OMH Pilgrim Psychiatric Center HVAC System Replacement, Buildings 101,701 and 702

Solicitation #:377730
Issue Date:11/13/2025
Proposal Due:12/11/2025 - 2:00 PM
Classification:Construction Contracts
Type:Expression of Interest (EOI)
Status:New
Subcontracting Provisioning Goals (%)
Minority Owned:5
Women Owned:5
Service Disabled Veteran Owned:3
Equal Employment Opportunity:45
Location Where Goods to be Delivered or Service Performed
Pilgrim Psyciatric Center, Building 101 - 500 Crooked Hill Rd, Brentwood, NY 11707 Building 701 - 150 Kings part Boulevard (East), Kings Park, NY 11754 Building 702 - 151 Kings part Boulevard (East), Kings Park, NY 11754

THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST (EOI) ONLY

See the Eligibility Requirements further down in this document.

This contract includes the HVAC scope of work only.  The electrical, GC, plumbing will be by others.  Mechanical contractor to take the lead in the coordination with the other trades.  This project is in fully occupied facilities.

Building 101, 701 & 702 – scope per building - (4) air handling units, four (4) hot water heating distribution pumps, cleaning of the interiors of ductwork, the existing humidifier will be removed, and a new carbon monoxide detection system in conformance with current building codes.

Building 101 -replacement of two gas boilers, and tie-in to the existing control system.

Building 701 - removal of the existing air-cooled chiller and chilled water pumps, installation of four (4) D-X condensing units, replacement of controls system

Building 702 - replacement of controls system

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 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 link to the drawings below:

https://dasnypowerapps.blob.core.windows.net/rfps/d64b3e747ac1f011bbd37c1e5267a773/DASNY%20Pilgrim%20Bldgs%20101-701-702.pdf?sv=2023-11-03&st=2025-11-14T15%3A53%3A39Z&se=2026-02-22T16%3A53%3A39Z&sr=b&sp=r&sig=cnU8Yt%2FSGQAYGZaBqiCSmW3E76XU7fS5Dv8kk3U58iI%3D

General Conditions for Construction dated June 17, 2021, will apply to the Contract Documents.

The anticipated goals for EEO and M/WBE participation in the Work of the Contract are as follows:

Percent of Total Work Force (EEO):

                Minority & Women Workforce Goal (for all trades)           45%

Percent of Total Contract (M/WBE):

                Minority Business Enterprise Goal            5%

                Women's Business Enterprise Goal           5%

                Service-Disabled Veteran Owned Businesses       6%

Please note the Owner will determine the goals for EEO and M/WBE participation when the finalized construction / bid documents are distributed to the qualified contractors invited to bid.

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

 

Instructions for Submission of the EOI Packages:

Each firm responding to this solicitation shall submit an EOI package organized and assembled in a clear, logical and professional manner consistent with the requirements set forth herein. Failure to comply with these instructions may render the submission non-responsive and subject to rejection.

Each package shall be submitted with:

  1. Cover Page that clearly identifies:
  • The Legal Name of the Company submitting the EOI
  • The Project Name for which the EOI is being submitted
  • The Date of Submission
  1. Immediately following the Cover Page, the contractor shall provide a Table of Contents listing all Tabbed sections, exhibits and attachments contained in the submission with the corresponding page number.
  2. The EOI package shall be divided into clearly labeled tabbed sections, each separated by a Cover Sheet identifying the contents that follow. Tabs should correspond to the order of the items specified in the solicitation.
  3. All items outlined in each Tab must be provided. The Owner may reject any EOI package not prepared and submitted in accordance with the provisions as stated in this solicitation.

Tabs must be 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
  • Indicate role as prime contractor or subcontractor
  • 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. For each potential subcontractor, identify anticipated M/WBE subcontract participation, the subcontractor’s trade, and brief description of their scope of work.


Tab 7 – Anticipated Workload

Provide a 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 a letter from your insurance provider indicating the firm’s Experience Modification Rating (EMR) over the past three (3) years. If your EMR is above 1.00, include a written explanation.

Tab 9 – Bonding Capacity

Provide a signed letter from a Surety Company attesting to your firm’s single, aggregate and available bonding capacity. If your available bonding capacity does not to meet the bonding requirements of this contract, you must explain how your firm will meet the bonding requirements.

Tab 10 – NYS Vendor Responsibility Questionnaire

Provide your online or hardcopy NYS Vendor Responsibility Questionnaire For-Profit Construction (CCA-2) certified within the last five (5) months. Firms shall provide the Certification page for the online version or the full questionnaire, if submitting a hardcopy.

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

Julia Garzon

Project Manager

Downstate Construction

One Penn Plaza

52nd Floor

New York, New York 10119

United States

Phone: 212-273-5047

Email: [email protected]

Submit To Contact

Dominick Donadio

Construction Contract Administrator

Dormitory Authority of the State of New York

Procurement

Construction Contracts

515 Broadway

Albany, NY 12207-2964

Phone: 518-257-3000

Email: [email protected]

Company Name Contact Name Phone Email Website Fax Designation Goods/Services
A.G. Consulting Engineering, PC Ely Grinfeld 2122680950 [email protected] agceng.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
EBONY WOOD CRAFT CORP Alexis Villalona 3472944070 [email protected] ebonywc.com
  • Minority Owned Business (MBE)
Fancy Fixtures Inc Thomas C Peer 15162384361 [email protected] fancyfixtures.net
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Supplied/delivered plumbing fixtures, bathroom accessories, toilet partitions, lockers, vanities, medicine cabinets, mirrors, drinking fountains, water coolers, wood flooring, LVT flooring, ceramic tile, porcelain, marble, stone.
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)
Topographical Surveys
Engineering Surveying
Boundary Surveys
Construction Layouts Survey
Roof Survey
Elevations & Facades Survey
GPS Control Survey
Monitoring Surveys
3D Laser Scanning
Right-of-Way (ROW) Surveys
Mortgage Surveys
ALTA Surveys
Utility Surveys
Engineering & Architectural Support Services
Land Survey
Mavec Group, LLC (SDVOB) Gabriel Gengler (SDVOB) 631-204-8006 [email protected] www.mavecgroup.com
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Self perform refrigeration walk in boxes
Self perform finish millwork
Electrical materials and lighting
Staffing / Personnel placement / temp staffing under SDVOB umbrella; SDVOB, MBE and WBE Diversity Compliance;
Pro Builders Material Raymond Matt [email protected] www.probuildersmaterial.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Pro Builders Material provides comprehensive construction material supply services to city, state, federal agencies, private developers, and commercial contractors. Our work includes:

Construction Material Supply

Lumber, drywall, sheetrock, cement, concrete mixes

Roofing materials and protective coatings

Insulation, siding, and exterior building products

Electrical Supply

Wiring, conduits, fittings, panels, breakers

Lighting fixtures, bulbs, and electrical hardware

Plumbing & Mechanical Supply

Pipes, fittings, valves, faucets, fixtures, and accessories

Heating supplies, hydronics equipment, and drainage components

Janitorial & Facility Maintenance Supplies

Cleaning chemicals, detergents, disinfectants

Paper products, trash liners, mops, brooms, dispensers

Floor maintenance products and equipment

Safety & PPE Supplies

Hard hats, vests, gloves, goggles, respirators

First aid kits and emergency supplies

Job-site signage and safety equipment

General Building & Job-Site Supplies

Adhesives, sealants, caulking, tapes

Hardware, fasteners, tools, ladders

Painting supplies, coatings, primers

Specialty Government Commodity Supply

Bulk procurement for municipal agencies

Scheduled delivery to multiple facilities

Rapid fulfillment of emergency or priority orders
Staffing Boutique Erica WARNOCK 2012745573 [email protected] staffingboutique.org
  • Women Owned Business (WBE)
Staffing
Total Quality Environmental Inc. Mariya Kotys 7184046704 [email protected] totalqualityenvironmental.com
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Asbestos, Lead, Mold, Gas testing, project air monitoring, asbestos inspections (ACP5's), work safety plans,
variances and ETC.
Traditional Air Conditioning Taylor Will 5169322020 [email protected] 5169322216