Y1BG--620A4-22-700 EHRM Infrastructure Upgrades Construction Castle Point VA Medical Center; Wappinger Falls NY
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), is conducting market research via a Sources Sought Notice for the EHRM Infrastructure Upgrades Construction project at the VA Hudson Valley Healthcare System Castle Point Campus in Wappingers Falls, NY. This is not a solicitation, but seeks to identify potential sources for a future competitive, firm-fixed-price, design-bid-build contract. Responses are due February 26, 2026, at 2:00 PM ET.
Scope of Work
The project involves comprehensive infrastructure improvements across multiple buildings (1, 7, 8, 9, 13, 15E, 15H, 16, 17, 18, 19, 20, 21, 35, 44, 88, 111) and the campus site. Key improvements include:
- Electrical: Panel upgrades, normal/emergency power, bonding, UPS.
- HVAC: Assessment for new and upgrades to existing systems.
- Space Reconfiguration: Renovation, expansion, and new construction (demo, finishes, cable).
- Data Center: Construction of a new data center (site work, utilities, HVAC, UPS, power distribution, cable management, finishes).
- Communications: New data outlets, patch panels, Cat 6A cable upgrades, fiber infrastructure backbone upgrades (campus-wide and between buildings), diversified WAN path.
- Security: Physical security upgrades.
- Environmental: Hazardous material abatement.
Contract & Timeline
- Type: Sources Sought / Market Research (anticipates competitive, firm-fixed-price, design-bid-build contract).
- Magnitude: Between $20,000,000.00 and $50,000,000.00.
- Duration: Estimated 730 calendar days from Notice to Proceed.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 million.
- Set-Aside: To be determined based on market research.
- Response Due: February 26, 2026, at 2:00 PM ET.
- Published: February 12, 2026.
- Anticipated Solicitation: Mid-April 2026.
Capability Statement Requirements
Interested parties must submit a capabilities statement (max 9 single-sided pages, 12-point font, single-spaced, single PDF < 4MB) addressing:
- Company name, UEI, address, POC, phone, email.
- Business size (NAICS 236220) and type (e.g., SDVOSB, SB).
- Statement of Interest.
- Bonding capacity (letter of intent, in line with project magnitude).
- Past Performance: Up to three contracts within the last seven years of comparable size, complexity, and scope, including self-performed effort details.
- Project Labor Agreement (PLA) Questionnaire: Must be completed and returned.
Additional Notes
This notice is for information and planning only; it is not a commitment by the Government. Responses will inform the final procurement method (RFP or IFB) and potential socio-economic set-aside. No evaluation letters will be issued. Monitor SAM.gov for future solicitation release.