State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
GP-0192-R01 Estimating/Cost Analysis and Scheduling Services N/A

ADVERTISEMENT
NOTICE OF REQUEST FOR PROPOSALS ("RFP")


The New Jersey Schools Development Authority (“NJSDA”) is seeking to procure Estimating/Cost Analysis and Critical Path Method ("CPM") Scheduling Services with respect to projects for construction, addition and rehabilitation of public schools of various sizes and grade alignments. This procurement is intended to create a selected pool of Consultants ("Consultants" or "Firms") to permit expedited assignment of Task Orders for Estimating/Cost Analysis and CPM Scheduling Services.

Contract No.:                        GP-0192-R01
Contract Name:                    Estimating/Cost Analysis and CPM Scheduling Services

The Request for Proposals ("RFP") package is available at the following link: Click here for electronic copies.

Notice of Intent to Participate: Any firm wishing to submit a proposal must sign in electronically by sending a mandatory e-mail Notice of Intent to Participate to James McElhenny at jmcelhenny@njsda.gov no later than 5:00 PM Eastern Time on December 31, 2012.

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 December 31, 2012. The questions and NJSDA answers will be provided electronically to each firm that submitted a timely e-mail Notice of Intent to Participate in the form of an addendum to the RFP.

To participate in the selection process:

1. Any firm responding to this RFP must be classified by the Department of Treasury, Division of Property Management and Construction ("DPMC") and prequalified by the NJSDA in the Estimating/Cost Analysis (P025) discipline or CPM Scheduling (P030) discipline as of the due date for responses to this RFP. A Firm may submit a Proposal to be considered in one or both disciplines; however, the Firm must be DPMC classified and NJSDA prequalified in the discipline(s) for which it wishes to be considered. If a firm is not prequalified, it may obtain information on becoming prequalified here.

2. 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.

3. The NJSDA requires the consultant to provide opportunities to SBE firms to participate in the performance of this engagement, consistent with NJSDA's SBE Set-Aside Goals of 25% (5% to Category 1, 5% to Category 2, 5% to Category 3 and the remaining 10% to be allocated among Categories 1,2 and 3).

4. To participate in the selection process, interested firms must submit one (1) unbound original and four (4) bound copies of a Proposal, and one (1) original Fee Proposal Statement to be received by the NJSDA no later than 5:00 PM Eastern Time on January 16, 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, Procurement
Subject: Estimating/Cost Analysis and CPM Scheduling Services - GP-0192-R01

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, Procurement
Subject: Estimating/Cost Analysis and CPM Scheduling Services - GP-0192-R01

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

Responsive Proposals will be evaluated by the Selection Committee. Non-responsive Proposals will be rejected without evaluation. The Selection Committee will evaluate responsive Proposals based upon the information provided by a firm in response to the RFP, and any necessary verification thereof. NJSDA reserves the right to schedule interviews of applicant firms as a part of the evaluation process. Submissions shall be evaluated on the following Evaluation Criteria:

  • Firm Experience - Case Studies (30 points)
  • Key Team Member Experience and Qualifications (30 points)
  • Approach to Providing the Scope of Services (30 points)
  • Approach to Compliance with Budget and Schedule (10 points)

Following the final technical ranking, the top three (3) most highly-ranked firms in each discipline (P025 and P030) will be determined and notified.

After the contracts are awarded, all firms who submitted proposals will be afforded an opportunity to review all proposals and evaluation documents.

The NJSDA 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 in accordance with law, and/or terminate the procurement 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: December 18, 2012

Top of Page04/19/2024