Y1DZ--620A4-22-103 Replace Roofs Castle Point

SOL #: 36C24226B0004Solicitation

Overview

Buyer

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

Place of Performance

Castle Point, NY

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Hospital Buildings (Y1DZ)

Set Aside

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

Timeline

1
Posted
Nov 19, 2025
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 6, 2026, 2:45 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) is soliciting bids for the replacement of roofs and facade repairs at the VA Hudson Valley Healthcare System, Castle Point Campus in Castle Point, NY. This is a Firm-Fixed-Price contract with an estimated magnitude between $5,000,000 and $10,000,000. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bids are due March 6, 2026, at 09:45 AM EST.

Scope of Work

The project, identified as 620A4-22-103, involves general construction, alterations, architectural removal and restoration, asbestos and lead remediation, demolition of existing roof materials, and installation of new roofing systems for Buildings 16, 18, 19, 20, 21, and their interconnecting corridors. Facade repairs include tuckpointing, sealcoat, structural integrity work, caulking, painting, and anchor removal. Hazardous material abatement is required for asbestos and lead paint identified in various building components. The contractor must maintain 24/7 facility operations, coordinating any service interruptions with the VA. Mandatory use of the VISN 2 Autodesk Build Construction management platform (ACC) is required.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: 730 calendar days from Notice to Proceed (NTP)
  • Estimated Value: $5,000,000 - $10,000,000
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45M size standard
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • Bonds: Bid bond required for bids exceeding $150,000; Performance and Payment Bonds required for contracts exceeding $150,000.

Submission & Evaluation

  • Response Due: March 6, 2026, at 09:45 AM EST
  • Submission Method: Electronically via email to Dany.Humphreys2@va.gov
  • Bid Opening: March 6, 2026, at 10:00 AM EST via TEAMS
  • Pre-bid Site Visit: A strongly encouraged site visit was held on February 12, 2026, at 10:00 AM EST at Building 9 Engineering Conference Room, VAMC Castle Point Campus. No other site visits will be allowed.
  • RFI Deadline: All questions were due by February 19, 2026, at 4:00 PM EST.
  • Eligibility: Offerors must be registered in SAM.gov with a Unique Entity Identifier and verified/certified as SDVOSB in the SBA Small Business Search at the time of bid submission and award.
  • Restrictions: No contract shall be awarded to Fellenzer Engineering or its subsidiaries or affiliates.
  • Compliance: Offerors must acknowledge all solicitation amendments and submit the annual Vets4212 Report. Do not include New York State sales and compensating use taxes for materials incorporated into VA real estate.

Key Clarifications & Requirements

Recent amendments and RFI responses provide critical details:

  • Hazardous Materials: Asbestos and lead paint are identified in various areas (roofs, flashing, facade paint, ladders, ventilators). Abatement is required, with specific drawings (HA-100 to HA-106) and a survey report detailing locations. Negative exposure assessment (NEA) testing for lead paint is required on the first day of demolition.
  • Roofing Specifications: Full deck replacement is anticipated for deteriorated shingled roof areas. A 60 mil EPDM membrane is specified for flat roofs; TPO roofing systems will not be accepted. Flat insulation on sloped areas and tapered insulation for positive drainage are required, with total assembly thickness potentially reaching 18-19 inches.
  • Fall Protection: A certified inspector must verify existing roof anchor posts. The contractor is responsible for replacement if inadequate, including a $50,000 allowance in the bid for such repairs.
  • Work Conditions: After-hours work is mandatory for essential equipment shutdowns. Only one building can be under active construction at a time. Contractor staging areas must be coordinated. All personnel require background investigations and PIV badging (2-4 weeks processing). Site mobilization is prohibited until ACC training and submittals are approved.
  • Subcontracting: For general construction, offerors must certify they will not pay more than 85% of the contract amount to firms that are not certified SDVOSBs or VOSBs (materials excluded).
  • Buy American Act: Offerors must complete and submit the Buy American Certificate, certifying domestic content of end products.

People

Points of Contact

Dany HumphreysContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

Version 8
Solicitation
Posted: Mar 5, 2026
View
Version 7
Solicitation
Posted: Mar 3, 2026
View
Version 6Viewing
Solicitation
Posted: Mar 3, 2026
Version 5
Solicitation
Posted: Feb 24, 2026
View
Version 4
Solicitation
Posted: Feb 19, 2026
View
Version 3
Solicitation
Posted: Jan 29, 2026
View
Version 2
Solicitation
Posted: Jan 29, 2026
View
Version 1
Pre-Solicitation
Posted: Nov 19, 2025
View