Y1DZ--PN: 636-26-305 Correct Parking Garage Safety Deficiencies (OM) 2237: 636-26-3-5297-0001

SOL #: 36C26326R0030Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 23 (36C263)
Saint Paul, MN, 55101, United States

Place of Performance

Omaha

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Hospital Buildings (Y1DZ)

Set Aside

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

Timeline

1
Posted
Feb 11, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Apr 22, 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 a Two-Phase Design-Build contract to correct parking garage safety deficiencies at the VA Health Care System Central Plains / Omaha, NE. This project, valued between $2,000,000 and $5,000,000, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Phase One proposals are due May 5, 2026, at 1:00 PM CDT.

Scope of Work

The selected contractor will provide comprehensive design-build services, including site preparation, demolition, and construction. Key deliverables include:

  • Installation of a nitrogen-filled dry-pipe fire suppression system with 100% coverage, designed for future expansion and NFPA compliance, including a new fire pump and a SIEMENS-compatible fire alarm system.
  • Installation of jump prevention barriers on the top level, consistent with existing architecture.
  • Connection to the domestic water supply and installation of an external outlet.
  • Phased construction to maintain traffic flow, limiting closures to no more than 20 parking spaces at a time.
  • The Design-Build Team must be integrated, comprising licensed Architects, Engineers (Architectural, Civil, Structural, Mechanical/Plumbing, Electrical, Fire Protection, Environmental), and Construction specialists. An independent peer review for Life-Safety and Fire Protection elements is required at 65% and 100% design stages.

Contract Details

  • Contract Type: Firm-Fixed-Price, Two-Phase Design-Build.
  • Estimated Value: $2,000,000 - $5,000,000.
  • Period of Performance: 100 calendar days for design from Notice of Award, with a total of 280 calendar days for design and construction from Contract Award.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45.0 Million size standard.

Submission & Evaluation

This is a Two-Phase Design-Build procurement.

  • Phase One: Requires a technical proposal focusing on Technical Approach, Experience, and Past Performance. A maximum of five offerors will be selected to advance.
  • Phase Two: Selected firms will submit technical and price proposals, evaluated on a tradeoff basis.
  • Key Deadlines:
    • Questions Due: March 10, 2026, 1:00 PM CT.
    • Phase One Proposals Due: May 5, 2026, 1:00 PM CDT.
    • Estimated Award Date: June 16, 2026.

Special Requirements & Notes

  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be verified in the SBA certification database at the time of proposal submission and award.
  • Registrations: Offerors must be registered and active in SAM.gov and comply with VETS-4212 reporting.
  • Personnel: All contractor employees require background checks, fingerprinting, and VA-issued identification. They must complete VA Privacy and Records Management training. Key personnel (Project Manager, Architect of Record, Site Superintendent, SSHO, CQM) require specific qualifications and commitment letters.
  • Safety: Strict adherence to safety standards (OSHA, EM 385-1-1), including submittal of an Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs).
  • Bonds: A Bid Guarantee (SF 24) is required for Phase II, and Payment and Performance Bonds (SF 25 and SF 25A) will be required upon award, remaining effective through the one-year warranty period.
  • Documentation: As-built drawings (PDF, DWG) and a Warranty Management Plan are required.
  • Contact: Derek J Fore, Senior Contracting Officer, Derek.Fore@va.gov.

People

Points of Contact

Derek J ForeSenior Contracting OfficerPRIMARY

Files

Files

Download

Versions

Version 6
Solicitation
Posted: Mar 16, 2026
View
Version 5
Solicitation
Posted: Mar 12, 2026
View
Version 4
Solicitation
Posted: Mar 10, 2026
View
Version 3
Solicitation
Posted: Mar 5, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 3, 2026
Version 1
Pre-Solicitation
Posted: Feb 11, 2026
View