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 10, 2026, 1:45 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), Network Contract Office 02, is soliciting bids for the replacement of roofs and repair of facades at the VA Hudson Valley Healthcare System, Castle Point Campus, NY. This is a Firm-Fixed-Price Solicitation set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated magnitude between $5M and $10M. Offers are due by March 10, 2026, at 09:45 AM EDT.

Scope of Work

This project (620A4-22-103) involves comprehensive general construction, alterations, architectural removal and restoration, and hazardous material remediation. The scope includes replacing roofs and repairing facades on Buildings 16, 18, 19, 20, 21, and their interconnecting corridors. Specific design services include phased renovation for flat roofs (Building 18) and shingled pitched roofs (Buildings 19, 20, 21), along with exterior facade repairs such as tuckpointing, sealcoat, and structural integrity work.

Key requirements include:

  • Hazardous Materials: Abatement of identified asbestos and lead paint on facades and roofs, as detailed in the Survey Report.
  • Roofing Systems: Mandatory use of EPDM membrane (90-mil non-reinforced or 75-mil reinforced with 30-year warranty). TPO roofing systems are not accepted. Minimum R-33 insulation (R-10 minimum at any location, 1.5-inch minimum tapered insulation).
  • Fall Protection: Contractor responsible for verifying and replacing inadequate existing roof anchor posts, with a $50,000 allowance for repairs/replacements.
  • Allowances: A $50,000 allowance must be included for additional repairs discovered during construction. Unit prices are required for specific items.
  • Operational Constraints: Contractor must maintain 24/7 facility operations, coordinate service interruptions, and perform after-hours work for essential equipment shutdowns. Only one building can be under active construction at a time.
  • Technology: Mandatory use of the VISN 2 Autodesk Build Construction management platform (ACC).
  • Personnel: Requires background investigations, PIV badging (2-4 weeks processing), and dedicated Site Safety and Health Officer (SSHO) and Quality Control Manager (QCM).

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: 730 calendar days from Notice to Proceed for construction. Design period is 300 days from NTP.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SAM.gov registered with UEI and verified/certified as SDVOSB in the SBA Small Business Search at bid submission and award. Vets4212 Report is required.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard $45M.
  • Bonds: Bid bond, Performance, and Payment Bonds are required for bids/contracts exceeding $150,000.
  • Subcontracting: General construction contractors must not pay more than 85% of the contract amount to non-SDVOSB/VOSB firms (excluding materials). A "Buy American Certificate" is also required.
  • Wage Rates: Bidders must adhere to General Decision Number NY20250007 (effective 08/22/2025) for Building, Heavy, and Highway Construction in Dutchess, Orange, Sullivan, and Ulster Counties, New York.

Submission & Evaluation

  • Offers Due: March 10, 2026, at 09:45 AM EDT.
  • Bid Opening: March 10, 2026, at 10:00 AM EST via TEAMS.
  • Submission Method: Electronically via email to Dany Humphreys (dany.humphreys2@va.gov).
  • Amendments: Offerors must acknowledge all solicitation amendments.
  • Pre-bid Site Visit: A site visit was held on February 12, 2026. A sign-in sheet is available.
  • RFI Responses: All RFI responses have been issued via amendments, clarifying technical specifications, material requirements, and scope details.

Additional Notes

No contract shall be awarded to Fellenzer Engineering or its subsidiaries or affiliates. Bids should not include New York State sales and compensating use taxes for materials incorporated into VA real estate.

People

Points of Contact

Dany HumphreysContracting OfficerPRIMARY

Files

Files

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

Versions

Version 8Viewing
Solicitation
Posted: Mar 5, 2026
Version 7
Solicitation
Posted: Mar 3, 2026
View
Version 6
Solicitation
Posted: Mar 3, 2026
View
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