Y1DA--NRM-CONST- 561A4-26-501 Replace Roof Building 143 - Design-Build

SOL #: 36C24226R0071Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

Place of performance not available

NAICS

Roofing Contractors (238160)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 3, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Apr 6, 2026, 6:00 PM

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), Network Contract Office 02, is soliciting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Firm-Fixed-Price, Two-Phase Design-Build contract to replace the roofing system on Building 143 at the VA New Jersey Healthcare Systems in Lyons, NJ. This opportunity, identified as NRM-CONST- 561A4-26-501, addresses a deteriorating roof on a historically significant building. Proposals are due April 6, 2026, at 2:00 PM EDT.

Scope of Work

This project requires comprehensive design and construction services for the complete removal and replacement of the roofing system on Building 143. Key deliverables include:

  • Roofing System Replacement: Design and installation of new roofing, including gutters (copper with soldered connections), leaders, lightning protection, and snow guards. An allowance for up to 100% decking replacement is included.
  • Demolition: Removal of existing roofing, damaged decking, lightning protection, gutters, and downspouts.
  • Hazardous Materials: Provision of a PIH/CIH consultant for asbestos inspection report review and coordination; abatement and disposal of hazardous materials if encountered.
  • Compliance & Coordination: Adherence to various codes (IEBC 2021, ADA, IFC 2021, VA Seismic Requirements) and environmental regulations. Coordination with the State of New Jersey regarding Historic Building Preservation, as the campus is on the National Register of Historic Places.
  • Engineering & Safety: Architectural, structural, and M.E.P. engineering design, along with Infection Control Risk Assessment (ICRA), Interim Life Safety Measures (ILSM), and Water Infection Control Risk Assessment (WICRA).
  • Site Management: Daily and final site cleanup, disposal of debris, and coordination with the facility for material deliveries, storage, and potential utility shutdowns. Temporary facilities (barriers, dust containment) are required.
  • Platform Use: All contract submissions and correspondence must utilize the Autodesk Build Construction Management Platform (ACC).

Contract Details

  • Contract Type: Firm-Fixed-Price Design-Build.
  • Procurement Method: Two-Phase Design-Build Selection Procedures (FAR Part 36.3) using a Trade-off Process (FAR Part 15).
  • Estimated Magnitude: Between $2,000,000 and $5,000,000.
  • Period of Performance: 90 calendar days for design and 60 calendar days for construction, totaling 150 calendar days from the Notice to Proceed.
  • NAICS Code: 238160 (Roofing Contractors) with a $19 Million size standard.
  • Wage Determination: Wage Determination No. NJ20260042 (Somerset County, New Jersey) applies.

Eligibility & Set-Aside

This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered in SAM.gov and verified as an SDVOSB in www.vip.vetbiz.gov (or SBA Small Business Search) at the time of offer submission and before award. Submission of the annual Vets4212 Report is required.

Submission & Evaluation

This is a two-phase procurement. Phase I involves technical proposal evaluation to determine advancement to Phase II. Phase II includes further technical evaluation and pricing. Award will be made on a Best Value basis, considering quality, price, and other factors. Technical evaluation weightings include 60% Construction Management, 20% Past Performance, 10% Schedule, and 10% Small Disadvantaged Business participation.

  • Requests for Information (RFIs) Due: Thursday, March 19, 2026, 1:00 PM EDT.
  • Proposals Due: Monday, April 6, 2026, 2:00 PM EDT.
  • Submission Method: Electronically via email to mitchelle.labady@va.gov. Hardcopy and faxed proposals will not be accepted.
  • Requirements: Bonding is required (Bid Guarantee for Phase II). Price proposals must allow for at least 120 calendar days for Government acceptance. Offerors must acknowledge all amendments and comply with the updated FAR clause 52.225-9, Buy American-Construction Materials (DEVIATION NOV 2025).

Contact Information

Primary Point of Contact: Mitchelle R Labady, Contract Specialist, mitchelle.labady@va.gov.

People

Points of Contact

Mitchelle R LabadyContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 13, 2026
Version 2
Solicitation
Posted: Mar 6, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 3, 2026
View
Y1DA--NRM-CONST- 561A4-26-501 Replace Roof Building 143 - Design-Build | GovScope