Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2026 SAM #8889
SOLICITATION NOTICE

Y -- VA STLHCS-JC Northeast Parking Structure Pre-solicitation Notice

Notice Date
3/27/2026 1:57:42 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-26-R-A023
 
Response Due
4/16/2026 4:00:00 PM
 
Archive Date
04/16/2026
 
Point of Contact
Scott Morrison, Phone: 8163893978
 
E-Mail Address
scott.morrison@usace.army.mil
(scott.morrison@usace.army.mil)
 
Description
THIS IS A PRESOLICTIATION NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL. The Kansas City District, United States Army Corp of Engineers (USCE), has a need for Design-Build construction services to construct a parking structure that will provide a minimum of 627 parking stalls over seven levels (6 stories) of parking at the John J. Cochran Veterans Hospital in St. Louis, MO. Each level of the structure will be approximately 35,650 square feet and support 1 additional level of parking which may be added in the future. The structure may be cast in place, or precast. The scope includes electrical and telecommunications rooms, elevators, site work, walk-ways, access points, wayfinding, and a parking space counting system. This acquisition is using FAR Subpart 36.3 Two-Phase Design-Build Selection Procedures. In Phase 1 of the two-phase selection procedure, Offerors will submit performance capability proposals (past performance, management, staffing) demonstrating their capability to successfully execute design build construction work under the contract resulting from this solicitation. The Government will evaluate the Phase 1 proposals and intends to invite (down-select) a target of three most highly rated Phase 1 offerors to compete in Phase 2 for the design build construction contract. Offerors must submit a complete Phase 1 proposal to be considered for Phase 2. PHASE 1 DOES NOT INVOLVE A PRICING SUBMISSION. In Phase 2, a solicitation amendment will be issued to only the down-selected offerors from Phase 1, inviting them to submit a concept design solution, small business participation plan, and price proposals that conform to the Phase 2 submission, evaluation, and performance requirements. The Phase 1 D-B Request for Proposal will be available on the SAM.gov website, on or about 13 April 2026. Proposals will be due approximately 35 days later. A formal site visit and pre-proposal conference will be scheduled in Phase 2, with details provided for those in Phase II Request for Proposal. The magnitude of this design-build construction project is between $45,000,000.00 and $60,000,000.00. The North American Industry Classification System (NAICS) Code for this project is 236220-Commercial and Institutional Building Construction with a Small Business Size standard of $45,000,000.00. This solicitation is being issued as a full and open unrestricted procurement. The estimated period of performance is estimated to be about 1,007 calendar days from Notice to Proceed (NTP). Bid bond will be required with your proposal in the amount of 20% of the offeror proposed price of $3,000,000.00, whichever is less. Performance and Payment Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. The RFP will result in the award of a single firm fixed price (FFP) design-build construction contract. Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system, and Procurement Integrated Enterprise Environment (PIEE). Both systems are Federal Government owned and operated free web sites. All vendors must verify their information through these websites. The points of contact for administrative or contractual questions is David Walsh at david.j.walsh@usace.army.mil, Michael France at michael.g.france@usace.army.mil, and Scott Morrison at scott.morrison@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6d23a5f4ccb246c7bbdaf80deecb9386/view)
 
Place of Performance
Address: St. Louis, MO. USA 63106
Zip Code: 63106
 
Record
SN07760140-F 20260329/260327230039 (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.