Z1DA--PN: 636-26-504 Correct Site Deficiencies (GI) 36C263-26-AP-1758

SOL #: 36C26326R0046Pre-Solicitation

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

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

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

Timeline

1
Posted
Mar 6, 2026

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 23 (NCO 23), has issued a Pre-Solicitation Notice for a Two-Phase Design-Build contract to correct Grand Island Safety and Access Deficiencies at the VA Medical Center in Grand Island, Nebraska. This project, identified as 636-26-504, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The estimated project magnitude is between $500,000 and $1,000,000. The solicitation (Phase I) is anticipated on or about March 30, 2026.

Scope of Work

The selected contractor will provide all design, labor, materials, tools, equipment, and construction services. Key tasks include:

  • Demolishing and replacing steps, ramps, ADA-compliant handrails, curbs, and curb access ramps at the West Entrance to Building 1.
  • Installing two loading dock levelers at the east side of Building 1.
  • Demolishing and reinstalling stairs, ADA accessible ramp, and ADA compliant handrails at the east entrance to Building 6, including an ADA compliant entrance door.
  • Demolishing and reinstalling stairs, ADA accessible ramps, and ADA compliant handrails at the entrances for Buildings 8 and 9.
  • Conducting multiple concrete repairs on designated site sidewalks. The project requires an integrated Design-Build team with licensed architects, engineers, and construction specialists.

Contract Details & Timeline

  • Contract Type: Two-Phase Design-Build
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS: 236220, Commercial and Institutional Building Construction ($45.0 Million)
  • Project Magnitude: Between $500,000 and $1,000,000
  • Estimated Solicitation Date (Phase I): On or about March 30, 2026
  • Estimated Award Date: August 31, 2026
  • Period of Performance: 60 calendar days for design phase; 198 calendar days total for design and construction from Contract Award.

Eligibility & Submission

This is a 100% SDVOSB set-aside. Bidders must be registered, certified, and listed in the SBA certification database (https://veterans.certify.sba.gov/) as an SDVOSB/VOSB at the time of proposal submission. The procurement will follow Revolutionary FAR Overhaul (RFO) 36.101-2 Two-Phase Design-Build Selection Procedures. Phase I will evaluate responsive proposals, with no more than five (5) contractors advancing to Phase II. Only selected firms from Phase I will submit technical and pricing proposals for Phase II. All prospective bidders must have a Unique Entity Identifier (UEI) and be registered and active in SAM.gov, completing electronic online Representations and Certifications. The eventual awardee must also have a current Department of Labor VETS4212 filing (if applicable).

Important Notes

This is a Pre-Solicitation Notice only and is NOT a request for proposal. The official solicitation will not be posted for at least 15 days from the notice date (March 6, 2026).

People

Points of Contact

Angie FrostContracting OfficerPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Mar 6, 2026
Z1DA--PN: 636-26-504 Correct Site Deficiencies (GI) 36C263-26-AP-1758 | GovScope