Y1DA--589A6-26-448, ADD LIGHTNING PROTECTION TO HOSPITAL

SOL #: 36C25526R0058Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
255-NETWORK CONTRACT OFFICE 15 (36C255)
LEAVENWORTH, KS, 66048, United States

Place of Performance

Leavenworth, KS

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

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

Timeline

1
Posted
Jan 29, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 26, 2026, 7:00 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), 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 project involves installing comprehensive lightning protection systems on the main hospital buildings (A, B, C) and Building 122. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 26, 2026, at 2:00 PM CST.

Scope of Work

The contractor will provide all necessary materials, labor, and equipment to install NFPA-compliant lightning protection systems. This includes alteration and repair of existing roofs as needed for system installation, groundwork for proper grounding, and specific line-item budget items for the lightning protection system, mounting, and ground system for both the main hospital and Building 122. UL certification is required upon completion. Working construction hours can differ from normal hospital hours (7:30 a.m. to 4:30 p.m.) with approval, and off-hours work is likely for shutdowns.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: 180 days after Notice to Proceed (NTP)
  • Estimated Magnitude: Between $1,000,000 and $5,000,000
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 million
  • Bonds: A bid guarantee is required. Performance and Payment Bonds are required for awards over $30,000.
  • Subcontracting Limitations: The successful prime contractor must perform no less than 15 percent of the General Construction labor. In accordance with VAAR 852.219-75(a)(1)(ii), 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).

Eligibility & Set-Aside

This procurement is set-aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) pursuant to 38 USC 8127(d). All contractors and joint ventures must be certified in SBA VetCert and registered in SAM.gov at the time of proposal submission through award. The prime contractor must directly employ the Superintendent and Site Safety Health Officer (SSHO), and four on-site roles (Project Manager, Quality Control Manager, Safety Officer, Superintendent) are mandatory.

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, and Prime Contractor Safety Plan. Proposals must be submitted as a single physical package including an original signed SF 1442, technical proposal, price proposal, cost summary, and other required documents, along with an electronic copy on CD. Electronic submission alone is not permitted. The government plans to award without discussions but reserves the right to hold discussions.

Important Dates & Contacts

  • Proposals Due: March 26, 2026, at 2:00 PM CST
  • Contracting Officer: Timothy P Fitzgerald (timothy.fitzgerald@VA.GOV, 913-946-1145)
  • Facility COR: Patrick Reyes (patrick.reyes@va.gov)
  • Notes: An organized site visit was held on February 17, 2026. Questions were due by February 19, 2026. Offerors are responsible for monitoring SAM.gov for any further amendments.

People

Points of Contact

Timothy P FitzgeraldContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Mar 11, 2026
View
Version 9Viewing
Solicitation
Posted: Mar 11, 2026
Version 8
Solicitation
Posted: Mar 2, 2026
View
Version 7
Solicitation
Posted: Feb 26, 2026
View
Version 6
Solicitation
Posted: Feb 19, 2026
View
Version 5
Solicitation
Posted: Feb 19, 2026
View
Version 4
Solicitation
Posted: Feb 12, 2026
View
Version 3
Solicitation
Posted: Feb 4, 2026
View
Version 2
Solicitation
Posted: Feb 4, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 29, 2026
View