Y1DA--589A6-26-448, ADD LIGHTNING PROTECTION TO HOSPITAL
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, is soliciting proposals for lightning protection system installation at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as Y1DA--589A6-26-448, aims to protect the main hospital buildings (A, B, C) and Building 122. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due March 5, 2026.
Scope of Work
The contractor will be responsible for providing all necessary materials, labor, and equipment to install comprehensive lightning protection systems meeting NFPA standards. This includes:
- Installation of lightning protection on the main hospital buildings (A, B, C) and Building 122.
- Alteration and repair of existing roofs as required for system integration.
- Groundwork necessary for proper grounding of the systems. The project falls under general construction, NAICS Code 236220.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 180 days after Notice to Proceed (NTP).
- Estimated Cost Magnitude: Between $1,000,000 and $5,000,000.
- Bonds: A bid guarantee of not less than 20% of the bid price (maximum $3,000,000) is required. Performance and Payment Bonds are required for awards exceeding $30,000.
Eligibility & Set-Aside
This procurement is exclusively set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), pursuant to 38 USC 8127(d) and Public Law 109-461.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a small business size standard of $45.0 million.
- Registrations: All contractors and joint ventures must be registered in SAM.gov (FAR 52.204-7) and certified in SBA VetCert (VAAR 802.101).
- Subcontracting Limitations: VAAR clause 852.219-75 applies, requiring the prime contractor to perform no less than 15 percent of the General Construction labor. Contractors will not pay more than 85% of the amount paid by the government to firms that are not certified SDVOSBs or VOSBs (cost of materials excluded).
- Affirmative Action: Affirmative action goals for minority (9%) and female (6.9%) participation are applicable.
Submission & Evaluation
Award will be made using the Lowest Price Technically Acceptable (LPTA) Source Selection Process. Technical acceptability will be evaluated based on:
- Relevant Past Performance
- Technical Construction Experience
- Technical Qualifications of Proposed Staffing
- Prime Contractor Safety Plan Proposals must be submitted as a single package including an original signed SF 1442, technical proposal, price proposal, cost summary, and other required documents, along with an electronic copy on CD. The government plans to award without discussions but reserves the right to hold discussions. Offerors are responsible for monitoring SAM.gov for amendments.
Important Dates & Contacts
- Organized Site Visit: Tuesday, February 17, 2026, at 11:00 AM CST. Attendance is highly encouraged.
- Questions Due: Thursday, February 19, 2026, by 2:00 PM CST.
- Proposals Due: Thursday, March 5, 2026, by 2:00 PM CST.
- Contracting Officer: Timothy P Fitzgerald (timothy.fitzgerald@VA.GOV, 913-946-1145).
- Facility COR: Patrick Reyes (patrick.reyes@va.gov).
- Submission Address: Department of Veterans Affairs, Network Contracting Office (NCO) 15, 3450 S 4th Street, Leavenworth, KS 66048.