Opportunity
Mohawk Medbuy Corporation Bonfire #CW27520
Construction Management Services (CM-1 and CM-2) for Mohawk Medbuy Member Hospitals
Posted
April 13, 2026
Respond By
May 28, 2026
Identifier
CW27520
NAICS
236220, 236210
This opportunity is for construction management services at Mohawk Medbuy member hospitals, with two distinct solicitations for Construction Manager 1 (CM-1) and Construction Manager 2 (CM-2) firms. - Government Buyer: - Mohawk Medbuy, acting on behalf of its member hospitals - Services Requested: - Construction management services for hospital projects - Two categories: - CM-1: Contract value range $139,000 to $2,000,000 - CM-2: Contract value range $2,000,001 to $8,000,800 - Submission Requirements: - Mandatory documents: proposal forms, insurer letters, financial institution letters, bonding letters, company profiles, health and safety reports, WSIB clearance, and client references - Demonstrated experience in construction management, health and safety, and infection prevention and control - Process Details: - No site visit required - Optional information session available - Specific submission and questions due dates for CM-2 - OEMs and Vendors: - No specific OEMs or product vendors are named; this is a qualification-based solicitation for service providers - Notable Requirements: - Emphasis on health and safety, infection prevention and control, and comprehensive documentation - Separate opportunities for CM-1 and CM-2 based on project value
Description
This Request for Supplier Qualifications (RFSQ) is issued by Mohawk Medbuy on behalf of member hospitals to solicit qualification proposals from Construction Manager 2 (CM-2) firms for construction management services at all member hospitals. The opportunity is open from April 16, 2026, to May 28, 2026, with a questions due date of May 14, 2026. There is no site visit, but an optional information session is available. Mandatory submission requirements include various forms, letters, certificates, and documentation demonstrating company and personnel experience, methodology, and safety records.