Opportunity
SAM #36C25526R0108
VA Solicitation for Major Road, Parking, and Sidewalk Repairs at Colmery O'Neil VAMC, Topeka, KS
Buyer
VA Health Administration Network Contracting Office 15
Posted
April 08, 2026
Respond By
March 03, 2026
Identifier
36C25526R0108
NAICS
237310, 237990, 238910, 236220
This opportunity involves the Department of Veterans Affairs seeking a qualified contractor for major infrastructure repairs at the Colmery O'Neil VA Medical Center in Topeka, Kansas. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 15 (Leavenworth, KS) - Scope of Work: - Repair and reconstruction of roads, parking areas, and sidewalks - Includes general clearing, demolition, paving, sidewalk reconstruction, ADA retrofitting, and construction of pedestrian entrance ramps - Contractor must provide all tools, labor, materials, equipment, permits, licenses, and supervision - At least 15% of general construction labor must be performed by the contractor - Set-Aside & Requirements: - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - NAICS code 236220 (Commercial and Institutional Building Construction) - Estimated Value: - Project value estimated between $5,000,000,000 and $10,000,000,000 - Period of Performance: - 270 calendar days after Notice to Proceed, including final inspection and clean-up - Location: - Colmery O'Neil VA Medical Center, 2200 Gage Blvd., Topeka, KS 66622 - No specific OEMs, vendors, or proprietary products are mentioned in the solicitation.
Description
Sources Sought Notice
Page 3 of 4 Pre-Solicitation Notice Page 1 of 4 DESCRIPTION Pre-Solicitation Notice
Page 4 of 4 Sources Sought Notice Page 1 of 4 Page 1 of
Title of Project: 589A5-23-188, FCA REPAIR ROADS, PARKING, AND SIDEWALKS.
General Scope of Work: The contractor shall provide all necessary tools, labor, materials, equipment, permits, license, and supervision for
Repair Roads, Parking and Sidewalks in accordance with the drawings and specifications. Work includes, but is not limited to general clearing, demolition & paving of roads and parking areas. Demolition and reconstruction of sidewalks, ADA retrofitting, and building entrance ramps for pedestrians..
. Period of Performance is 270-Days after NTP.
The facility location: VISN 15/ Colmery O Neil VAMC, 2200 Gage Blvd. Topeka, Kansas 66622.
Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, this procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
The estimated cost magnitude is between $5,000,000,000 and $10,000,000,00. The North American Industry Classification Code (NAICS) for this procurement is 236220 with a small business size standard $45.0 million. The duration of the project is estimated to be 270 - calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 15 percent of the General Construction labor for NAICS Code 236220. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the Beta SAM Business Opportunities (https://beta.sam.gov/) website, which may be issued to this pre-solicitation.
In accordance with VAAR 852.219-75(a)(1)(ii), in the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in VAAR 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in VAAR 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM (System of Award Management) under the applicable NAICS. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration prospective (SDVOSB) and (VOSB) contractors must be registered in the VIP database which is now the Veteran Small Business Certification (VetCert) under the applicable NAICS. Firms may obtain SAM- information at http://www.SAM.gov and VIP information at Veteran Small Business Certification (sba.gov). The solicitation package and drawings should be available for download on or after April 09, 2026, and the estimated proposal due date will be on May 12, 2026. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to timothy.fitzgerald@va.gov and ensure that the subject line reads, Project 589A5-23-188, FCA REPAIR ROADS, PARKING, AND SIDEWALKS.
END of NOTICE