Job Order Contracting Regions 1, 2 and 3

Solicitation #:Project # 1000509999 CR#589, 591, 592, 599, 619, 628, 629, 631, 632, 633, 634, 635, 636
Issue Date:12/03/2025
Proposal Due:01/20/2026 - 2:00 PM
Classification:Construction Contracts
Type:Job Order Contracts
Status:New
Subcontracting Provisioning Goals (%)
Minority Owned:18
Women Owned:12
Service Disabled Veteran Owned:6
Equal Employment Opportunity:45
Pre-Bid Meeting

The Pre-Bid Meeting for Prospective Bidders shall be held on December 16, 2025, at 9:00 AM for Downstate (Regions 1, 2 and 3) via Zoom at www.zoom.us. To enter the meeting, select “Join a Meeting” then enter Meeting Id 850 0455 4212, Password 106917.

Due to the specialized nature of the JOC Program attending the Pre-Bid Meeting is strongly recommended.

YOU MUST REGISTER FOR THE MEETING TO ATTEND. Use the following link to register for the Pre-Bid Meetinghttps://dasny.zoom.us/meeting/register/yUauayWvSVm0xNNw4QRMBg.

 

Contract Terms
One (1) Year Base Term with three (3) Option Periods, and each term of the Option Period is one (1) year
Location Where Goods to be Delivered or Service Performed
Various Regions in New York State

NOTICE TO BIDDERS

Dormitory Authority – State of New York (“DASNY”)

JOB ORDER CONTRACTS

REGIONS 1, 2 and 3

DASNY Project # 1000509999

Sealed bids for the above work located in the regions listed below will be received by DASNY at its office located at 515 Broadway, Albany, NY 12207. Each bid must be identified, on the outside of the envelope, with the name and address of the bidder and designated as a bid for the region and trade noted below. When a sealed bid is placed inside another delivery jacket, the bid delivery jacket must be clearly marked on the outside “BID ENCLOSED” and “ATTENTION: CONSTRUCTION CONTRACTS UNIT. – MOLLY SAAR” DASNY will not be responsible for receipt of bids which do not comply with these instructions.

Only those bids in the hands of DASNY, available to be read at 2:00 PM local time on January 20, 2026, will be considered. Bids shall be publicly opened and read aloud. Bid results can be obtained on the DASNY website; http://www.dasny.org, forty-eight (48) hours after the Bid Opening.

All individuals who plan to attend pre-bid meetings or bid openings in person will be required to present government-issued picture identification to building security officials and obtain a visitors pass prior to attending the bid opening.

Individuals and entities submitting bids in person or by private delivery services should allow sufficient time for processing through building security to assure that bids are received prior to the deadline for submitting bids. 

All bid openings will be made available for viewing live via Zoom at www.zoom.us. To enter the meeting, select “Join a Meeting” then enter Meeting Id 550 592 4065, Password 730959. Individuals are strongly encouraged to utilize this public viewing option as an alternative to in person attendance at bid openings.

The Pre-Bid Meeting for Prospective Bidders shall be held on December 16, 2025, at 9:00 AM for Downstate (Regions 1, 2 and 3) via Zoom at www.zoom.us. To enter the meeting, select “Join a Meeting” then enter Meeting Id 850 0455 4212, Password 106917. Individuals are strongly encouraged to utilize this public viewing option as an alternative to in person attendance at Pre openings.

Due to the specialized nature of the JOC Program attending the Pre-Bid Meeting is strongly recommended.

A Complete Set of all Contract Documents can be found on DASNY’s website:

http://www.dasny.org/rfp-bidopportunities-solicitations/constructionservices/joc opportunities/new.aspx

 

Contract(s) to be bid:

REGION

TRADE

CR #

ESTIMATED ANNUAL CONTRACT VOLUME (PER CONTRACT YEAR)

# OPTIONS

1

Asbestos & HAZMAT Abatement

589

$500,000

3

1

General Construction

619

$1,500,000

3

1

Asbestos & HAZMAT Abatement

628

$500,000

3

1

Electrical

629

$750,000

3

1

General Construction

633

$1,500,000

3

1

Plumbing

634

$1,500,000

3

1

Plumbing

635

$1,500,000

3

2

Electrical

591

$1,500,000

3

2

Asbestos & HAZMAT Abatement

592

$500,000

3

2

Electrical

631

$1,500,000

3

2

Asbestos & HAZMAT Abatement

632

$500,000

3

2

Plumbing

636

$500,000

3

3

Asbestos & HAZMAT Abatement

599

$500,000

3

Contract Term = Base Term: One (1) year from the issuance of a Notice of Contract Award. Option Period: Both the Owner and the Contractor must mutually agree to extend the Contract for an option period. The Contract includes three (3) Option Periods, and each term of the Option Period is one (1) year.

Notwithstanding this designation, DASNY reserves the right, at its sole discretion, to assign work to any contractor in any geographic area.

REGION

COUNTIES INCLUDED

1

New York (Manhattan), Bronx, Kings (Brooklyn), Richmond (Staten Island), and Queens

2

Nassau, and Suffolk

3

Westchester, Rockland, and Putnam

4

Orange, Sullivan, Delaware, Ulster, Dutchess, Greene, and Columbia

5

Rensselaer, Albany, Schenectady, Otsego, Schoharie, Fulton, Montgomery, Saratoga, Washington, Warren, Hamilton, and Herkimer

6

Essex, Clinton, and Franklin

7

Lewis, Jefferson, and St. Lawrence

8

Broome, Tioga, Tompkins, Cortland, Chenango, Cayuga, Onondaga, Madison, and Oswego

9

Monroe, Wayne, Livingston, Ontario, Seneca, Yates, Steuben, Schuyler, and Chemung

10

Niagara, Orleans, Genesee, Erie, Wyoming, Chautauqua, Allegany, and Cattaraugus

 

For Region 1 (New York (Manhattan), Bronx, Kings (Brooklyn), Richmond (Staten Island), and Queens), Region 2 (Nassau, and Suffolk counties) and Region 3 (Westchester, Rockland, and Putnam) only: DASNY has determined that its interest in obtaining the best work at the lowest possible price, preventing favoritism, fraud and corruption, and other considerations such as the impact of delay, the possibility of cost savings advantages and any local history of labor unrest are best met by use of a Project Labor Agreement (“PLA”). The successful low bidder, as a condition of being awarded a Contract, will be required to execute the PLA described in the Information for Bidders and included in the Contract Documents. See Section 18.0 of the Information for Bidders of the Contract Documents for additional information. All subcontractors of every tier will be required to agree to be bound by the PLA. The threshold for DASNY’s PLA is $3,000,000 in the five (5) boroughs of New York City, and $1,500,000 in Nassau, Suffolk, and Westchester counties. However, notwithstanding the Estimated Annual Contract Volume, PLA Factors must be provided for any trade contract in Regions 1, 2, and 3. DASNY’s PLA may be required on a per-project basis even if the contract value is less than the applicable threshold.

Contractors who currently hold an active JOC term contract with 12 months or more remaining on any contract term must carefully consider their ability to comply with all program requirements and to perform to DASNY’s standards and expectations for its JOC contractors, before bidding on an additional JOC term contract, especially for a contract of the same trade and in the region as their current contract.

In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between DASNY personnel and a prospective bidder during the procurement process. Designated staff for this solicitation is:  Josh Powers, DASNY, 518-257-3341, [email protected] or DASNY at [email protected]. Contacts made to other DASNY personnel regarding this procurement may disqualify the prospective bidder and affect future procurements with governmental entities in the State of New York. For more information pursuant to this law, refer to the DASNY website; http://www.dasny.org or the OGS website; http://www.ogs.ny.gov.

Robert J. Rodriguez, President & CEO

December 3, 2025

The Dormitory Authority of the State of New York (“DASNY”) is soliciting bids for its Job Order Contracting Program. A Job Order Contract (“JOC”) is a competitive bid, indefinite quantity construction contract. The contract includes a catalog of detailed construction tasks with pre-set unit prices and related technical specifications. Unit prices are updated annually. Contractors bid adjustment factors which cover their overhead and profit to be multiplied by the pre-set unit prices.

DASNY will enter into JOC contracts with successful bidder(s). JOC contractors will perform individual projects as assigned in various regions (see below) for DASNY construction programs. JOC contractors provide all management, supervision, documentation and ancillary design work (as required), in facilities throughout New York State. The cost of individual projects performed under JOC contracts will be based on the pre-set unit prices for the project’s work scope, any non-pre-priced items as appropriate and the JOC contractor’s competitively bid adjustment factors.

Sealed bids for the above work located in the regions listed below will be received by DASNY at its office located at 515 Broadway, Albany, NY 12207. Each bid must be identified, on the outside of the envelope, with the name and address of the bidder and designated as a bid for the region and trade noted below. When a sealed bid is placed inside another delivery jacket, the bid delivery jacket must be clearly marked on the outside “BID ENCLOSED” and “ATTENTION: CONSTRUCTION CONTRACTS UNIT. – MOLLY SAAR” DASNY will not be responsible for receipt of bids which do not comply with these instructions.

Only those bids in the hands of DASNY, available to be read at 2:00 PM local time on January 20, 2026, will be considered. Bids shall be publicly opened and read aloud. Bid results can be obtained on the DASNY website; http://www.dasny.org, forty-eight (48) hours after the Bid Opening.

Individuals and entities submitting bids in person or by private delivery services should allow sufficient time for processing through building security to assure that bids are received prior to the deadline for submitting bids. 

All bid openings will be made available for viewing live via Zoom at www.zoom.us. To enter the meeting, select “Join a Meeting” then enter Meeting Id 550 592 4065, Password 730959. Individuals are strongly encouraged to utilize this public viewing option as an alternative to in person attendance at bid openings.

The Pre-Bid Meeting for Prospective Bidders shall be held on December 16, 2025, at 9:00 AM for Downstate (Regions 1, 2 and 3) via Zoom at www.zoom.us. To enter the meeting, select “Join a Meeting” then enter Meeting Id 850 0455 4212, Password 106917.

Due to the specialized nature of the JOC Program attending the Pre-Bid Meeting is strongly recommended.

A Complete Set of all Contract Documents can be found on DASNY’s website:

http://www.dasny.org/rfp-bidopportunities-solicitations/constructionservices/joc opportunities/new.aspx

Contract(s) to be bid:

REGION

TRADE

CR #

ESTIMATED ANNUAL CONTRACT VOLUME (PER CONTRACT YEAR)

# OPTIONS

1

Asbestos & HAZMAT Abatement

589

$500,000

3

1

General Construction

619

$1,500,000

3

1

Asbestos & HAZMAT Abatement

628

$500,000

3

1

Electrical

629

$750,000

3

1

General Construction

633

$1,500,000

3

1

Plumbing

634

$1,500,000

3

1

Plumbing

635

$1,500,000

3

2

Electrical

591

$1,500,000

3

2

Asbestos & HAZMAT Abatement

592

$500,000

3

2

Electrical

631

$1,500,000

3

2

Asbestos & HAZMAT Abatement

632

$500,000

3

2

Plumbing

636

$500,000

3

3

Asbestos & HAZMAT Abatement

599

$500,000

3

Contract Term = Base Term: One (1) year from the issuance of a Notice of Contract Award. Option Period: Both the Owner and the Contractor must mutually agree to extend the Contract for an option period. The Contract includes three (3) Option Periods, and each term of the Option Period is one (1) year.

Notwithstanding this designation, DASNY reserves the right, at its sole discretion, to assign work to any contractor in any geographic area. 

REGION

COUNTIES INCLUDED

1

New York (Manhattan), Bronx, Kings (Brooklyn), Richmond (Staten Island), and Queens

2

Nassau, and Suffolk

3

Westchester, Rockland, and Putnam

4

Orange, Sullivan, Delaware, Ulster, Dutchess, Greene, and Columbia

5

Rensselaer, Albany, Schenectady, Otsego, Schoharie, Fulton, Montgomery, Saratoga, Washington, Warren, Hamilton, and Herkimer

6

Essex, Clinton, and Franklin

7

Lewis, Jefferson, and St. Lawrence

8

Broome, Tioga, Tompkins, Cortland, Chenango, Cayuga, Onondaga, Madison, and Oswego

9

Monroe, Wayne, Livingston, Ontario, Seneca, Yates, Steuben, Schuyler, and Chemung

10

Niagara, Orleans, Genesee, Erie, Wyoming, Chautauqua, Allegany, and Cattaraugus

For Region 1 (New York (Manhattan), Bronx, Kings (Brooklyn), Richmond (Staten Island), and Queens), Region 2 (Nassau, and Suffolk counties) and Region 3 (Westchester, Rockland, and Putnam) only: DASNY has determined that its interest in obtaining the best work at the lowest possible price, preventing favoritism, fraud and corruption, and other considerations such as the impact of delay, the possibility of cost savings advantages and any local history of labor unrest are best met by use of a Project Labor Agreement (“PLA”). The successful low bidder, as a condition of being awarded a Contract, will be required to execute the PLA described in the Information for Bidders and included in the Contract Documents. See Section 18.0 of the Information for Bidders of the Contract Documents for additional information. All subcontractors of every tier will be required to agree to be bound by the PLA. The threshold for DASNY’s PLA is $3,000,000 in the five (5) boroughs of New York City, and $1,500,000 in Nassau, Suffolk, and Westchester counties. However, notwithstanding the Estimated Annual Contract Volume, PLA Factors must be provided for any trade contract in Regions 1, 2, and 3. DASNY’s PLA may be required on a per-project basis even if the contract value is less than the applicable threshold.

Contractors who currently hold an active JOC term contract with 12 months or more remaining on any contract term must carefully consider their ability to comply with all program requirements and to perform to DASNY’s standards and expectations for its JOC contractors, before bidding on an additional JOC term contract, especially for a contract of the same trade and in the region as their current contract.

In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between DASNY personnel and a prospective bidder during the procurement process. Designated staff for this solicitation is:  Josh Powers, DASNY, 518-257-3341, [email protected] or DASNY at [email protected]. Contacts made to other DASNY personnel regarding this procurement may disqualify the prospective bidder and affect future procurements with governmental entities in the State of New York. For more information pursuant to this law, refer to the DASNY website; http://www.dasny.org or the OGS website; http://www.ogs.ny.gov.

Primary Contact

Joshua Powers

Sr. Procurement Administrator

DASNY

Procurement

515 Broadway

Albany, NY 12207

United States

Phone: 5182573341

Email: [email protected]

Submit To Contact

Molly Saar

Assistant Procurement Administrator

DASNY

515 Broadway

Albany, New York 12207

United States

Phone: 518-257-3698

Email: [email protected]

Company Name Contact Name Phone Email Website Fax Designation Goods/Services
DBEGoodFaith.com 877-802-3394 [email protected] dbegoodfaith.com
DG BUILDERS GROUP INC. Gurjeet Singh 05168000589 [email protected] https://dgbuildersgroup.com MAINTENANCE TEMPLE BUILDING PAINT 1ST, 2ND AND BASEMENT
LEVEL
H&H Telecom Construction Inc Bellal Hossain 3477543491 [email protected] https://hnh-us.com/
  • Minority Owned Business (MBE)
Hibuild LLC Sachin Garg 9085950649 [email protected] www.hibuild.com 7328386554
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
General contractor,Mechanical work
Peak Security Plus Inc Mr. Emmanuel Osula 7185966346 [email protected] peaksecurityplus.com 7187227550
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
security guard services, fire guard services, fire safety services and flagman/crossing guard services
Spice Electric Company Corp Jaspreet Singh 6314292976 [email protected] https://www.spiceelectric.org/
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Electrical Contracting. Fire Alarm, Intercom, security, Data, CCTV, Commercial, Residential, Industrial, Services (100-5000), Lighting Retrofit, Switch Gear Retrofit, Power, Low Voltage.
Staffing Boutique Erica WARNOCK 2012745573 [email protected] staffingboutique.org
  • Women Owned Business (WBE)
Staffing
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
Track3D Ray Miller 303-990-1657 [email protected] track3d.ai
  • Minority Owned Business (MBE)
Volmar Construction, Inc. Naguib Habashy 3476330880 [email protected] volmar.com
  • Equal Employment Opportunity (EEO)