State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
HU-0026-A01 Harry L. Bain PS #6 West New York

ADVERTISEMENT
NOTICE OF REQUEST FOR PROPOSALS ("RFP")
DESIGN CONSULTANT SERVICES FOR WEST NEW YORK PUBLIC SCHOOLS
HARRY L. BAIN PS #6
IMPROVEMENTS TO BUILDING ENVELOPE AND INTERIOR SYSTEMS


The New Jersey Schools Development Authority (“NJSDA”) is seeking to procure Design Consultant services that will provide viable, cost effective solutions for a project in the West New York Public Schools at Harry L. Bain PS #6 for Improvements to the Building Envelope and Interior Systems. The Request for Proposals ("RFP") defines the steps needed for participation in this procurement, and is issued pursuant to the Authority's regulations governing the procurement of professional services consultants, N.J.A.C. 19:38C-1 et seq., in particular, the regulations governing procurement of consultants pursuant to term agreements, N.J.A.C. 19:3C-7.1 and -7.2. This procurement is being advertised only to firms previously awarded contracts under Package No. GP-0188-R01. Accordingly, only Proposals from participants awarded a contract under Package No. GP-0188-R01 will be considered for this work.

Copies of the RFP documents can be downloaded by clicking the link below:

Click here for electronic copies.

Contract No.:                        HU-0026-A01
Contract Name:                    Design Consultant Services for Harry L. Bain PS #6
CCE:                                      $4,813,207

Brief Description of Work:

The scope of services includes predesign, design, and construction phase services related to the following scopes of work:

1.     Improvements to the building envelope systems and components including exterior walls and cornices, windows and structural elements.

2.     Improvements to building interior systems and components including interior finished, classroom ventilation and heating systems including controls and lighting.

Mandatory Site Visit:

Any firm wishing to submit a proposal must attend a Mandatory Site Visit at 11:00 AM Eastern Time on July 30, 2013 at Harry L. Bain PS #6, 6200 Broadway, West New York, NJ 07093.

Questions from Interested Firms:

Firms may submit questions to the NJSDA by sending them by e-mail to James McElhenny at jmcelhenny@njsda.gov no later than 5:00 PM Eastern Time on August 6, 2013. The questions and NJSDA answers will be provided electronically to each firm attending the Mandatory Site Visit.

To Participate in the Selection Process:

1.     Any firm responding to this RFP must have been previously awarded a contract under Package No. GP-0188-R01.

2.     The task order assignment for this project requires consultant services in the following disciplines:

  •      HVAC Engineering
  •      Electrical Engineering
  •      Plumbing Engineering
  •      Structural Engineering
  •      Asbestos Design
  •      Asbestos Safety Control Monitoring

3.      Bidders are required to comply with the requirements of P.L. 1975, c.127 (N.J.A.C. 17:27), pertaining to affirmative action and equal employment opportunity.

4.      To participate in the selection process, interested firms must submit a Technical Proposal (one unbound original, three bound copies and two electronic copies in PDF format on CDs) and a Fee Proposal (one unbound original in a separate sealed envelope) no later than 5:00 PM Eastern Time on August 20, 2013 as follows:

If submitting by hand or overnight delivery, at the:

NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
1 West State Street – 1st Floor
Trenton, New Jersey 08625-0991
Attention: James McElhenny, Sr. Procurement Analyst
Subject: Design Consultant Services - HU-0026-A01

If submitting by U.S. Mail, address packages to:

NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
P.O. Box 991
Trenton, New Jersey 08625-0991
Attention: James McElhenny, Sr. Procurement Analyst
Subject: Design Consultant Services - HU-0026-A01

IMPORTANT NOTE: Faxed or e-mailed Technical Proposals will not be accepted. Proposals received after the above date and time will be returned unopened.

Selection Process:

Responsive Technical Proposals will be evaluated by the Selection Committee. The Selection Committee will evaluate responsive Technical Proposals based upon the information provided by a firm in response to the RFP, and any necessary verification thereof. Submissions shall be evaluated on the following Evaluation Criteria:

  •     Team Design Consultant Experience (30 points)
  •     Team Approach to Pre-Design Investigation and Development of Cost Effective Alternatives (50 points)
  •     Team Approach to Effective Management of Resources (20 points)

The responsive Technical Proposals will be ranked on the basis of such scores, and a shortlist of the (6) most highly-ranked Firms will be determined and notified. The shortlisted Firms will participate in Interviews with the Selection Committee and will be separately scored on the basis of the Interview. The Selection Committee will Interview each of the shortlisted Firms and evaluate each Firm on Interview Criteria that are the same as those used in the evaluation of the Technocal Proposals, as follows:

  •     Team Design Consultant Experience (30 points)
  •     Team Approach to Pre-Design Investigation and Development of Cost Effective Alternatives (50 points)
  •     Team Approach to Effective Management of Resources (20 points)
The scores for the written Technical Proposal submission and the Interview will be averaged to arrive at a "Final Combined Score."

Based on the final ranking of firms using the "Final Combined Scores," the Authority will enter into negotiations with the most highly-ranked Firm to arrive at a lump-sum fee for the task order consistent with the hourly rates established in the Agreement. Should the NJSDA be unable to negotiate a satisfactory lump-sum fee with the most highly-ranked Firm, the NJSDA shall terminate negotiations with the most highly-ranked Firm and shall then undertake negotiations with the second most highly-ranked Firm. Failing accord with the second most highly-ranked Firm, the NJSDA shall terminate negotiations with the second most highly-ranked Firm and shall then negotiate with the third most highly-ranked Firm. In the event that the NJSDA is unable to reach a satisfactory accord with any of the three most highly-ranked Firms, the NJSDA may select additional Firms in order of their ranking and continue negotiations until an accord is reached or, at its option, the NJSDA may reject all Proposals.

Following successful negotiations of a lump-sum fee, the selected Firm will be assigned a task order for the specified scope of services, upon satisfactory completion of all specified pre-assignment requirements.

The NJSDA has no obligation to make a task order assignment and reserves the right to waive any non-material defects, reject any or all proposals for any reason in accordance with law, and/or terminate the selection process at any time.

The NJSDA requires all subconsultants of any tier in the DPMC Disciplines listed below, whose contract is in an amount which is equal to or greater than $500,000, to be prequalified by the NJSDA.

P001 Architecture
P002 Electrical Engineering
P003 HVAC Engineering
P004 Plumbing Engineering
P005 Civil Engineering
P007 Structural Engineering
P011 Environmental Engineering
P015 Land Surveying
P029 Construction Management
P038 Asbestos Safety Control Monitoring
P066-P103 Materials Testing Laboratories

DATE ADVERTISED: July 22, 2013

Top of Page04/20/2024