State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
GP-0039-R01 IT Infrastructure Consultant Services Program Wide
Untitled Document

ADVERTISEMENT

Notice of Request for Proposals for Information Technology Infrastructure
Related to the School Construction Program

Contract Number: GP-0039-R01

Click here to view this Information Technology Infrastructure RFP in PDF format
Click here to view Information Technology Infrastructure Attachments in PDF format

The New Jersey Schools Construction Corporation (NJSCC), a subsidiary of the New Jersey Economic Development Authority (Authority), seeks to engage a firm (the Consultant) to provide consulting services to apprise the NJSCC of the optimal information technology (IT) infrastructure for incorporation into the design and construction of school facilities projects throughout the State of New Jersey.

The NJSCC is seeking to obtain such services for a one-year term. Compensation shall be established pursuant to a lump sum fee proposal for Phase 1,2 and 3 services: (1) the Consultant shall perform an exhaustive critical review of the DOE Facilities Standards for Technology in New Jersey Schools and the NJSCC's Design & Construction Guidelines for Technology, (2) as part of such review and in order to identify relevant user experience and needs, the Consultant shall hold interviews and workshops with key DOE personnel and select local school district representatives, following which the Consultant shall, (3), submit a report containing strategic recommendations for the NJSCC's approach to IT infrastructure. Phase 4 services shall be at the sole option of the NJSCC. Phase 4 shall be compensated at a set of hourly rates and other direct costs and engage the Consultant to develop and deliver the first draft of recommended amendments to the DOE Facilities Standards for Technology in New Jersey Schools and the NJSCC's Design & Construction Guidelines for Technology, for DOE and NJSCC review and approval. The NJSCC expects total compensation to fall in a range between $300,000 and $500,000. In no event, however, shall compensation exceed $500,000.

A Scope of Services fully setting forth these services is attached as Appendix B to the Agreement ( Attachment A to this RFP).

A Request for Proposals (RFP) for these services will be available for pick-up starting at 12 noon on Monday, May 3, 2004, and continuing between the hours of 8:30 AM and 5:00 PM at the reception desk of the offices of the New Jersey Schools Construction Corporation, First Floor, 1 West State Street (the Wachovia Bank Building), Trenton, New Jersey 08625.

A mandatory pre-proposal conference for firms wishing to submit proposals is scheduled for Wednesday, May 12, 2004 at 10:00 AM. The conference will be held at the NJSCC's Offices, 1 West State Street, Trenton, New Jersey 08625 .

Completed responses to the RFP must be received by 5:00 PM on the closing date of Wednesday, June 2, 2004, and may be mailed or hand delivered as set forth below.

Mailing Address:

New Jersey Schools Construction Corporation
Attn: Ms. Megan Cox, Project Officer
Contract Procurement & Administration
P.O. Box 991
Trenton, New Jersey 08625-0991

Hand Delivery Address:

New Jersey Schools Construction Corporation
Attn: Ms. Megan Cox, Project Officer
1 West State Street (the Wachovia Bank Building), 1 st Floor
Trenton, New Jersey 08625-0991

FAXED OR E-MAILED SUBMISSIONS WILL NOT BE ACCEPTED.

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

Eligibility: The services sought in the RFP are not subject to NJSCC pre-qualification requirements. Selections shall be based on qualifications presented.

Set Asides: A firm engaged pursuant to the RFP shall be required to set forth its approach to meeting the overall 25% S mall Business Enterprise (SBE) set-aside target established in New Jersey Commerce and Economic Growth Commission (the Commission) rules, at N.J.A.C . 12A:10-1.1 et seq., and in Executive Order No. 71 (McGreevey 2003), as fully explained in the RFP.

Office of Government Integrity: Firms shall be required to submit a completed questionnaire for review by the Office of Government Integrity created under section 70 of the Act to investigate and ensure the integrity of all School Construction Program activities.

Selection Process: Non-responsive submissions will be rejected without evaluation. A Selection Committee will evaluate responsive submissions based on the following evaluation criteria:

Understanding of the Project

Firm Experience

Case Study #1

Case Study #2

Case Study #3

Experience of Key Team Members

Approach to Providing the Required Scope of Services

Approach to Control of Schedule and Budget

Firms will receive a final technical ranking based on the above-described evaluation process, except that, at its sole option, the NJSCC may conduct interviews. Following the interviews, if any, the final technical scores and rankings shall be determined, based on the evaluation criteria.

Fee Negotiations: Following the final rankings, if any, Fee Proposals will be opened and evaluated by NJSCC Staff. Using the Fee Proposals as a guide, NJSCC Staff shall negotiate with the highest ranked firm. Should the NJSCC be unable to negotiate satisfactorily with the highest-ranked firm, negotiations will be terminated and started with the second ranked firm and so on until terms are successfully negotiated. After award of contracts, all firms may be afforded a debriefing.

The NJSCC has no obligation to make an award pursuant to the RFP, and reserves the right to waive any non-material defects, reject any Proposals for any reason, or terminate the selection process in part or in its entirety at any time.

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

Top of Page04/19/2024