VA STLHCS-JC Northeast Parking Structure Pre-solicitation Notice
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 Kansas City District, United States Army Corp of Engineers (USACE), on behalf of the VA, has issued a Presolicitation Notice for Design-Build construction services to construct a parking structure at the John J. Cochran Veterans Hospital in St. Louis, MO. This project, estimated between $45,000,000 and $60,000,000, will provide a minimum of 627 parking stalls over seven levels. The acquisition will utilize FAR Subpart 36.3 Two-Phase Design-Build Selection Procedures. Phase 1 proposals, focusing on capability, are anticipated to be due approximately 35 days after the RFP release on or about April 13, 2026.
Scope of Work
The project involves constructing a parking structure with a minimum of 627 stalls across seven levels (six stories), each approximately 35,650 square feet. The design must support a future additional parking level. Construction options include cast-in-place or precast methods. The scope encompasses electrical and telecommunications rooms, elevators, site work, walkways, access points, wayfinding systems, and a parking space counting system.
Contract & Timeline
- Opportunity Type: Presolicitation for a Firm Fixed-Price (FFP) Design-Build construction contract.
- Magnitude: $45,000,000.00 to $60,000,000.00.
- NAICS Code: 236220 - Commercial and Institutional Building Construction (Small Business Size Standard: $45,000,000.00).
- Set-Aside: Full and Open Unrestricted.
- Period of Performance: Estimated 1,007 calendar days from Notice to Proceed (NTP).
- Phase 1 RFP Availability: On or about April 13, 2026, on SAM.gov.
- Phase 1 Proposals Due: Approximately 35 days after RFP release (around May 18, 2026).
- Published Date: March 27, 2026.
Evaluation
This acquisition uses a Two-Phase Design-Build Selection Procedure.
- Phase 1: Offerors submit performance capability proposals (past performance, management, staffing). The Government will evaluate these and down-select a target of three most highly rated offerors. No pricing submission is required in Phase 1.
- Phase 2: Down-selected offerors will receive an amendment inviting them to submit a concept design solution, small business participation plan, and price proposals. A formal site visit and pre-proposal conference will be scheduled for Phase 2 participants.
Additional Notes
A bid bond of 20% of the proposed price or $3,000,000 (whichever is less) will be required with the proposal. Performance and Payment Bonds for 100% of the awarded contract amount are required before NTP. Vendors must be actively registered in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE) prior to bidding. Points of Contact: David Walsh (david.j.walsh@usace.army.mil), Michael France (michael.g.france@usace.army.mil), and Scott Morrison (scott.morrison@usace.army.mil).