Y1DZ--PN: 636-26-305 Correct Parking Garage Safety Deficiencies (OM) 2237: 636-26-3-5297-0001
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), specifically the NETWORK CONTRACT OFFICE 23 (36C263), is soliciting Design-Build (DB) services to correct safety deficiencies in the employee parking garage at the VA Health Care System Central Plains / Omaha, NE. This project, identified as PN: 636-26-305, aims to install a dry-pipe fire suppression system and jump prevention barriers. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Phase One proposals are due May 5, 2026.
Scope of Work
This Firm-Fixed-Price contract requires a comprehensive Design-Build Team, including licensed Architects and various Engineers (Architectural, Civil, Structural, Mechanical/Plumbing, Electrical, Fire Protection, Environmental), along with Construction specialties. Key deliverables include:
- Design and Installation: A nitrogen-filled dry-pipe fire suppression system providing 100% coverage, designed for future expansion, and compliant with NFPA standards. This includes a new fire pump and a fire alarm system compatible with the existing SIEMENS campus system.
- Safety Barriers: Installation of jump prevention barriers on the top level, consistent with existing architecture and designed for future removability.
- Infrastructure: Connection to domestic water supply and installation of nitrogen generators.
- Phased Construction: The project must be phased to maintain traffic flow, limiting closures to a maximum of 20 parking spaces at any given time.
- Design Deliverables: Stamped/sealed construction documents (SD, DD, Construction Documents), site visits, field investigations, design criteria, calculations, and equipment lists. Independent peer reviews for Life-Safety and Fire Protection elements are required at 65% and 100% design stages. As-built drawings are required within 45 days of final acceptance.
Contract Details
- Contract Type: Firm-Fixed-Price, Two-Phase Design-Build.
- Estimated Value: Between $2,000,000 and $5,000,000.
- Period of Performance: 100 calendar days for the design phase, with a total of 280 calendar days for both design and construction from the Notice of Award.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a size standard of $45.0 Million.
Submission & Evaluation
This is a Two-Phase Design-Build procurement.
- Phase One: Offerors must submit a technical proposal focusing on their Technical Approach, Experience, and Past Performance. A maximum of five offerors will be selected to advance to Phase Two.
- Phase Two: Selected firms will submit both technical and price proposals, which will be evaluated on a tradeoff basis.
- Required Forms/Commitments: Bidders should be prepared to submit Letters of Commitment for Key Personnel, Key Subcontractors, and Design Firm Teaming Arrangements. Key personnel resumes, including Project Manager, Architect of Record, Site Superintendent, SSHO, and Construction Quality Manager, are also required.
- Security Requirements: All contractor personnel will undergo background checks, fingerprinting, and require VA-issued identification (PIV badges). Compliance with VSC Security Request Packet, Fingerprint Request Form, and I-9 Proofing Criteria is mandatory.
Key Dates & Contact
- 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.
- Contact: Derek J Fore, Senior Contracting Officer, Derek.Fore@va.gov.
Special Requirements
Offerors must be registered in SAM.gov and verified as an SDVOSB in the SBA certification database at the time of offer submission and award. Compliance with the Davis-Bacon Act (prevailing wage rates for Douglas County, NE) is required. A Bid Guarantee (SF 24) is necessary for Phase II, and Payment and Performance Bonds (SF 25 and SF 25A) will be required upon award. Strict adherence to VA safety standards (e.g., Accident Prevention Plan, Activity Hazard Analyses, infection control) and VA Design Guides is mandatory.