VACO Turnstiles Project - 810 Vermont Ave NW, Washington, D.C.

SOL #: 36C10F26R0025Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)
WASHINGTON, DC, 20001, United States

Place of Performance

Washington, DC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Administrative Facilities And Service Buildings (Y1AZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 6, 2026
2
Last Updated
Feb 25, 2026
3
Submission Deadline
Feb 6, 2026, 6:00 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) is soliciting proposals for the VACO Turnstiles Project at 810 Vermont Ave NW, Washington, D.C. This opportunity is for the installation of security turnstiles compatible with existing VA HSPD-12 software and compliant with life safety and building codes. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are due February 6, 2026, at 1:00 PM EST.

Purpose & Scope

The project aims to enhance security and provide time and attendance data by installing security turnstiles at the Vermont Avenue NW and I Street lobbies. The turnstiles must be waist-high clear door barriers, bolted directly to the floor with individual penetrations, and compatible with existing VA HSPD-12 software. They must also comply with all applicable life safety and building codes.

Key Requirements

The contractor will be responsible for providing all labor, materials, equipment, and supervision. Key requirements include:

  • Installation of new security turnstiles at two main lobbies.
  • Integration with the existing Lenel Onguard Access Control System 8.1 or higher.
  • Installation of new Lenel panel boards, enclosures, and readers.
  • Connection to the existing fire alarm system.
  • Completion of an Arc Flash Study for the electrical panel.
  • Provision of staff training.
  • Shop drawing submittals are required, including concept design, 100% design submission, and issued for construction submission. This is not a design-build project.
  • Turnstiles require emergency circuit power (preferred) or standard building power with battery backup.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Project Magnitude: Estimated between $500,000.00 and $1,000,000.00.
  • NAICS Code: 236220 (Commercial and Industrial Building Construction) with a $45.0 Million size standard.
  • Period of Performance: 225 Calendar Days after Notice to Proceed, including submittal phases.
  • Place of Performance: Washington, DC.

Eligibility & Set-Aside

This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be certified in the SBA VetCert database and registered in the System for Award Management (SAM). A "Certificate for 852.219-75 Subcontracting Compliance" is mandatory, requiring general construction offerors to certify that no more than 85% of the government-paid amount will go to non-SDVOSB/VOSB firms (excluding material costs).

Evaluation Factors

Award will be based on a Best Value Trade Off source selection process, considering four key evaluation factors:

  • Company Experience: Requires 2-3 contracts demonstrating at least 5 years of experience in Government construction projects under NAICS code 236220.
  • Project Management: Requires a Project Management Plan (PMP) including key personnel (Project Manager, Site Superintendent) and major subcontractors.
  • Past Performance: Evaluated based on recency, relevancy, and confidence, requiring "General Contractor Reference Forms," CPARS, or "Past Performance Questionnaires."
  • Price: Evaluated for fairness and reasonableness, submitted as a separate PDF.

Submission & Deadlines

  • Site Visit: January 15, 2026, 1:00 PM EST (pre-registration by January 13, 2026). Recommended but not required.
  • RFIs Due: January 22, 2026, 1:00 PM EST.
  • Proposal Due Date: February 6, 2026, 1:00 PM EST.
  • Proposals must be submitted electronically via email to Jason.Hardy@va.gov.
  • Performance and Payment Bonds are required within 10 calendar days after award.
  • Offerors must adhere to the District of Columbia's prevailing wage rates (Wage Determination dated 01/02/2026).

People

Points of Contact

Jason HardyPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3
Award Notice
Posted: Feb 25, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 27, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 6, 2026
View
Y1AZ--810 Vermont Ave NW Turnstiles Project at VACO | GovScope