657-26-105, Upgrade Interior Physical Security

SOL #: 36C25526R0064_1Solicitation

Overview

Buyer

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

Place of Performance

Saint Louis, MO

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)

Timeline

1
Posted
Feb 17, 2026
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Mar 20, 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 Upgrade Interior Physical Security at the Saint Louis VA Medical Center, MO. This project, identified as 657-26-105, aims to enhance physical security across various facilities. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source set-aside. The estimated construction magnitude is between $2,000,000.00 and $5,000,000.00. Proposals are due by March 20, 2026, at 2:00 PM CST.

Scope of Work

The project involves a comprehensive upgrade of interior physical security, including:

  • Rekeying with electronic cores and keys (Medeco XT system or approved equal).
  • Installation of electronic cores, keys, software, key chargers, and remote programmer stations.
  • Installation of motion intrusion equipment and security cameras monitored by VA Police.
  • Upgrading fire doors with security wire mesh embedded glass and adding metal exclusion cages around select windows.
  • Installing emergency door marker signage.
  • Specific upgrades are required in Building 75 JB and Building 8A JC, including new cameras, motion detectors, and access control systems.
  • A one (1) year Guarantee Period of Service is required post-completion and acceptance.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: 365 calendar days for the base CLIN, commencing within 10 days of notice to proceed.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14).
  • Product Service Code: Z2DA (Repair Or Alteration Of Hospitals And Infirmaries).

Submission & Evaluation

  • Proposals Due: March 20, 2026, at 2:00 PM CST.
  • Submission Method: Electronically to Gislaine.Dorvil@va.gov. Original Bid Bonds must be received at the NCO 15 office in Leavenworth, KS.
  • Basis for Award: Lowest Price Technically Acceptable (LPTA).
  • Technical Acceptability Factors: Relevant Past Performance (subcontractor experience of $750,000+ may be considered), Technical Construction Experience of Prime Contractor, Technical Experience of Proposed Key Staffing, Technical Construction Experience of Proposed Electronic Key Manufacturer/Suppliers/Installers, and Contractor Safety Plan.
  • All contractors and joint ventures must be registered in SAM and VetBiz by the proposal due date.

Key Clarifications & Requirements

  • The VA will provide Corbin Russwin and Sargent locksets to equal the 3,200 required cylinders.
  • Contractor is responsible for conduit pathways; conduit is preferred, surface raceway acceptable if CMU/plaster is present. VA OIT will provide IP addresses, VLAN configuration, and switch port activation.
  • Minimum of 7 cameras are required for switchgear rooms 100, 101, and 102 in JB Building 75 (March VA4 IR Dome 39367-101 or equivalent).
  • Motion detectors are preferred ceiling mount, assuming no existing conduit.
  • New NVR for JC Bldg 8A will not be on the VA domain; contractor responsible for programming.
  • Fire door modifications must comply with NFPA 80 and VA Physical Security Design Manual (PSDM) requirements, maintaining original fire ratings. Security screens for door glass must also meet VA PSDM.
  • Window security screens require #304 stainless steel woven mesh and 2.7 mm carbon steel frames, with a recommended 2 to 4-inch standoff distance.
  • Compliance with USACE EM 385-1-1 (2024 edition) and OSHA 29 CFR 1926 is required.
  • A 4-hour onsite response for warranty issues is required 24/7/365.
  • Dedicated 120 Volt circuits with emergency power are required for Intelligent Key Cabinets (IKC).
  • New Category 6A Ethernet cabling drops are required.
  • FICAM-compliant (PIV/CAC) readers are required for Boiler Plants.
  • ICRA level for this project is Class 2.

Contact Information

People

Points of Contact

Gislaine DorvilPRIMARY

Files

Files

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

Versions

Version 9
Solicitation
Posted: Mar 18, 2026
View
Version 8Viewing
Solicitation
Posted: Mar 17, 2026
Version 7
Solicitation
Posted: Mar 11, 2026
View
Version 6
Solicitation
Posted: Mar 11, 2026
View
Version 5
Solicitation
Posted: Mar 6, 2026
View
Version 4
Solicitation
Posted: Mar 5, 2026
View
Version 3
Solicitation
Posted: Mar 4, 2026
View
Version 2
Solicitation
Posted: Feb 25, 2026
View
Version 1
Solicitation
Posted: Feb 17, 2026
View