PRE-SOLICITATION NOTICE - Syracuse, New York 5th Floor Construction
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. General Services Administration (GSA), Public Buildings Service, has issued a Pre-Solicitation Notice for construction services for the Hanley VBA 5th Floor- Construction project at the James M. Hanley Federal Building in Syracuse, NY. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The Request for Proposal (RFP) is anticipated on or about March 30th, 2026, with proposals due a minimum of 45 days later.
Scope of Work
This project involves the renovation of approximately 2,384 square feet on the 5th floor to suit the needs of the Veteran's Benefits Agency. The scope includes providing all labor, materials, tools, and equipment for necessary improvements, including electrical, mechanical, and ACM work. Work must be performed in an occupied building without disrupting tenant operations. Contractors must be proficient in construction services and have experience in building repairs, renovations, and alterations.
Contract & Timeline
- Type: Firm-Fixed-Price construction contract
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS: 236220 (Commercial and Institutional Building Construction), $45M size standard
- Magnitude: Between $1,000,000 and $5,000,000
- Performance Period: 180 calendar days after Notice to Proceed
- Anticipated RFP Release: On or about March 30th, 2026
- Anticipated Proposal Due: Minimum of 45 calendar days after RFP release
- Published: March 4, 2026
Evaluation
This will be a competitive acquisition under FAR Part 15.1 utilizing a Lowest Price Technically Acceptable (LPTA) selection process. Evaluation factors include vendor's experience, past performance, and staffing plan, which are acceptable/unacceptable and equal in importance. Technical factors combined are significantly more important than price. Performance, payment, and bid bonds will be required.
Additional Notes
A Pre-Proposal conference and site walk-through are expected; details will be posted on SAM.gov. All solicitation information, amendments, and questions will be posted electronically on SAM.gov (Solicitation No. 47PC5326R0004). Interested firms must be registered in SAM.gov to receive an award. Controlled Unclassified Information (CUI) will be provided, requiring limited dissemination to authorized users with a need-to-know.