Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published July 18, 2025 at 8:00 PM
Updated July 19, 2025
Renovation of a mixed-use development in Bernards, New Jersey. Design plans call for the renovation of a medical facility.
SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), 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 Lyons VA Medical Center located at 151 Knollcroft Rd., Lyons, NJ 07939. PROJECT DESCRIPTION: The scope of this project is to upgrade the facility infrastructure to support the new Electronic Health Record Modernization (EHRM) system in accordance with VA OEHRM Site Infrastructure. The project shall include, but is not limited to, upgrading facility fiber throughout the buildings, upgrading TR infrastructure (including closet replacements, demo/backfill of existing data closets after switch-over and some closet expansions/modifications), provide a redundant fiber run throughout the Clinical and Administrative buildings to each TR, upgrading IT data center (including replacement and demo/backfill of existing data center / server room after switch-over), provide redundant fiber cabling and pathways to the new Main Computer Room (MCR) building. Coordinate through the VA the relocation, of the Internet Provider (IP) campus serving cabling from the existing point of termination to the new entrance rooms provided in the new MCR. Communication infrastructure (new data outlets, patch panels, upgrade fiber infrastructure backbone campus wide with in buildings and between buildings). Additional outlets in each TR, physical security assessment and upgrades and hazardous material abatement. Projects includes buildings 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 15, 16, 49, 53, 54, 57, 135,136, 143 and site. Contractor shall provide all tools, materials, labor, quality assurance, and supervision for renovations resulting in a complete, compliant, and fully-functional project, including proactive safety and infection control compliance, selective demolition, installation, testing, and certification of significant volume of Cat6a cabling throughout all buildings as well as between each, normal and emergency electrical distribution system improvements (i.e. power distribution panels, lighting, controls, receptacles, grounding-bonding, UPS, etc.), physical security and access control system upgrades, finishes including walls, floors, and ceilings of new or altered rooms, and more as described in the design and specification documents, throughout all buildings. PROCUREMENT INFORMATION: This project is planned for advertising in mid to late-September 2025. In accordance with VAAR 836.204, the magnitude of construction is between $50,000,000.00 and $100,000,000.00 (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 960 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. 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. Due to the high dollar amount and complexity of this project, we highly encourage any small businesses that are interested to provide a response. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number and 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 for any of the project examples provided. Section 6: Project Labor Agreement (PLA) - A PLA is defined as a pre-hire Collective Bargaining Agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). The PLA questionnaire must be filled out and returned with the Sources Sought response. The questionnaire can be found at the end of this document. See FAR Provision: 52.222-33 Notice of Requirement for Project Labor Agreement and FAR Clause 52.222-34 Project Labor Agreement for further details. It is requested that interested contractors submit a response (electronic submission) of no more than nine (9) single sided pages, single-spaced, 12-point font minimum that addresses the above information (this is inclusive of the PLA questionnaire). This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by July 31, 2025 at 2:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Sharese McKinney Contract Specialist sharese.mckinney@va.gov PROJECT LABOR AGREEMENT (PLA) QUESTIONNAIRE (Please respond to the questions below) 1. Is your company familiar with Project Labor Agreement (PLA) and its use on construction projects Yes/No Comments: 2. Would your company likely submit a proposal for the VA construction solicitation that requires the use of a PLA Yes/No Comments: 3. If VA requires a PLA, would your proposed construction cost likely to increase or decrease and what is the likely percentage of cost increase or decreaseComments: 4. Does the VA requirement to use of a PLA on a construction project restrict competition Yes/No Comments: 5. Do you expect subcontractor resistance should VA requires the use of a PLA on this construction solicitationYes/No Comments: 6. Do you have additional comments regarding the use of a PLA for this project Comments: --- End of PLA Questionnaire --- The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.
Design
Medical
$100,000,000.00
Public - Federal
Renovation
We’ve obtained documents for this project and are currently processing them.
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
July 31, 2026
151 Knollcroft Rd, Bernards, NJ
Related To This Project
Bernards, NJ
--
Bernards, NJ
--
Bernards, NJ
--
Bernards, NJ
Bid Date: Dec 15 2022
Bernards, NJ
Bid Date: May 31 2023
Bernards, NJ
--
Bernards, NJ
Bid Date: Mar 29 2022
Bernards, NJ
--
Bernards, NJ
--
Bernards, NJ
--
Edison, NJ
Bid Date: Nov 10 2022
Mahwah, NJ
--
Waterford, NJ
Bid Date: Aug 30 2022
New Brunswick, NJ
Bid Date: Oct 24 2018
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
