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
May 5, 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 $2M and $5M, requires the design and installation of a dry-pipe fire suppression system and jump prevention barriers. This opportunity is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Phase One proposals are due by May 5, 2026, at 1:00 PM CDT.

Scope of Work

The selected Design-Build team will provide comprehensive services for Project 636-26-305, including:

  • Design and Construction: Install a nitrogen-filled dry-pipe fire suppression system providing 100% coverage, compliant with NFPA standards, including a fire pump and a new fire alarm system compatible with the existing SIEMENS campus system.
  • Safety Enhancements: Design and install jump prevention barriers/anti-climb devices on the top level of the parking garage, ensuring consistency with existing architecture.
  • Phased Execution: The project must be phased to maintain traffic flow, limiting closures to a maximum of 20 parking spaces at any given time.
  • Team Composition: The Design-Build team must include 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.
  • Deliverables: Development of stamped/sealed construction documents, as-built drawings, a Warranty Management Plan, and Maintenance and Operating Manuals.
  • Compliance: Adherence to VA Design Guides, federal, state, and local regulations, and stringent safety standards (e.g., EM 385-1-1, OSHA). Contractor personnel will undergo security procedures including background checks, fingerprinting, and VA-issued identification.

Contract Details

  • Contract Type: Firm-Fixed-Price, Two-Phase Design-Build.
  • Project Magnitude: $2,000,000 to $5,000,000.
  • Period of Performance: 280 calendar days from the Notice to Proceed, with 100 calendar days allocated for the design phase from the Notice of Award.
  • Estimated Award Date: June 16, 2026.

Eligibility & Set-Aside

  • This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
  • Offerors must be verified as SDVOSB in the SBA certification database at the time of offer submission and award.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45.0 Million size standard.
  • Bidders must have an active Unique Entity Identifier (UEI) and be registered in SAM.gov.

Submission & Evaluation

  • Phase One: Requires a technical proposal evaluating Technical Approach, Experience, and Past Performance. Pricing is not required. The Past Performance section has an increased page limit of 15 pages.
  • Phase Two: A maximum of five (5) highly qualified offerors from Phase One will be invited to submit technical and price proposals, evaluated on a tradeoff basis.
  • 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.

Key Deadlines

  • Phase One Proposals Due: May 5, 2026, 1:00 PM CDT.
  • Estimated Award Date: June 16, 2026.

Additional Notes

Offerors are responsible for acknowledging all amendments. No pre-proposal site visit will be conducted during Phase One. The Davis-Bacon Act applies, requiring adherence to prevailing wage rates.

People

Points of Contact

Derek J ForeSenior Contracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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