Kyle Cole
Syracuse, NY 13261
USA
THIS IS A PRE-SOLICITATION NOTICE ONLY This is not a Request for Proposal (RFP). Construction Services contract for the Hanley VBA 5th Floor- Construction project at the James M. Hanley Federal Building, 100 S Clinton St, Syracuse, NY 13261. Reference is made to SAM Sources Sought Notice ID EQ2PPU-26-0001, posted on February 23rd, 2026. All solicitation posts and updates for the Hanley VBA 5th Floor- Construction pro...
View moreNo attachments available.
PRE-SOLICITATION NOTICE - Syracuse, New York 5th Floor Construction
—
SOURCES SOUGHT NOTICE - Syracuse, New York 5th Floor Construction
—
The procurement will be awarded to one (1) Service Disabled Veteran Owned Small Business set-aside contractor. Offers from other than this small business concern will not be considered by the agency. The North American Industry Classification System (NAICS) code associated with this procurement is 236220, Commercial and Institutional Building Construction. The Small Business Administration standard of 45 million dollars in annual receipts averaged over the last three (3) completed fiscal years.
This project shall be performed by an experienced Contractor that has performed similar work. The estimated performance period is 180 calendar days after Notice to Proceed has been issued. The magnitude of construction for this project is between $1,000,000 and $5,000,000.
The procurement method that will be implemented for this project will be in accordance with FAR Part 15.1-Source Selection Processes and Techniques. This project is a competitive acquisition utilizing the Lowest Price Technically Acceptable (LPTA) selection process. The government will evaluate technical responses using three evaluation factors to determine the proposal that best meets the requirements of the government. The vendor's experience, past performance, and staffing plan are acceptable/unacceptable factors. If a vendor does not meet the criteria for the prior experience factor, or the past performance, and receive an unacceptable, it will receive no further consideration under this acquisition. The vendor’s prior experience, past performance and staffing plan/structural organization factors, are equal in importance. All the technical evaluation factors, when combined, are significantly more important than price. This Contract will be awarded to a vendor whose proposal provides the lowest price with technically acceptable criteria to meet the government’s needs. The planned project delivery method will result in a Firm-Fixed-Price contract for construction services. Performance and payment bonds will be required following award pursuant to the Miller Act. A bid guarantee is also required. A description of GSA’s policies and procedures, in addition to that outlined in FAR 43.204, that apply to definitization of equitable adjustments for change orders under construction contracts can be found at GSAM 552.243-71 Equitable Adjustments, https://www.acquisition.gov/gsam/552.243-71.
GSA anticipates issuing the Request for Proposal (RFP) on or about March 30th, 2026, with receipt of proposals at a minimum of forty-five (45) calendar days later. All information, amendments and questions concerning this solicitation will be electronically posted at the https://sam.gov website. No telephone requests will be accepted, and no paper copies will be mailed to prospective offerors.
There is expected to be a Pre-Proposal conference and site walk-through. Information and details will be posted on the https://sam.gov website Solicitation No. 47PC5326R0004 posting. Interested firms must be registered in the System for Award Management (SAM), in order to receive a contract award. Firms can register via the Internet site at https://www.sam.gov or by contacting SAM Service Desk at https://www.fsd.gov.
The solicitation and associated information will only be available from the https://sam.gov website mentioned above. No telephone requests will be accepted. The solicitation will not be a sealed bid and there will not be a formal bid opening. All inquiries must be in writing, via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned https://sam.gov posting. Offeror's will not be reimbursed for proposal submittal expenses.
Several solicitation documents will be posted as "Locked" packages in the https://sam.gov posting. In order to view or download the packages, vendors must have a secure account. Information on how to register for an account and log in is available on the https://sam.gov website, under the "Getting Started" tab.
Interested parties are strongly encouraged to register to this notice to receive notification of actions including posting of any amendments. However, offerors are advised to check the site frequently as they are responsible for obtaining amendments.
DISCLAIMER: The official solicitation package and technical specifications will be located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to the https://sam.gov website for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
Controlled Unclassified Information (C.U.I.): GSA will provide the solicitation and supporting documents on www.sam.gov. Prospective Contractors must limit the dissemination of this information to authorized users only. Dissemination of information shall only be made upon determining that the recipient is authorized to receive it. The criterion for deciding authorization is need-to-know. Those who need to know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This authority includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, subcontractors, suppliers, and others that the prospective contractor deems necessary to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors.