OPWDD Long Island DDSO Hostels #3, #1801 & #7854 Renovations

Solicitation #:3804609999 CR7
Issue Date:10/29/2025
Proposal Due:11/25/2025 - 2:00 PM
Classification:Construction Contracts
Type:Expression of Interest (EOI)
Status:New
Contract Terms
February 28, 2027
Location Where Goods to be Delivered or Service Performed
Hostel #3 536 Front Street, Hempstead NY 11550; Hostel #1801 85 A West Yaphank Rd, Coram, NY 11727; Hostel #7854 85 B West Yaphank Rd, Coram, NY 11727

THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST (EOI) ONLY

See the Eligibility Requirements further down in this document.

The project consists of, but is not limited to, the following scope of work:

  • At Hostel No. 3, located at 536 Front Street, Hempstead, New York 11550, the work includes the complete replacement of the roof and exterior siding, as well as the paving of a new parking area.
  • At Hostel Nos. 1801 and 7854, located on 85A & 85B West Yaphank Road, Coram, New York 11727, the work includes the replacement of windows at both buildings and the replacement of the existing driveway shared by both buildings.

Estimated Cost Range: $1,400,000 – $1,500,000

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:

Long Island DDSO - Drawings Set #1

Long Island DDSO - Drawings Set #2

Long Island DDSO - Drawings Set #3

 

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

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

Liviu Rada

Project Manager

DASNY

Downstate Construction

Pilgrim PC

998 Crooked Hill Road DASNY Field Office - Bldg 26

West Brentwood, New York 11717

United States

Phone: 917-351-5622

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
DDCues LLC Michael Picard 518-322-2099 [email protected] www.ddcues.com
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Site Security Guards