657-26-105, Upgrade Interior Physical Security

SOL #: 36C25526R0064_1SolicitationSole Source

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 17, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 13, 2026, 7:00 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 15, is soliciting proposals for the Upgrade Interior Physical Security project (657-26-105) at the Saint Louis, MO VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source opportunity with an estimated construction magnitude between $2,000,000.00 and $5,000,000.00. Proposals are due March 13, 2026, by 2:00 PM CST.

Scope of Work

This project involves a comprehensive upgrade of interior physical security systems. Key requirements include:

  • Rekeying: Installation of electronic cores and keys (Medeco XT system or approved equal), with the VA providing Sargent/Corbin Russwin cylinders for approximately 3,200 locksets.
  • Electronic Systems: Installation of electronic cores, keys, software (XT Self Hosted Enterprise Level TRM Approved Software, updated to Part #SW-600901-2), key chargers, and remote programmer stations.
  • Surveillance & Intrusion: Installation of motion intrusion equipment (ceiling mount preferred) and a minimum of seven security cameras (March VA4 IR Dome or equivalent preferred) for switchgear rooms 100, 101, and 102 in JB Building 75, all monitored by VA Police.
  • Door & Window Upgrades: Upgrading four glass windows in fire doors (e.g., Room 1C 100, 1C 101, 1C 102) at JB Building 75 with fire-rated wired safety glass, requiring recertification per NFPA and VA TIL. Adding metal exclusion cages around select windows (e.g., three aluminum windows in JB Building 8) using #304 stainless steel woven mesh per VA Handbook 0730 and PSDM.
  • Signage: Installation of emergency door marker signage according to specified dimensions and materials.
  • Infrastructure: Contractor is responsible for conduit pathways for security cabling (conduit preferred, surface raceway acceptable) and programming the new NVR for JC Building 8A. VA OIT will provide IP addresses and VLAN configuration.
  • Locations: Work will be performed at the VA Medical Center (Buildings 75 JB, 8A JC) and CBOCs including Hope Recovery Center, Manchester Ave, Washington Ave, St Louis County, St Charles County, Franklin County, and St Clair County.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: 365 calendar days for the base CLIN, commencing within 10 days of notice to proceed, plus a one-year Guarantee Period of Service.
  • Proposal Due Date: March 13, 2026, by 2:00 PM CST.
  • Published Date: March 11, 2026.

Evaluation & Eligibility

  • Basis for Award: Lowest Price Technically Acceptable (LPTA).
  • Technical Acceptability Factors: Relevant Past Performance (subcontractor experience of $750,000+ considered), Technical Construction Experience (Prime Contractor, Proposed Key Staffing, Electronic Key Manufacturer/Suppliers/Installers), and Contractor Safety Plan.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14).
  • 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 Clarifications & Notes

  • Amendments: This solicitation has been amended multiple times, with Amendment 0003 (published March 11, 2026) incorporating responses to RFI 2 and RFI 3, and extending the proposal due date.
  • Submission: Proposals must be submitted electronically to Gislaine.Dorvil@va.gov. Original Bid Bonds are required at the NCO 15 office in Leavenworth, KS. No physical proposals will be accepted. Payment and Performance bonds are required.
  • ICRA Level: The Infection Control Risk Assessment (ICRA) level for this project is Class 2.
  • Supervision: Contractor supervision is required at all times on-site.
  • Regulatory Compliance: Compliance with USACE EM 385-1-1 (2024 edition) and OSHA 29 CFR 1926 is mandatory.
  • Warranty: A 4-hour onsite response requirement applies 24/7/365 for warranty issues.
  • As-Built Drawings: To be delivered within 15 days of the entire project's completion.
  • Contacts: Primary: Gislaine Dorvil (Gislaine.Dorvil@va.gov, 9139461139). Secondary: Tim Parison (timothy.parison@va.gov, 9139461140).

People

Points of Contact

Gislaine DorvilPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Mar 11, 2026
View
Version 6Viewing
Solicitation
Posted: Mar 11, 2026
Version 5
Solicitation
Posted: Mar 6, 2026
View
Version 4
Solicitation
Posted: Mar 5, 2026
View
Version 3
Solicitation
Posted: Mar 4, 2026
View
Version 2
Solicitation
Posted: Feb 25, 2026
View
Version 1
Solicitation
Posted: Feb 17, 2026
View