R430--New Unarmed Security Guards JESSE BROWN VAMC CHICAGO IL BASE PLUS 4 OPTION YEARS

SOL #: 36C25226Q0265Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States

Place of Performance

Place of performance not available

NAICS

Security Guards and Patrol Services (561612)

PSC

Support Professional: Physical Security And Badging (R430)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
May 12, 2026
3
Submission Deadline
Apr 22, 2026, 3:00 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), specifically Network Contract Office 12 (36C252), is soliciting proposals for unarmed security guard services for the Jesse Brown VAMC and associated CBOC locations in Illinois and Indiana. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The estimated total contract value is $29 Million over a base year and four option years.

Scope of Work

The contractor will provide professional, uniformed, unarmed security guard services to ensure the safety and welfare of patients, visitors, and staff. Key duties include observation, assistance to staff (e.g., with incapacitated patients), customer service, emergency response, daily logging, inspections, building/grounds surveillance, monitoring security and fire systems, enforcing building rules, maintaining law and order, preventing unauthorized access, reporting hazardous conditions, and securing areas. Specific tasks involve opening/closing facilities, alarm and CCTV monitoring, active patrols, and dispatch console operation at certain locations.

Personnel must have no criminal record, undergo background investigations (SAC), possess high school diplomas, be literate in English, have at least two years of public interaction experience, and meet health and physical fitness requirements (e.g., standing/walking 8-12 hours, lifting 40 lbs). Supervisors require a minimum of three years of field supervision in law enforcement or security, with de-escalation and strong communication skills. Adherence to VA facility policies, including drug-free environment, no smoking, and prohibition of weapons, is mandatory, along with VHA Directive 1192 for influenza vaccination or masking.

Contract Details

  • Contract Type: Solicitation (Base plus 4 Option Years)
  • Period of Performance: Base Year (August 1, 2026 - July 31, 2027) with four (4) Option Years.
  • Estimated Value: $29 Million (total contract value).
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified SDVOSBs listed in the SBA database. Limitations on Subcontracting (50% for services) apply.
  • Licensing: Contractors must hold valid Private Security Agency licenses in both Illinois and Indiana at the time of proposal submission. Guards for Illinois posts require a valid PERC and 20-hour Basic Security Training certificate. Specific Indiana PISG requirements apply for the Crown Point location.

Submission & Evaluation

Quotes must be submitted via email to Michelle.Klug2@va.gov. The email size limit is seven megabytes; larger responses must be split. Evaluation factors include Technical Capability, Past Performance, Price, and Veterans’ Involvement. Technical Capability requires recent experience (last 4 years) with detailed contract history and a Quality Control Plan. Past Performance requires company experience, government contract history, and three relevant references. Veterans’ Involvement provides evaluation credit for SDVOSB/VOSB prime contractors and consideration for SDVOSB/VOSB subcontractors.

Key Clarifications & Requirements

The Government will provide Post Orders. Staffing levels, relief, breaks, shift overlap, and emergency call-out staffing are contractor decisions, provided PWS requirements are met. Shift overlap time and mobilization costs must be absorbed into the hourly CLIN rate. Emergency call-outs require 2-hour notice and are billed at the standard hourly rate. Contractor is responsible for dedicated communication networks between CBOCs and the Jesse Brown VAMC Dispatch, and for providing mobile technology for daily activity reports at single-guard CBOCs. PIV credentials are required before work starts; temporary badges are not permitted during SAC pending. Vetting costs (fingerprints, background investigations) are the contractor's responsibility. The Government encourages "Right of First Refusal" for existing qualified staff. Applicable Wage Determinations (WD 2015-4783 and 2015-5017) are available on SAM.gov. No site visits will be conducted.

Deadlines & Contact

  • Proposals Due: April 22, 2026, 10:00 AM CST.
  • Contact: Michelle R Klug, Contract Specialist, michelle.klug2@va.gov.

People

Points of Contact

Michelle R KlugContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 4
Solicitation
Posted: May 12, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 10, 2026
Version 2
Solicitation
Posted: Mar 31, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 31, 2026
View