Z2DA--657-24-110JB - FCA Replace Roofs on Buildings 1, 52, 53

SOL #: 36C25526R0041Pre-Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

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) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 19, 2025
2
Last Updated
Mar 30, 2026
3
Response Deadline
Jan 27, 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 Firm-Fixed-Price construction contract to replace roofs on Buildings 1, 52, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project addresses Facility Condition Assessment (FCA) deficiencies. Proposals are due by April 23, 2026.

Scope of Work

This contract requires construction services for the complete demolition and removal of existing roofing systems, followed by the installation of new roofing components, including roof deck insulation and new membrane systems. The project covers approximately 30,000 sq ft for Building 1, 35,000 sq ft for Building 52, and 24,500 sq ft for Building 53. All work must conform to the "release for construction" project drawings and specifications, and adhere to all Records Management and Privacy Language requirements.

Contract Details & Timeline

  • Contract Type: Firm-Fixed-Price
  • Estimated Value: Between $2,000,000.00 and $5,000,000.00
  • Period of Performance: 365 calendar days after Notice to Proceed (NTP)
  • Proposal Due: April 23, 2026, by 3:00 PM CDT
  • Site Visit: April 9, 2026, at 9:00 AM CT (highly encouraged)
  • Questions Due: April 23, 2026

Eligibility & Set-Aside

This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors, including Joint Ventures, must be certified in SBAVetCert and registered in SAM.gov at the time of proposal submission through award. Teaming arrangements other than VA SDVOSB Joint Ventures will not be considered. The applicable NAICS Code is 236220 with a small business size standard of $45.0 million.

Submission & Evaluation

Proposals must be submitted electronically to maria.hoover@va.gov and kevin.farrell@va.gov. Award will be made using the Lowest Price Technically Acceptable (LPTA) process. Technical acceptability factors include: Relevant Past Performance, Prime Contractor Technical Construction Experience, Roofing Contractor Technical Construction Experience, Key Personnel Qualifications, and Prime Contractor Safety Plan. The government plans to award without discussions but reserves the right to hold them. A Bid Bond is required.

Additional Notes

Offerors are responsible for monitoring SAM.gov for any amendments. No hard copies of the solicitation or drawings will be provided.

People

Points of Contact

Maria G HooverContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Mar 30, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 5, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 19, 2025