CUNY Lehman College Unit Ventilator System Replacement and Associated Asbestos Abatement

Solicitation #:357790/CR37
Issue Date:10/10/2025
Proposal Due:11/07/2025 - 2:00 PM
Classification:Construction Contracts
Type:Expression of Interest (EOI)
Status:New
Contract Terms
December 15, 2028
Location Where Goods to be Delivered or Service Performed
Lehman College Carman Hall 2790 Goulden Ave. Bronx New York 10468
RFQ Note
EOI packages are due 11/7/25 at 2PM.

THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST ONLY

See the Eligibility Requirements further down in this document.

The Carman Hall project will provide mechanical upgrade and hazardous material removal for the existing building at Lehman College Campus. The scope of work is to replace fan coils and unit ventilator units which have exceeded their life expectancy with new units that include energy recovery, EC motors and fresh air ventilation levels with controls for the mechanical systems that will integrate into the campus-wide BMS system. Heat exchangers, water pumps equipped with VFDs, and dual temperature water piping from the risers to the FCs are also part of the scope. To facilitate the new VAV duct systems and the new FCUs on the affected floors, new accessible ceilings in corridors and in some perimeter, rooms will be specified for replacement of existing ceilings. Where fan coils are being removed, the flooring will be replaced to avoid unsightly patch. The building is occupied, and the renovation work will require the construction to be phased and coordinated with the ongoing classes and administrative operations of the Carman Hall facility. The project will also bring the Mechanical systems at the building up to the current NYC Building Code requirements while also adhering to the current NYC Energy Code standards.

The Estimated Construction Cost Range is between $36M-40M.

This ad is for expressions of interest only. Bidders for the construction of this project will be selected only after the review and evaluation of the qualification packages received in response to this notice.

Please note that the project drawings and specifications attached to DASNY’s website associated with this solicitation do not reflect 100% construction / bid documents. The documents provided are for reference only. Finalized construction / bid documents shall be distributed to the qualified contractors invited to bid.

Please find links to the specifications and drawings below:

Project Manual

Drawings

Firms shall provide one (1) copy in pdf format of the EOI package via e-mail to [email protected], with Tabs in the following sequence

Tab 1 – Company Profile

Provide a company profile that includes the following information:

 

  • Company Contact – Name, Title, E-mail address, and Phone Number of primary point of contact for this project.
  • Date Established – When the company was founded.
  • Company Address – Primary business location.
  • Ownership Information – Name and resumes of all principal owners.
  • Client List – Summary of public and private sector clients.
  • Employee Breakdown – Number of employees by role: Architects, Engineers, Project Managers, Administrative Staff, Superintendents and Foremen, Trade Laborers.
  • Equipment – Overview of all equipment owned by the company.
  • Self-Performed Services – Description of all services the company performs directly (not subcontracted).
  • MWBE and SDVOB Certifications – Provide a copy of the company’s MWBE and/or SDVOB certifications (if applicable).

 

Tab 2 –Experience

Provide documentation showing a minimum of five (5) years of experience with projects similar in size, scope, and complexity to the one being proposed.

Provide details for the five (5) relevant projects that have been completed- or substantially completed- within the last ten (10) years. 

For each project, include the following information:

  • Name of the project designer
  • Firm name and contact information
  • Project title and location/facility
  • Brief description of the project
  • Total construction cost
  • Construction start date
  • Substantial completion date
  • Percentage of the work that was self-performed

If applicable, also include a list of all DASNY projects completed within the last 5 years.

Tab 3 – Project Schedules

Provide three (3) sample project schedules for the same projects listed in Tab 2. These schedules should reflect projects of similar size, scope, and complexity to the referenced project.

Tab 4 – Safety Program

Provide the firm’s written safety program or site safety plan. Include the résumé of the person responsible for overseeing project safety.


Tab 5 – Résumés

Provide names and résumés for the proposed project team. Each résumé should demonstrate experience with at least one project of similar size, scope, and complexity to the referenced project. Team members should include, at minimum: Project Manager, Site Superintendent, Project Engineer, and Quality Control Representative.


Tab 6 – Potential Subcontractors

Provide a list of potential subcontractors for this project. Be sure to identify any anticipated M/WBE subcontract participation.


Tab 7 – Anticipated Workload

List other projects you firm will be working on during this project’s construction period. Include a statement explaining how your firm will successfully complete this project within the required timeframe.

Tab 8 – Experience Modification Rating

Provide documentation of the firm’s Experience Modification Rating (EMR). If your EMR is above 1.00, include a written explanation.

Tab 9 – Bonding Capacity

Submit a signed letter from a Surety Company attesting to your firm’s single and aggregate bonding capacity.

Tab 10 – NYS Vendor Responsibility Questionnaire

Submit a completed NYS Vendor Responsibility Questionnaire For-Profit Construction (CCA-2). The completed NYS Vendor Responsibility Questionnaire must be certified within the last five (5) months.

The Owner recommends you file the required Vendor Responsibility Questionnaire online via the New York State VendRep System (the “System”) prior to submission of the bid. To enroll in and use the System, see the System Instructions at http://www.osc.state.ny.us/vendrep/vendor_index.htm or go directly to the VendRep System online at https://portal.osc.state.ny.us. Vendors must provide their New York State Vendor Identification Number when enrolling.

To request assignment of a Vendor ID or for System assistance, contact the Office of the State Comptroller’s (“OSC”) Help Desk at 866-370-4672 or 518- 408-4672 or by email at [email protected]. Vendors opting to complete and submit a paper questionnaire can obtain the appropriate questionnaire from the System website: www.osc.state.ny.us/vendrep or may contact the Owner (DASNY) or OSC’s Help Desk for a copy of the paper form.

Eligibility/Qualifications Requirements/Preferences:

Tabs 1 through 7 will be scored by a DASNY committee. Firms deemed qualified from this solicitation will be included on a short list and invited to submit a bid in the near future. Firms not following the EOI package requirements as noted shall be considered non-responsive to the advertisement. The construction contract will be held by DASNY.

Contract Security, EEO/AA Insurance, NY State Vendor Responsibility Questionnaire (Executive Order 125). See Contract Documents for details. 

In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between Dormitory Authority personnel and an Offerer during the procurement process. Designated staff for this procurement are: The Project Manager and [email protected]. Contacts made to other Dormitory Authority personnel regarding this procurement may disqualify the Offerer and affect future procurements with governmental entities in the State of New York. Please refer to the Authority's website (www.dasny.org) for Authority policy and procedures regarding this law, or the OGS website (www.ogs.state.ny.us/aboutogs/regulations/defaultAdvisoryCouncil) for more information about this law. All proposers, domestic and foreign, must be in compliance with New York State business registration requirements. Contact the NYS Department of State regarding compliance. In addition, business entities proposing to provide professional engineering services must obtain a Certificate of Authorization to Provide Engineering Services in New York State from the State Education Department. Proposals must be submitted in the full legal name of the proposer, or the full legal name plus a registered assumed name of the proposer, if any.

Primary Contact

Fides Gardiner

Sr. Project Manager

DASNY

Downstate Construction

Lehman College

250 Bedford Park Blvd

West T3 Building - Room 124

Bronx, NY 10468

United States

Phone: (518) 948-2703

Email: [email protected]

Submit To Contact

Joshua Powers

Sr. Procurement Administrator

DASNY

Procurement

515 Broadway

Albany, NY 12207

United States

Phone: 5182573341

Email: [email protected]

Company Name Contact Name Phone Email Website Fax Designation Goods/Services
Alinga Construction Inc NISANTH SOTHILINGAM 5165494559 [email protected]
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
INTERIOR RENOVATION
DRY WALL AND FRAMING
Climate Wizards Oleh Pryimak 3472745667 [email protected]
JECO ELECTRICAL JESUS CORPORAN 718-542-1931 [email protected] WWW.JECONY.COM
  • Minority Owned Business (MBE)
ELECTRICAL TRADE
LS TECH LAND SURVEYING & ENGINEERING, PLLC Norman Reid 3478480115 [email protected] www.lstechpllc.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Control Survey. Layout property lines. Set-up Axis Lines on grade:
• Establish or verify Horizontal Controls and Vertical Controls (NA YD88 Datum)
• Determination of Property line
• Setup Three Benchmarks
Roof Survey
Land Survey
New York Insulation Inc Anthony Cardinale 718-326-0125 [email protected] https://www.nyinsulates.com/ Asbestos abetment
Plan Hub Estimating Joseph Johnson 09177293892 [email protected] https://www.planhubestimators.com/
  • Minority Owned Business (MBE)
TEXAS SECURITY CORPORATION Andrew Ugbomah 9176903538 [email protected] www.texassecuritycorporation.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
PRIVATE INVESTIGATION SERVICES

UNARMED SECURITY SERVICES

ARMED SECURITY GUARD SERVICES

FIRE SAFETY AND FIRE SAFETY DIRECTOR
Total Quality Environmental Inc. Mariya Kotys 3478829893 [email protected]
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Asbestos project air monitoring, asbestos inspections, lead, mold inspections.