State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
JE-0016-R08 PS 3 Elementary School, MS 4 Middle School Jersey City

ADVERTISEMENT
NOTICE OF REQUEST FOR PROPOSALS ("RFP")


The New Jersey Schools Development Authority (“NJSDA”) is seeking the services of a qualified Commissioning Authority ("Consultant" or "CxA") to provide HVAC retro-commissioning (RCx) services. The Owner is committed to retro-commissioning these facilities to ensure all systems are well designed, constructed, complete, and functioning properly and that the Owner’s staff has adequate system documentation and training. The RCx Authority will plan, manage, perform and report on the findings of the RCx activities via a deliverable report to the NJSDA in accordance with the project Commissioning Schedule. The RCx activities shall be performed in a transparent manner with the input of building engineer and the operations staff to the greatest degree possible. This type of approach will assure that the recommendations resulting from the RCx activities will be adopted by the building engineer and the operations staff.

      Package Number:       JE-0016-R08
      Package Name:       HVAC Retro-Commissioning Services
      District:       Jersey City
      Schools:       PS#3 and MS4

The RFP package is available at the following link: Click here for electronic copies.

To participate in the selection process:

1. A firm must attend a mandatory pre-bid meeting on Monday, June 13, 2011 at 10:00 AM at the PS#3/MS4 School site located at 111/107 Bright Street, Jersey City, New Jersey 07302. A site visit of both schools will be conducted immediately following the pre-bid meeting. All firms wishing to submit a proposal must attend the pre-bid meeting. Questions and/or concerns relating to the provisions of the Agreement may only be addressed at the pre-bid meeting. All pre-bid meeting attendees are to report to the security desk at MS4, 107 Bright Street where they will be directed to the meeting venue. Attendees are advised that they are responsible for their own parking provisions while attending this meeting and should therefore plan accordingly. Attendees should allow sufficient time for traffic conditions and parking.

PLEASE NOTE: ANY FIRMS THAT ATTENDED THE JUNE 8, 2011 MANDATORY PRE-BID MEETING DO NOT NEED TO ATTEND THE JUNE 13, 2011 MANDATORY PRE-BID MEETING.

In the event that the NJSDA determines, at its sole discretion, that additional pre-bid meetings need to be held in order to increase the pool of bidders, it shall schedule subsequent pre-bid meetings.

2. A firm must be classified by the Department of Treasury, Division of Property Management and Construction and prequalified by the NJSDA in Building Commissioning (P019) with a rating of $500,000 or greater as of the RFP submittal due date. All joint venture firms must be separately prequalified and at least one of the joint venture firms must have a minimum prequalification rating of $500,000 in the Building Commissioning discipline. If a firm is not prequalified, it may obtain information on becoming prequalified here.

If a firm or joint-venture entity submits a Technical 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 Technical Proposal submitted for this engagement. The NJSDA will not permit a firm or joint-venture entity, who submits a Technical 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 Technical Proposal submitted for this engagement.

3. Firms 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. The selected firm shall be required to make good faith efforts to ensure that small business enterprises (SBEs) have the maximum practicable opportunity to participate in the performance of this engagement. A 25% target has been established pursuant to N.J.A.C. 17:13 et seq.

5. A firm must submit one (1) unbound original and five (5) copies of the Technical Proposal no later than 12:00 Noon on Monday, June 20, 2011 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: HVAC Retro-Commissioning Services Proposal
Project: JE-0016-R08

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: HVAC Retro-Commissioning Services Proposal
Project: JE-0016-R08

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

Responsive Technical Proposals will be evaluated by the Selection Committee. Non-responsive Technical Proposals will be rejected without evaluation. The evaluation will be based upon the information provided by a firm in response to this RFP, and any necessary verification thereof. Evaluations will be based on the following criteria:

  • Project Understanding (15 points)
  • Project Approach (20 points)
  • Retro-Commissioning Experience (30 points)
  • Team Qualifications (35 points)

Respondents will receive a final technical score and/or ranking based on their Technical Proposal's evaluation, except that, at its sole option, the Selection Committee may conduct interviews. Following the interviews, if any, the final technical scores and/or rankings shall be determined, based on the evaluation criteria. At this time, respondents are advised that interviews are not being contemplated by the Selection Committee and that proposals should be prepared accordingly.

After the contract is awarded, all firms who submitted proposals may request a debriefing and 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 and terminate the selection process at any time.

In addition to all other requirements listed above, 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, be pre-qualified 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
P038 Asbestos Safety Control Monitoring
P051 Materials Testing Laboratories (P066 - P103)
01010 Construction Management

DATE ADVERTISED: June 10, 2011

Top of Page04/24/2024