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 (Project 657-26-105) at the Saint Louis VA Medical Center and associated Community-Based Outpatient Clinics (CBOCs). This Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside opportunity involves a Firm-Fixed-Price construction contract with an estimated magnitude between $2,000,000 and $5,000,000. Proposals are due March 20, 2026, by 2:00 PM CST.

Scope of Work

The project entails a comprehensive upgrade of interior physical security systems. Key requirements include:

  • Rekeying: Installation of electronic cores and keys (Medeco XT system or approved equal), software, key chargers, and remote programmer stations. The VA will provide Corbin Russwin and Sargent locksets/cylinders.
  • Surveillance & Intrusion: Installation of motion intrusion equipment and security cameras (March VA4 IR Dome or equivalent preferred), monitored by VA Police. A minimum of 7 cameras are required for specific switchgear rooms.
  • Door & Window Upgrades: Upgrading fire doors with security wire mesh embedded glass, adding metal exclusion cages around select windows, and installing emergency door marker signage. Fire door modifications require field applied labels, inspection, and potential engineering judgments for non-standard lite kits, with pre-approval from the VA Chief Safety Officer. Security screens must be #304 stainless steel woven mesh with carbon steel frames.
  • Locations: Work will be performed in Building 75 JB and Building 8A JC, as well as various CBOCs and leased locations, including Hope Recovery Center, Manchester Ave, Washington Ave, St. Louis County, St. Charles County, and Franklin County.
  • Infrastructure: Dedicated 120V circuits with emergency power are required for Intelligent Key Cabinets (IKC) and Intelligent Programming Devices (IPD). New Category 6A Ethernet cabling drops are also required. VA OIT will provide IP addresses, VLAN configuration, and switch port activation.

Contract Details

  • Contract Type: Firm-Fixed-Price Construction Contract.
  • Estimated Value: $2,000,000.00 to $5,000,000.00.
  • Period of Performance: 365 calendar days, with a one-year Guarantee Period of Service.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14).
  • Submission: Proposals must be submitted electronically to Gislaine.Dorvil@va.gov. Original Bid Bonds must be received at the NCO 15 office in Leavenworth, KS.
  • Evaluation: Award will be based on the Lowest Price Technically Acceptable (LPTA) method. Technical acceptability factors include Relevant Past Performance (subcontractor experience of $750k+ may be considered), Technical Construction Experience of the Prime Contractor, Technical Experience of Proposed Key Staffing, Technical Construction Experience of Proposed Electronic Key Manufacturer/Suppliers/Installers, and Contractor Safety Plan.
  • Regulatory Compliance: Compliance with USACE EM 385-1-1 (2024 edition) and OSHA 29 CFR 1926 is required. ICRA level for this project is Class 2.

Key Clarifications & Requirements

  • Government-Furnished Property: No GFP for this project; it is turnkey.
  • Warranty: A 4-hour onsite response is required 24/7/365.
  • As-Built Drawings: Will be delivered within 15 days of the entire project's completion.
  • Video Retention: A minimum of 30 days of video retention is required.
  • FICAM Compliance: FICAM-compliant (PIV/CAC) readers are required for Boiler Plants.

Important Notes

All contractors and joint ventures must be registered in SAM and VetBiz by the proposal due date. Payment and Performance bonds are required.

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
Download
Download
Download
Download
Download

Versions

Version 9Viewing
Solicitation
Posted: Mar 18, 2026
Version 8
Solicitation
Posted: Mar 17, 2026
View
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
657-26-105, Upgrade Interior Physical Security | GovScope