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 15, is soliciting proposals for a Firm-Fixed-Price Construction Contract for Upgrade Interior Physical Security (Project 657-26-105) at the Saint Louis, Missouri VA Medical Center. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The estimated construction magnitude is between $2,000,000.00 and $5,000,000.00. Proposals are due March 13, 2026, by 2:00 PM CST.
Scope of Work
The project involves upgrading interior physical security, including rekeying with electronic cores and keys (Medeco XT system or approved equal), installation of motion intrusion equipment and security cameras monitored by VA Police, and upgrading fire doors with security wire mesh embedded glass. Additional work includes adding metal exclusion cages around select windows and installing emergency door marker signage. Specific upgrades are required in Building 75 JB and Building 8A JC, including new cameras, motion detectors, and access control systems. Clarifications from RFI responses detail window replacements in JB Bldg. 75 with fire-rated wired safety glass and security screens for aluminum windows in JB Bldg. 8 using #304 stainless steel woven mesh. The ICRA level for this project is Class 2, and contractor supervision is required at all times on-site.
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. A one (1) year Guarantee Period of Service is required after completion and acceptance.
- Magnitude: $2,000,000.00 - $5,000,000.00
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Place of Performance: Saint Louis, MO 63125, with work potentially impacting various VA clinics in the region (e.g., Hope Recovery Center, Manchester Ave CBOC, St Louis County CBOC).
Submission & Evaluation
Proposals must be submitted electronically to Gislaine.Dorvil@va.gov. Original Bid Bonds must be received at the NCO 15 office in Leavenworth, KS. Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical acceptability factors include Relevant Past Performance, Technical Construction Experience of the Prime Contractor, Technical Experience of Proposed Key Staffing, Technical Construction Experience of Proposed Electronic Key Manufacturer/Suppliers/Installers, and Contractor Safety Plan. Payment and Performance bonds are required.
Key Dates & Amendments
- Solicitation Response Due: March 13, 2026, by 2:00 PM CST (extended by Amendment 0002).
- Published Date: March 4, 2026.
- Amendment 0002 incorporated responses to RFI 1 of 3. The government anticipates posting additional RFI responses on or about March 5, 2026, by 6:00 PM CST.
Additional Notes
All contractors and joint ventures must be registered in SAM and VetBiz by the proposal due date. Offerors must meet specific safety and experience modification rate (EMR) requirements. Physical copies of proposals will not be accepted.