Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2026 SAM #8866
SOLICITATION NOTICE

56 -- DESIGN-BUILD CONSTRUCTION FOR UPGRADE PERIMETER SECURITY VA MEDICAL CENTER (VAMC), MARTINSBURG, WV

Notice Date
3/4/2026 5:09:23 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20001 USA
 
ZIP Code
20001
 
Solicitation Number
36C10F26R0037
 
Response Due
3/18/2026 12:00:00 PM
 
Archive Date
04/17/2026
 
Point of Contact
ANDREW PAGE, CONTRACTING OFFICER, Phone: (615) 710-5742
 
E-Mail Address
ANDREW.PAGE@VA.GOV
(ANDREW.PAGE@VA.GOV)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
NO PROPOSALS ARE BEING REQUESTED AT THIS TIME. THIS NOTICE SERVES AS THE 15 DAY PRE-SOLICITATION NOTICE PRIOR TO ISSUANCE OF THE FORMAL SOLICITATION. DESCRIPTION: The Department of Veterans Affairs (VA), Office of Information & Technology (OIT), IT Space and Facilities Management, maintains the Capital Region Readiness Center (CRRC), a Mission-Critical facility, located on the premises of the VA Medical Center (VAMC) campus in Martinsburg, WV. This requirement is for a Design-Build (DB) contract to design and install a perimeter security hardening (fencing, guard gate, bollards, etc.) of the CRRC facility that meets the requirements of the current VA Physical Security and Resiliency Design Manual (PSRDM) and VA Technical Information Library (TIL). The Design-Build Contractor (DBC) shall provide all resources necessary for full design and construction including site verification (surveying, underground utility location, etc.), equipment, labor, material, installation etc., for the deliverables described in this Statement of Work (SOW), except as otherwise specified. TYPE OF CONTRACT AND NAICS: This acquisition will result in one (1) Firm Fixed Price Contract. The contract period of performance is anticipated to be 6 months from issuance of the Notice to Proceed (NTP). � The North American Industry Classification System (NAICS) code is 238990-All Other Specialty Trade Contractors, with size standard of $19,000,000. TYPE OF SET-ASIDE: This acquisition is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) competition. CONSTRUCTION MAGNITUDE: In accordance with VAAR 836.204, the magnitude of this construction project is anticipated to be between $2,000,000 and $5,000,000. SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process. This is a Two Phase Design-Build procurement process in accordance with FAR Parts 36 and 15. Potential offerors are invited to submit their performance and capability information as will be described the Solicitation for review and consideration by the Government. Evaluation Factors for Phase One include Technical Approach, Specialized Experience, and Past Performance. Phase Two is anticipated to include factors such as Management Approach, Schedule, and Price. � Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation for Phase One on or about 19 March 2026 and approximate closing date is on or about 17 April 2026. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SITE VISIT: Site visit information will be posted with the solicitation. It is anticipated that a virtual Industry Day will be held for Phase One, with a site visit held for those Offerors that remain in Phase Two. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management (SAM) website, https://www.sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at https://www.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at https://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contracting Officer Andrew Page at Andrew.Page@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a46f570f789346cfb9e2e9385274d288/view)
 
Place of Performance
Address: 510 BUTLER AVENUE, MARTINSBURG, WV 25405, USA
Zip Code: 25405
Country: USA
 
Record
SN07734600-F 20260306/260304230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.