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 Project 589A6-26-448: Add Lightning Protection to Hospital at the Dwight D. Eisenhower VAMC in Leavenworth, Kansas. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside requires the installation of lightning protection systems on the main hospital buildings (A, B, C) and Building 122. Proposals are due March 12, 2026, at 2:00 PM CST.
Scope of Work
The project involves the installation of comprehensive lightning protection systems that meet NFPA standards on the main hospital buildings (A, B, C) and Building 122. This includes necessary alteration and repair of existing roofs for system integration, as well as groundwork for proper grounding. The scope also covers specific line-item budget items for the lightning protection system, mounting, and ground system for both the main hospital and Building 122.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: 180 days after Notice to Proceed (NTP)
- Estimated Magnitude: Between $1,000,000.00 and $5,000,000.00
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45.0 million size standard
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Site Visit: Held on February 17, 2026, at 11:00 AM CST. An attendance roster is available.
- Questions Due: February 19, 2026, at 2:00 PM CST
- Proposals Due: March 12, 2026, at 2:00 PM CST (extended by Amendment 0002)
- Published Date: February 26, 2026
Submission & Evaluation
Award will be made using the Lowest Price Technically Acceptable (LPTA) Source Selection Process. Technical acceptability will be evaluated based on four factors: Relevant Past Performance, Technical Construction Experience, Technical Qualifications of Proposed Staffing, and Prime Contractor Safety Plan. Proposals must be submitted as a single package including an original signed SF 1442, technical proposal, price proposal, cost summary sheet, and other required documentation, along with an electronic copy on CD. A bid guarantee is required, and Payment and Performance bonds are necessary for awards over $30,000.
Eligibility & Notes
This procurement is exclusively set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). All contractors and joint ventures must be certified in SBA VetCert and registered in SAM.gov at the time of proposal submission through award. VAAR clause 852.219-75 (Notice of Limitations on Subcontracting) applies, requiring the prime contractor to perform no less than 15% of the general construction labor and limiting payments to non-SDVOSB/VOSB firms to 85% (excluding materials). The government reserves the right to award without discussions.