SOURCES SOUGHT
Z -- 657-26-105, Upgrade Interior Physical Security
- Notice Date
- 12/18/2025 9:24:09 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25526Q0123
- Response Due
- 1/5/2025 12:00:00 PM
- Archive Date
- 01/06/2026
- Point of Contact
- Gislaine Dorvil, Phone: 9139461139, Tim Parison, Phone: 9139461140
- E-Mail Address
-
Gislaine.Dorvil@va.gov, timothy.parison@va.gov
(Gislaine.Dorvil@va.gov, timothy.parison@va.gov)
- Small Business Set-Aside
- SDVOSBS SDVOSB Sole Source
- Description
- Sources Sought Notice Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) Saint Louis City, Missouri VA Medical Center Project 657-26-105, Upgrade Interior Physical Security NAICS Code: 236220, Commercial and Institutional Building Construction, small business size standard $45.0M Synopsis: Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 15 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms to provide hospital flooring restoration/installation. Responses to this notice must be submitting in writing (email) and must be received no later than January 5, 2026, at 2:00PM CST. Email: gislaine.dorvil@va.gov No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, address and a capability statement. Project magnitude is anticipated between $1,000,000.00 and $5,000,000.00. (VAAR 836.204) Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award https://www.sam.gov/SAM/pages/public/index.jsf Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Vendor Information Pages (VIP) at https://vetbiz.va.gov/vip/. Description of Project 657-26-105, Upgrade Interior Physical Security at the Sain Louis City, MO VAMC, John Cochran Division. This project will upgrade the security of its campus by conducting a rekey with electronic cores and keys, using the Medeco XT system or approved equal as the basis of design. This upgrade will include electronic cores and keys, software, key chargers, and remote programmer station. Also, installing motion intrusion equipment and security cameras monitored by VA Police, upgrading fire doors with security wire mesh embedded glass, adding metal exclusion cages around select windows, and installing emergency door marker signage for identification purposes. This project will upgrade key control to one key way with side-cut keys and improved hierarchy to minimize access to those with true needs. John Cochran Campus - Replace approximately 2000 key cores, Replace approximately 200 locksets (door handle hardware), Cut approximately 2000 keys. Provide compatible key cutting machine and training to technicians, Provide 500 additional cores and 1000 additional keys for future cutting. Provide key pinning matrix for all optional core/key combinations under the complete Grand Master hierarchy. Jefferson Barracks - Replace approximately 2600 key cores. Replace approximately 260 locksets (door handle hardware). Cut approximately 2000 keys. Provide compatible key cutting machines and training to technicians. Provide 500 additional cores and 1000 additional keys for future cutting. Provide key pinning matrix for all optional core/key combinations under the complete Grand Master hierarchy. Justification: Key control is out of control as current standard 6-pin keys can be copied at a public kiosk and shared amongst employees and others. Converting to a side cut key reduces the ability for unauthorized reproduction and distribution. A Request for proposal is estimated to be published on SAM.GOV on or after January 10, 2026. The site visit will be clarified in the solicitation. Interested bidders are highly encouraged to attend. Period of performance is expected to be approximately 365 calendar days.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a6fc4cfecf894e1aa4dd9eb20de7668f/view)
- Place of Performance
- Address: Saint Louis, MO 63125, USA
- Zip Code: 63125
- Country: USA
- Zip Code: 63125
- Record
- SN07670683-F 20251220/251218230044 (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 |