OMH Sagamore Children’s Psychiatric Center Building 80 Façade Restoration and Associated Asbestos Abatement

Solicitation #:3673309999 CR14
Issue Date:10/17/2025
Proposal Due:11/14/2025 - 2:00 PM
Classification:Construction Contracts
Type:Expression of Interest (EOI)
Status:New
Subcontracting Provisioning Goals (%)
Minority Owned:18%
Women Owned:12%
Service Disabled Veteran Owned:6%
Location Where Goods to be Delivered or Service Performed
Sagamore CPC, 197 Half Hollow Road, Dix Hills, NY, 11746

THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST ONLY

See the Eligibility Requirements further down in this document.

The project encompasses building-wide façade upgrades on Building 80 of Sagamore Children’s Psychiatric Center, Dix Hills N.Y. The work for Building 80 includes: Repair concrete foundation walls, Replace / reconstruct deteriorated brick masonry on exterior facades, Repair/ replace deteriorated stone units on exterior facades, Repoint brick and stone mortar joints, Flashing restoration at roof spandrel level around the building, Replace deteriorated lintels at clerestory auditorium, Install expansion joints at clerestory auditorium. Also included Abatement of Asbestos containing caulk around perimeter of the louvers at clerestory and removal of PCB containing caulk around the perimeter of the windows, doors, and bluestone panels.

The estimated value of the work is $892,680.00 to $1,144,980.00.

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:

Sagamore CPC 376330 - 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

Shawn Taylor

Project Manager

Dormitory Authority of the State of New York

Downstate Construction

Pilgrim Psychiatric Center

998 Crooked Hill Road

DASNY Field Office - Building 26

West Brentwood, NY 11717

United States

Phone: 631-434-3462

Email: [email protected]

Submit To Contact

Daria Khanafiev

Assistant Procurement Administrator

DASNY

Procurement

515 Broadway

Albany, NY 12207

United States

Phone: 518-257-3707

Email: [email protected]

Company Name Contact Name Phone Email Website Fax Designation Goods/Services
Csi Estimations harry Brook 9296616859 [email protected]
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
EBONY WOOD CRAFT CORP Alexis Villalona 3472944070 [email protected] ebonywc.com
  • Minority Owned Business (MBE)
Kyndryl, Inc Tammy Son
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