SOLICITATION NOTICE
Z -- PN: 636-26-504 Correct Site Deficiencies (GI) 36C263-26-AP-1758
- Notice Date
- 3/6/2026 9:22:28 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26326R0046
- Archive Date
- 04/05/2026
- Point of Contact
- Angie Frost, Contracting Officer, Phone: 651-293-3070
- E-Mail Address
-
Angela.Frost2@va.gov
(Angela.Frost2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- This is a Pre-Solicitation Notice regarding project: 636-26-504, Correct Grand Island Safety and Access Deficiencies for the VA Nebraska-Western Iowa Health Care System (VANWIHCS) at the Grand Island VA Medical Center in Grand Island, Nebraska. The Department of Veterans Affairs, Network Contracting Office 23 (NCO 23), is preparing to issue a Two-Phase solicitation for a Design-Build contract for this project. Note: This is a Pre-Solicitation Notice only, the Solicitation will not be posted for at least 15 days from the date of this notice. This is NOT a request for proposal. Estimated SOLICITATION DATE (Phase I): on or about 03/30/2026 Estimated AWARD DATE: 08/31/2026 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. THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. In accordance with Public Law 109-461 and VAAR 819.7003 (b), bidders must be registered, certified, and listed in the SBA certification database at � https://veterans.certify.sba.gov/ as a SDVOSB/VOSB. Only bids from verified SDVOSB s at SBA certification database at the time of proposal submission shall be deemed responsive. All non-responsive bids shall be rejected and ineligible for award. Project Overview The project will require the selected contractor to provide all design, labor, materials, tools and equipment, and construction services necessary for the design and construction of the project: 636-26-504 Correct Grand Island Safety and Access Deficiencies as defined by the Performance of Work Statement (PWS). The Two-Phase Design-Build solicitation and evaluation process shall be conducted in accordance with Revolutionary FAR Overhaul (RFO) 36.101-2 -Two-Phase Design-Build Selection Procedures. The issued Request for Proposal (RFP) shall set forth the requirements for responding to Phase I of the solicitation, as well as all technical evaluation factors and sub-factors for both Phase I and Phase II. At the closing date of the Phase I Solicitation, the government shall evaluate responsive proposals received in response to Phase I of the solicitation. No more than five (5) contractors will move forward to Phase II. Only those successful firms selected as a result of Phase I evaluations will be requested to submit technical and pricing proposals for Phase II. Phase II proposals shall be evaluated in accordance with the Phase II Evaluation Process. Background. This project will require a Design-Build Team to design, provide, install and commission the following requirements for the VANWIHCS at the Grand Island Veterans Affairs Medical Center and grounds: Demolish and replace the steps, ramps, Americans with Disability Act (ADA) compliant handrails, curbs, curb access ramps, and other concrete at the terraced West Entrance to Building 1 (Primary Building). Install two loading dock levelers at the loading dock located on the east side of Building 1. Demolish and reinstall stairs, ADA accessible ramp, and ADA compliant handrails at the east entrance to Building 6 and install an ADA compliant entrance door. Demolish and reinstall stairs, ADA accessible ramps, and ADA compliant handrails at the entrances for Buildings 8 and 9. Conduct multiple concrete repairs at designated locations on site sidewalks. Successful offeror will be an integrated Design-Build team including Licensed Architects, Engineers, and Construction specialties to complete the scope of work. At minimum, design will include experienced Architectural, Civil, Structural, Mechanical, Electrical, and Environmental design professionals and construction will include a general contractor and specialty contractors licensed to perform all the work required. All architects and engineers performing final design reviews and approvals must be professionally licensed in their field of practice. NOTE: This Performance of Work Statement (PWS) will refer to the collective Design-Build Team, which includes both Design and Construction, for performance requirements pertaining to the entire scope of work. Where appropriate, Design Team or Construction Team may be used for specificity. All elements of design, construction, and post-construction are included in this PWS. Anticipated Period of Performance: The contract Period of Performance for the design phase shall be 60 calendar days from the Notice of Award. Period of Performance for total design and construction is 198 calendar days from Contract Award. The time stated for completion includes final cleanup of the premises, as-builts and closeout documents. All prospective bidders must have a Unique Entity Identifier (UEI) and must be registered and active in the SAM database (http://www.sam.gov). All prospective bidders must complete electronic online Representations and Certifications within SAM. The eventual awardee shall also have on file a current Department of Labor VETS4212 Federal Contractor Reporting filing at https://www.dol.gov/agencies/vets/programs/vets4212 (if applicable).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4a19829b9bb14e23a108538078af5cf4/view)
- Place of Performance
- Address: VA Nebraska-Western Iowa Health Care System Omaha VA Medical Center 4101 Woolworth Avenue, Omaha 68105, USA
- Zip Code: 68105
- Country: USA
- Zip Code: 68105
- Record
- SN07737030-F 20260308/260306230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |