EHRM Infrastructure Upgrades Construction Castle Point VA Medical Center

Location:

Wappinger Falls, New York, United States

Posted on:

Feb 14, 2026

Deadline:

Feb 26, 2026

Summary:

The VA seeks market research responses for a large infrastructure upgrades construction project at the Castle Point VA Medical Center in Wappinger Falls, NY.

Get full access to this RFP

Settle helps teams find and win opportunities with AI through RFPs

SYNOPSIS: INTRODUCTION: This Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the EHRM Infrastructure Upgrades Construction project at the VA Hudson Valley Healthcare System Castle Point Campus located in Castle Point, NY. PROJECT DESCRIPTION: The scope of this project includes but not limited to the following infrastructure improvements: Electrical (electrical panel upgrade, power (normal, emergency)), Bonding, UPS, Building Management System interfaces, assess for new and upgrades to existing HVAC, reconfiguration, expansion and renovation of existing space (demo, new construction, finishes, cable), Construct new data center (Site Work, Utilities, HVAC, UPS, Power Distribution, Cable Management, Finishes), communication infrastructure (new Data outlets, patch panels, upgrade to Cat 6A cable) in buildings as necessary, physical security upgrades, assess and upgrade fiber infrastructure backbone campus wide within buildings and between buildings, provide diversified path for WAN, hazardous material abatement. Project buildings include: 1, 7, 8, 9, 13, 15E, 15H, 16, 17, 18, 19, 20, 21, 35, 44, 88, 111 and campus site. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm–fixed–price contract utilizing the design–bid–build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio–economic set–aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in mid–April 2026. In accordance with VAAR 836.204, the magnitude of construction is between $20,000,000.00 and $50,000,000.00 (Note that the VAAR magnitude of construction is closer to the lower end of this range). The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated at 730 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect–Engineer firm. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, Unique Entity Identifier (UEI), company address, Point–of–Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service–Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women–Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio–economic set–aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Provide specific examples that relate aspects of previous projects to the proposed project. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self–Performed* effort (as either a Prime or Subcontractor). Describe Self–Performed work in terms of dollar value and description. **Self–Performed means work performed by the offeror themselves, NOT work performed by another company for them.

BG

Submit your next proposal, within 48 hours or less

Stay ahead with the latest advancement in proposal automation.

BG

Submit your next proposal, within 48 hours or less

Stay ahead with the latest advancement in proposal automation.

BG

Submit your next proposal, within 48 hours or less

Stay ahead with the latest advancement in proposal automation.