State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
GP-0023-R01 Relocation and Property Management Services Southern Region
Untitled Document
ADVERTISEMENT

Notice of Request for Proposals for Relocation Services and Property
Management Services Related to School Construction Program

Contract Nos.:
North Region: GP-0021-R01
North-Central Region: GP-0022-R01
South Region: GP-0023-R01
__________________

The New Jersey Schools Construction Corporation ("Corporation"), a subsidiary of the New Jersey Economic Development Authority ("NJEDA"), is seeking proposals from firms interested in providing relocation services and property management services on a regional basis in relation to the School Facilities Projects being undertaken by the Corporation in school districts throughout the State of New Jersey. For purposes of this engagement, the Corporation has divided the State of New Jersey into three (3) regions (each a "Region").

Thus, pursuant to this notice, the Corporation is seeking to obtain such services for the following Regions: (1) the Northern Region, consisting of the Counties of Bergen, Hudson, Morris, Passaic, Sussex and Warren; (2) the North-Central Region, consisting of the Counties of Essex, Hunterdon, Middlesex, Somerset and Union; and (3) the Southern Region, consisting of the Counties of Atlantic, Burlington, Camden, Cape May, Cumberland, Gloucester, Mercer, Monmouth, Ocean and Salem. A firm may submit proposals for one or more Regions, but the firm must provide an order of preference for all Regions it bids on. A firm is eligible to serve as a "Relocation Consultant" in more than one of the Regions.

Each Region has a set of identified relocation projects. During the three-year period commencing on the engagement of a Relocation Consultant the Corporation may, at its sole option, assign to it additional relocation projects located in its Region, as long as such assignment is consistent with the maximum aggregate contract amount specified for such Region.

A Request for Proposals (RFP) for these services will be available for pick-up starting at noon on Monday, December 23, 2002, and continuing between the hours of 8:30 a.m. and 4:30 p.m. at the reception desk of the offices of the New Jersey Schools Construction Corporation, Second Floor, 1 West State Street (the First Union Bank Building), Trenton, New Jersey 08625.

A mandatory pre-proposal conference for firms wishing to submit proposals is scheduled for January 6, 2003, at 1 p.m. The conference will be held at offices of the NJEDA, 36 West State Street, Trenton, New Jersey 08625.

Completed RFP responses must be received by 2:00 p.m. on the closing date of January 21, 2003. A proposal shall consist of a Technical Proposal and a Fee Proposal. Completed RFP responses may be mailed to: New Jersey Schools Construction Corporation, Attention: Sandor Havran, Project Officer, P.O. Box 991, Trenton, New Jersey 08625-0991, or hand delivered to the Corporation's offices at 1 West State Street - Second Floor, Trenton, New Jersey.

FAXED PROPOSALS WILL NOT BE ACCEPTED.

PROPOSALS RECEIVED AFTER THE ABOVE DATE AND TIME WILL BE RETURNED UNOPENED.

Set Aside Requirement: The relocation firms shall ensure that small business enterprises (SBEs), minority-owned businesses (MBEs), and women-owned businesses (WBEs) have the maximum opportunity to participate in the performance of this engagement and shall make a good-faith effort to achieve the Corporation's set aside goals of 15% SBE, 7% MBE, and 3% WBE.

Submittal Requirements: To be eligible for selection, firms must meet all requirements described in this announcement and the RFP, by the due date for submission.

Selection Process: Non-responsive proposals will be rejected without evaluation. A selection committee (the "Committee") will evaluate responsive proposals, based on the following criteria:

1. Understanding of relocation projects;
2. Firm experience (prime and subconsultants) in New Jersey and generally;
3. Experience of identified key personnel;
4. Appropriateness of staffing;
5. Approach to this engagement; and
6. Approach to control of the schedule and budget.

Interviews may be conducted at the option of the Committee. Following the final technical ranking, the Fee Proposals will be opened and evaluated by Corporation staff. The Fee Proposals will be ranked from lowest (least expensive) to highest (most expensive). The Committee shall then select a firm for each Region whose Proposal is most advantageous to the Corporation, price and other factors considered.

After award of contracts, all firms may request a debriefing and will be afforded an opportunity to review all proposals, evaluation documents, and award recommendations.

The Corporation 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, or terminate the selection process at any time, as to any or all Regions.

Bidders are required to comply with the requirements of P.L. 1975, c. 127 and any regulations promulgated thereunder.

Click here to view this RFP in Adobe PDF format

Top of Page04/19/2024