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, has issued Solicitation 36C25526R0064 for the 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) Sole Source set-aside. The project involves comprehensive security enhancements with an estimated construction magnitude between $2,000,000.00 and $5,000,000.00. Proposals are now due by March 13, 2026, at 2:00 PM CST.
Scope of Work
The project requires upgrading interior physical security systems. Key tasks include:
- Rekeying with electronic cores and keys (Medeco XT system or approved equal).
- Installation of electronic cores, keys, software, key chargers, and remote programmer stations.
- Installation 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.
- Specific upgrades in Building 75 JB and Building 8A JC, including new cameras, motion detectors, and access control systems.
- Replacement of four glass windows in fire doors at JB Bldg. 75 with fire-rated wired safety glass.
- Installation of #304 stainless steel woven mesh security screens for three aluminum windows in John Cochran Building 8.
- A one (1) year Guarantee Period of Service is required post-completion.
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) Sole Source (FAR 19.14).
- Product Service Code: Z2DA (Repair Or Alteration Of Hospitals And Infirmaries).
Submission & Evaluation
- Proposals must be submitted electronically to Gislaine.Dorvil@va.gov.
- Original Bid Bonds must be physically received at the NCO 15 office in Leavenworth, KS.
- Basis for Award: Lowest Price Technically Acceptable (LPTA).
- Technical Acceptability Factors: Relevant Past Performance, Technical Construction Experience of Prime Contractor, Technical Experience of Proposed Key Staffing, Technical Construction Experience of Proposed 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 Experience Modification Rate (EMR) requirements.
Key Dates & Amendments
- Proposal Due Date: March 13, 2026, at 2:00 PM CST (extended by Amendment 0003).
- Additional RFI Responses: The Government will post additional responses to remaining RFIs on or about March 6, 2026, by 6:00 PM CST.
- Site Visit: A pre-bid site conference was held on February 18, 2026.
Additional Notes
Physical copies of proposals will not be accepted. Payment and Performance bonds are required. The Infection Control Risk Assessment (ICRA) level for this project is Class 2, and contractor supervision is required at all times on-site.