- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
VA STLHCS-JC Northeast Parking Structure Pre-solicitation Notice
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Apr 16, 2026. Industry: NAICS 236220 • PSC Y1LZ.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 25 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.