VetBiz by the proposal due date and meet specific safety and EMR requirements.
Key Documents
The solicitation package includes detailed specifications (COMBINED SPECIFICATIONS_657-26-105.pdf) covering general requirements, electrical, communications, and electronic safety/security. "AS BUILTS DRAWINGS" for both the JB and JC Campuses (DRAWING JB CAMPUS_657-26-105.pdf, DRAWINGS JC CAMPUS-657-26-105.pdf) provide crucial existing condition information. Door sign details (DOOR SIGN DETAILS_657-26-105.pdf) and a door number list (DOOR NUMBER LIST_657-26-105.pdf) are also provided.