Awarded ContractSolicitation

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

DEPARTMENT OF VETERANS AFFAIRS 36C24226B0004
Total Obligated
$6,492,000
SAM.gov
Current Recipient
IRON SWORD ENTERPRISES, LLC WALLKILL
Mar 16, 2026
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting bids for the "Replace Roofs Castle Point" project (Project No. 620A4-22-103), which involves comprehensive roof replacement and façade repair at the Castle Point facility. The project encompasses general construction, asbestos and lead remediation, and installation of new roofing systems on multiple buildings, with a focus on ensuring compliance with safety and environmental regulations. This procurement is particularly significant as it aims to enhance the structural integrity and safety of the facility, which serves veterans. Interested contractors must submit their bids by 9:45 AM EST on March 5, 2026, to Dany Humphreys at dany.humphreys2@va.gov, with a projected contract value between $5 million and $10 million and a performance period of 730 calendar days from the Notice to Proceed.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1DZ
CONSTRUCTION OF OTHER HOSPITAL BUILDINGS

Solicitation Documents

22 Files
21-442 - VA Castle Point Roofing Responses RFI Final.docx
Word20 KB3/5/2026
AI Summary
This Pre-Bid RFI #5 submission addresses key questions and clarifications for RFP 620A4-22-103, concerning roof replacement and façade repair. The document specifically clarifies the treatment of textured paint on B19, B20, & B21 facades as non-friable asbestos-containing material, to be handled similarly to waterproofing. It explicitly states that all references to deduct alternates should be disregarded, confirming the project is to be bid as a complete project without such deductions. Furthermore, the RFI clarifies that the bid must include a $50,000 allowance for additional repairs found during construction and requires line-item unit prices for various materials as detailed in GI-003, such as fire-resistant lumber and brick repair. These clarifications aim to ensure consistent and complete bid submissions for the project.
Sign In Sheet Site Visit.pdf
PDF559 KB3/5/2026
AI Summary
This document from the U.S. Department of Veterans Affairs (VA), specifically the Veterans Health Administration, Regional Procurement Office East, and Network Contracting Office 2, details information related to project 620A4-22-103,
36C24226B0004 0007.docx
Word17 KB3/5/2026
AI Summary
Amendment No. 0007 to Solicitation 36C24226B0004 for Project No. 620A4-22-103,
21-442 - VA Castle Point Roofing - Responses continued.docx
Word17 KB3/5/2026
AI Summary
This document addresses pre-bid inquiries for RFP #620A4-22-103, concerning roof replacement and façade repair. Key clarifications include the requirement for a 30-year warranty for EPDM roofing, necessitating either 90-mil non-reinforced or 75-mil reinforced EPDM if it meets the warranty. Roofs must achieve a minimum R-33 overall insulation value, despite some drawings indicating R-30. Tapered insulation sections require a minimum thickness of 1.5 inches and a minimum R-10 value at any location. Additionally, keynotes referenced on sheets AD-101 and AS-101 are clarified to be located on drawing AS-001. These responses aim to resolve discrepancies and ensure compliance with project specifications for the roof and façade repairs.
36C24226B0004 0006.docx
Word17 KB3/5/2026
AI Summary
Amendment No. 0003 to Solicitation 36C24226B0004 for Project No. 620A4-22-103, "Replace Roofs at Castle Point," extends the deadline for offers. Bids are now due by March 6, 2026, at 9:45 AM EST, and must be submitted to Dany.Humphreys2@va.gov. A bid opening will follow at 10:00 AM EST on the same day via TEAMS. This amendment also includes additional RFI responses. All other terms and conditions of the original solicitation remain unchanged. The Department of Veterans Affairs, Network Contracting Office 2, is administering this project to replace roofs at the Castle Point facility.
21-442 - VA Castle Point Roofing - Pre-Bid Questions.pdf
PDF185 KB3/5/2026
AI Summary
This document addresses pre-bid questions for the 620A4-22-103 Roof Replacement and Façade Repair project. Key concerns include the roofing system's insulation design, with the response clarifying that flat insulation should be used on existing sloped areas and tapered insulation for areas with insufficient slope or at wall/equipment intersections to ensure proper drainage. The project requires mechanical equipment to be raised 18 inches and vent piping 12 inches above the finished roof, with door thresholds and roof assembly adhering to manufacturer recommendations for warranty. The contract explicitly specifies a 60 mil EPDM membrane, rejecting TPO as an alternative due to EPDM's proven longevity and performance. Finally, two specific roof areas identified in a provided photo (areas 1 and 2) are confirmed to be outside the project's scope.
Survey Report CP Roofs.pdf
PDF11059 KB3/5/2026
AI Summary
Egan Environmental Consulting, Inc. conducted an asbestos, PCB, and lead paint survey for the Façade and Roof Replacement project at the Veterans Affairs Medical Center in Castle Point, New York. The survey, performed on behalf of the U.S. Department of Veterans Affairs, identified asbestos in roof fields and flashing on Buildings 16 and 18, and in exterior façade paint, roof fields, and flashing on stair towers of Buildings 19, 20, and 21. Lead paint was found on exterior façades, water tables, window sills of Buildings 19, 20, and 21, and on roof ladders for Buildings 16 and 18, as well as roof ventilators of Buildings 19, 20, and 21. PCB levels in tested materials were below regulatory limits. The report recommends removal of asbestos-containing materials by a licensed contractor and mandates negative exposure assessment testing for lead paint demolition, with waste stream sampling for lead toxicity.
36C24226B0004 0003.docx
Word17 KB3/5/2026
AI Summary
Amendment No. 0003 to Solicitation 36C24226B0004, issued by the Department of Veterans Affairs, Network Contracting Office 2, is for Project No. 620A4-22-103, which involves replacing roofs at Castle Point. This amendment extends the deadline for bids, with bids now due by 9:45 AM EST on March 5, 2026, to be submitted to Dany.Humphreys2@va.gov. A bid opening will follow at 10:00 AM EST on the same day via TEAMS. The amendment also includes RFI responses and a Survey Report as attached documents. All other terms and conditions of the original solicitation remain in effect.
Wage Rates DCNY.docx
Word88 KB3/5/2026
AI Summary
This government RFP, Project 620A4-22-103, seeks Architectural/Engineering (A/E) services for phased renovations of Buildings 18, 19, 20, and 21 at the VA Hudson Valley Healthcare System, Castle Point Campus in Wappinger Falls, NY. The project's objective is to replace roofs, repair building facades (including tuckpointing and sealcoat), address weather intrusion damage, and perform structural integrity repairs. The A/E firm will be responsible for planning, design, and construction management. Key tasks include field investigations, preliminary and final design submissions adhering to VA Design Guides and federal acts like the National Historic Preservation Act and National Environmental Policy Act, and asbestos surveys by a NYS-licensed CIH. Construction period services, though awarded separately, involve responding to RFIs, submittal reviews, site visits, and preparing as-built drawings. The period of performance for design is 300 days from the Notice to Proceed. The project emphasizes safety, compliance with various codes (NFPA, OSHA, etc.), and adherence to prevailing wage rates as outlined in the provided wage determination for Dutchess, Orange, Sullivan, and Ulster Counties.
36C24226B0004.docx
Word121 KB3/5/2026
AI Summary
This solicitation, 36C24226B0004, issued by the Department of Veterans Affairs, Network Contracting Office 2, is a 100% Service-Disabled Veteran Owned Small Business set-aside procurement for the "Replace Roofs Castle Point" project (Project No. 620A4-22-103). The project, estimated between $5,000,000 and $10,000,000, involves general construction, alterations, architectural removal and restoration, asbestos and lead remediation, and new roofing for Buildings 16, 18, 19, 20, 21, and interconnecting corridors at the Hudson Valley Healthcare System, Castle Point Campus. The performance period is 730 calendar days from the Notice to Proceed. Bidders must be registered in SAM.gov as an SDVOSB and submit their annual Vets4212 Report. A pre-bid meeting is scheduled for February 12, 2026, at 10 AM EST. Questions are due by February 19, 2026, at 4 PM EST. Bids, including a bid bond (if exceeding $150,000), must be emailed to dany.humphreys2@va.gov by 9:45 AM EST on March 5, 2026, for an online bid opening at 10 AM EST. The contractor will be required to use the VISN 2 Autodesk Build Construction management platform, and adherence to various FAR and VAAR clauses, including Buy American requirements and limitations on subcontracting, is mandatory. New York State sales and compensating use taxes are exempt for materials incorporated into VA real estate under this contract.
P07 - Wage Rates DCNY.pdf
PDF53 KB3/5/2026
AI Summary
This government file, General Decision Number NY20260001, outlines prevailing wage rates and fringe benefits for heavy dredging construction statewide in New York, effective January 2, 2026. It details various classifications for dredging workers (A1, A2, B1, B2, C1, C2, D) with their respective hourly rates and fringe benefits, including paid holidays and vacation. Incentive pay for specific licenses and certifications is also provided. The document references Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for federal contractors, respectively. It also explains the identifiers for union, union average, survey, and state-adopted wage rates, and outlines the appeals process for wage determinations.
36C24226B0004 0001.docx
Word17 KB3/5/2026
AI Summary
Amendment No. 0001 to Solicitation 36C24226B0004 addresses the "Replace Roofs at Castle Point" project for the Department of Veterans Affairs. This amendment, issued by the Network Contracting Office 2, primarily focuses on providing the corrected Wage Rates (DCNY) for the project. All other terms and conditions of the original solicitation remain unchanged and in full effect. This document ensures that offerors have the most up-to-date wage rate information for their proposals, critical for federal government solicitations.
620A4-22-103 -Specifications.pdf
PDF2942 KB3/5/2026
AI Summary
This government file details the project specifications for a roofing project at the VAMC, Castle Point, identified as VA Project No. 620A4-22-103. The project involves general construction, demolition and removal of existing roof materials, abatement of hazardous materials on facades and roofs, and installation of new roofing on Buildings 16, 18, 19, 20, 21, and interconnecting corridors. The document outlines comprehensive general requirements, including safety protocols, security procedures for personnel and documents, operational and storage area guidelines, phasing of work to ensure continuous Medical Center operations, protection of existing structures and vegetation, restoration efforts, as-built drawing requirements, and a detailed warranty management plan with specific response times for repairs. The project also mandates photographic documentation of construction progress and conditions.
620A4-22-103 Drawings.pdf
PDF56915 KB3/5/2026
AI Summary
The document outlines the comprehensive asbestos abatement, demolition, and construction project (FE PROJECT NO: 21-442) for multiple buildings (16, 18, 19, 20, 21) and connecting corridors. The project, managed by ENGINEERING LLP with Egan Environmental Consulting, Inc. as the Asbestos Abatement Consultant, spans 52 weeks and is divided into nine phases, focusing on roof and facade work. Strict safety protocols, including infection control precautions for Class IV environments, are mandated. The scope includes removing and disposing of various asbestos-containing materials (ACMs) such as roof components, plaster, floor tile, mastic, exterior paint, and contaminated carpet. The contractor must adhere to all federal, state, and local regulations (EPA, OSHA, NIOSH, NYSDOL) and provide a detailed abatement plan. Structural design loads and construction guidelines are also provided, covering concrete, steel, masonry, and foundation requirements, along with general construction notes and inspection requirements.
36C24226B0004_1.docx
Word14 KB11/19/2025
AI Summary
The Department of Veterans Affairs (VA) has issued a presolicitation notice for project number 620A4-22-103, which involves replacing roofs at the Castle Point Campus of the Hudson Valley Healthcare System in Castle Point, New York. This project is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The solicitation number is 36C24226B0004, and responses are due by November 25, 2025, at 10:00 AM Eastern Time. The contracting office is Network Contracting Office 2, and the point of contact for this presolicitation is Dany Humphreys.
36C24226B0004 0002.docx
Word26 KB3/5/2026
AI Summary
Amendment No. 0002 to Solicitation 36C24226B0004 for Project No. 620A4-22-103, “Replace Roofs at Castle Point,” issued by the Department of Veterans Affairs, Network Contracting Office 2. This amendment, effective February 19, 2026, primarily corrects the bid opening date and time. Bids are now due by 9:45 AM EST on Thursday, March 5, 2026, with the bid opening at 10:00 AM EST on the same day. All other terms and conditions of the original solicitation remain unchanged and in full effect. Offerors must acknowledge receipt of this amendment to ensure their offer is not rejected.
21-442 - VA Castle Point Roofing - Pre-Bid Questions Responses.pdf
PDF283 KB3/5/2026
AI Summary
The document addresses pre-bid inquiries for RFP 620A4-22-103, a roof replacement and façade repair project. Key clarifications include the provision of an Asbestos Survey Report and detailed abatement plans for hazardous materials on specific buildings. The scope includes lead and asbestos removal, with repainting notes provided. Facade abatement is confirmed for Buildings 19, 20, and 21, but not for 16 and 18. Door replacements are limited to Building 23. Full roof tear-off is generally required, with specific details for wood, metal, and concrete roof decking. Existing roof drain bodies will remain, with retrofit drains inserted, except for Building 18, which gets new drains. EPDM roofing systems require a 30-year warranty, and TPO systems are not accepted as an alternative. Coping removal and replacement are required where indicated, and all shingled roof areas need new gutters and downspouts. Repointing and brick repair square footages are provided for Buildings 16 and 18, along with mortar type requirements. Fall protection systems are required for Buildings 19, 20, and 21, and must be engineered and certified. The cathodic protection system requires a soil test, with unit pricing for components, assuming no cathodic protection is needed in the base bid. Liquidated damages are not typically applied. Only one building can be under active construction concurrently, with occupied floors requiring a contractor-submitted phasing plan for VA approval. After-hours work is mandatory for essential equipment shutdowns and specific phasing requirements. Contractor staging areas are designated, requiring coordination with the COR. Background checks for personnel typically take 2-4 weeks, and site mobilization is prohibited until all ACC training and submittals are approved. A Site Safety and Health Officer and Quality Control Manager are required, with the Safety and Health Manager reporting independently from the CQC System Manager. Roof-mounted cameras and lights need temporary relocation and protection. Rooftop mechanical equipment may need temporary disconnection and raising to meet flashing height requirements. Existing structurally sloped roof areas require flat insulation to maintain a minimum 1/4" on 12" slope, with tapered insulation used where slopes are less than required or for crickets. Areas 1 and 2 in the provided photo are not within the scope of the project.
36C24226B0004 0004.docx
Word17 KB3/5/2026
AI Summary
Amendment No. 0003 to Solicitation 36C24226B0004 for Project No. 620A4-22-103,
21-442 - VA Castle Point Roofing - Pre-Bid Responses Contd.docx
Word31 KB3/5/2026
AI Summary
This Request for Information (RFI) addresses Project 620-22-103, focusing on clarifications for a roof replacement and façade repair, specifically regarding the fall protection system. The RFI highlights issues with contacting the approved provider, LG White Safety Corporation, and their need for additional information on existing roof anchor posts and connection details. Key clarifications were sought regarding responsibility for inadequate existing posts. The response states that a certified inspector will assess the posts, and if inadequate, the contractor is responsible for their replacement and any necessary structural members. A $50,000 allowance is provided for these repairs, with replacement posts matching existing ones. Furthermore, connection/attachment details for the 3M fall protection system are shown on drawing AS-303, provided by L.G. White Safety Corp.
36C24226B0004 0005.docx
Word17 KB3/5/2026
AI Summary
Amendment No. 0003 to Solicitation 36C24226B0004 extends the deadline for offers for Project No. 620A4-22-103,
Buy American Certificate.pdf
PDF419 KB3/5/2026
AI Summary
The “Buy American Certificate” (FAR 52.225-2) requires offerors to certify whether their end products are domestic or foreign. Offerors must list foreign end products, indicating their country of origin and domestic content percentage, unless they are COTS items. Domestic end products containing critical components must also be identified by line item number. The government evaluates offers based on Federal Acquisition Regulation (FAR) part 25, which defines key terms such as “commercially available off-the-shelf (COTS) item,” “critical component,” “domestic end product,” “end product,” and “foreign end product.” This provision ensures compliance with Buy American policies in government procurement.
852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING-CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION.pdf
PDF102 KB3/5/2026
AI Summary
The VAAR 852.219-75 (Deviation) outlines limitations on subcontracting for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). Offerors must certify adherence to specific subcontracting limits based on contract type: 50% for services (excluding construction), 85% for general construction, and 75% for special trade construction. These percentages apply to payments made to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The certification process is mandatory, with uncertified offers deemed ineligible. False certifications can lead to severe penalties, including criminal prosecution and fines. The VA reserves the right to review documents and records to verify compliance, with offerors agreeing to cooperate fully. Failure to comply or provide requested documentation may result in remedial action.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 19, 2025
amendedAmendment #1Feb 19, 2026
amendedAmendment #2Feb 24, 2026
amendedAmendment #3Mar 3, 2026
amendedAmendment #4Mar 3, 2026
amendedLatest AmendmentMar 5, 2026
deadlineResponse DeadlineMar 10, 2026
awardAwarded to IRON SWORD ENTERPRISES, LLC WALLKILLMar 16, 2026
expiryArchive DateApr 9, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)

Point of Contact

Contracting Officer
Dany Humphreys

Official Sources