State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
JE-0028-A01 ECC #13 Jersey City

NOTICE OF SOLICITATION FOR PROFESSIONAL SERVICES CONSULTANTS
VIA REQUEST FOR QUALIFICATIONS PROCESS


THE FORM 200 DATED APRIL 1, 2003 IS REQUIRED TO BE COMPLETED FOR THIS SUBMITTAL.

YOUR SUBMISSION MUST BE LIMITED TO THE FORM 200 AND INCLUDE ONLY BLACK AND WHITE TEXT. PHOTOGRAPHS MUST NOT BE INCORPORATED INTO THIS FORM.

ANY AND ALL ADDITIONAL DOCUMENTATION SUBMITTED (E.G., BROCHURES, PHOTOGRAPHS, MARKETING MATERIAL, ETC.) WILL BE DISCARDED AND NOT REVIEWED BY THE SELECTION COMMITTEE.

CONFINE ALL ANSWERS TO THE SPACE PROVIDED IN THE APPLICATION. SUPPLEMENTAL SHEETS (EXCEPT WHERE SPECIFICALLY PERMITTED) WILL BE DISCARDED AND NOT REVIEWED BY THE SELECTION COMMITTEE.

FIRMS NOT ADHERING TO THE ABOVE MAY BE DEEMED NON-RESPONSIVE AND THE SUBMISSION MAY NOT BE REVIEWED.


The New Jersey Schools Construction Corporation ("NJSCC") is seeking to engage firms that will provide design consultant and construction administration services for the following packages.

Package Number: JE-0028-A01
School District: Jersey City
Package Name: Early Childhood Center #13
Construction Cost Estimate (for information purposes only): $12,580,000

The object of this engagement will be to provide complete Design Documents and Construction Administration Services for a new 46,186 SF Early Childhood Center #13. The Project will include staff parking, outdoor play space, and improvements to utilities infrastructure.

Package Number: JE-0039-A01
School District: Jersey City
Package Name: Early Childhood Center #14
Construction Cost Estimate (for information purposes only): $12,650,000

The object of this engagement will be to provide complete Design Documents and Construction Administration services for a new 46,186 SF Early Childhood Center #14. This project will include staff parking, outdoor play area, improvements to utilities infrastructure, and the remedieation of contaminated materials.

To participate in the selection process:

  1. A firm must have a NJSCC prequalification rating of at least $10,000,000 in the Architecture discipline. All joint venture firms must be separately prequalified and at least one of the joint venture firms must have a prequalification rating of at least $10,000,000 in the Architecture discipline. If a firm is not prequalified, it may obtain a PREQUALIFICATION APPLICATION by writing the NJSCC at the below address, calling the NJSCC at 609-292-1390.

  2. The Architectural prime consultant shall have in-house NJSCC prequalification or sub-consultants having NJSCC prequalification in the following required disciplines;

    • Environmental Engineerig
    • Civil Engineering
    • Structural Engineering
    • HVAC Engineering
    • Electrical Engineering
    • Plumbing Engineering

    All firms (architectural prime consultant and named subconsultants in the required disciplines) must have a current NJSCC prequalification in the specialty discipline(s) for which it is named on the date Preliminary Proposals (NJSCC Form 200) are due, December 15, 2006.

    If a firm or joint-venture entity submits a Form 200 proposal as a prime consultant for this engagement, neither the firm nor members of the joint-venture entity shall submit or be named as a prime consultant, as a member of a joint-venture entity or as a subconsultant on any other Form 200 proposal submitted for this engagement. The NJSCC will not permit a firm or joint-venture entity, who submits a Form 200 proposal as a prime consultant for this engagement, to be named as a prime consultant, as a member of a joint-venture entity or as a subconsultant on any other Form 200 proposal submitted for this engagement.

    The NJSCC will not permit the Regional PMF or the sub-consultants to the Regional PMF, who provide services to the NJSCC for the above school district, to be engaged as a prime or subcontractor for this engagement. The Regional PMF or the sub-consultants to the Regional PMF, who provide services to the NJSCC for the above school district, shall not submit or be named in a proposal or bid for this engagement.

  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.

    The NJSCC requires the consultant to provide opportunities to SBE firms to participate in the performance of this engagement, consistent with NJSCC’s SBE Set-Aside Goals of 25% (5% to Category 4, 10% to Category 5, and the remaining 10% to be allocated among Category 4 and/or Category 5). To be registered in Category 4, a business must have gross revenues that do not exceed $1 million. To be registered in Category 5, a business must have gross revenues exceeding $1 million. The Small Business Administration size standards are established at 13 C.F.R. 121.201.

  4. As the first step in the selection process, interested, prequalified firms must submit one (1) original and three (3) copies of a PRELIMINARY PROPOSAL (NJSCC Form 200) to the NJSCC at the following address:

    New Jersey Schools Construction Corporation
    One West State Street – 3rd Floor
    PO Box 991
    Trenton, NJ 08625-0991
    Attention: Jim McElhenny, Project Officer

TO OBTAIN A PRELIMINARY PROPOSAL (NJSCC Form 200), a firm may write the NJSCC at the above address, call the NJSCC at 609.341.5980.

Bidders are to submit only one (1) Preliminary Proposal for both packages.

THE DEADLINE for submission of PRELIMINARY PROPOSALS IS 5:00 P.M., December 15, 2006. Proposals may be submitted by hand or by mail or overnight mail. FAXED PROPOSALS WILL NOT BE ACCEPTED. PROPOSALS RECEIVED AFTER THE ABOVE DATE AND TIME WILL BE RETURNED UNOPENED.

RESPONSIVE PRELIMINARY PROPOSALS WILL BE EVALUATED by the Selection Committee. Non-responsive Preliminary Proposals will be rejected without evaluation. The Selection Committee will evaluate responsive Preliminary Proposals to determine the short-list of the most qualified firms who will be invited to submit Technical and Fee Proposals. The evaluation for the short-list will be based on the following criteria:

  1. The Consultant firm's key personnel assigned to the projects. (25 points)
  2. The Consultant firm's qualifications and related experience. (25 points)
  3. The sub-consultant's key personnel assigned to the projects. (25 points)
  4. The sub-consultant's qualifications and related experience. (25 points)

It is expected that up to six of the top-ranked firms will be invited to submit Technical and Fee Proposals.


Technical Proposals will be evaluated by the Selection Committee based upon the following criteria:

  1. Team Experience
  2. Experience of Key Team Members
  3. Proposed Staffing
  4. Approach to the School Facilities Project
  5. Approach to Control of Project Schedule
  6. Approach to Control of Project Budget

The NJSCC reserves the right to award both packages to one firm or to award each package to separate firms.

After the contract(s) is awarded, all firms who submitted proposals may request a debriefing and will be afforded an opportunity to review all technical proposals and evaluation documents.

The NJSCC has no obligation to make an award and reserves the right to waive any non-material defects, reject any or all proposals for any reason and terminate the selection process at any time.

DATE ADVERTISED: December 6, 2006
Top of Page03/29/2024