State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
NT-0050-A01 Leonard Place E.S. Passaic

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


THE FORM 200 DATED JUNE 11, 2009 IS REQUIRED TO BE COMPLETED FOR THIS SUBMITTAL. THE FORM 200 IS AVAILABLE here.


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 Development Authority ("NJSDA") is seeking to engage an architectural firm for the following package:

Package Number:                                 NT-0050-A01
School District:                                      City of Passaic
Package Name:                                     Leonard Place Early Childhood Center
Construction Cost Estimate:                   $25,000,000
(for information purposes only)

The SDA seeks design and construction administration services for a new 72,900 gross square foot building that shall include an Early Childhood Center with 18 Pre-K Classrooms for a maximum capacity of 294 students as well as faculty and staff, and Board of Education Offices that are attached but separated from school. A detailed project description is available through the NJSDA website.

To participate in the selection process:

  1. A firm must have a NJSDA prequalification rating of at least $5,000,000 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 $5,000,000 in the Architecture discipline. If a firm is not prequalified, it may obtain a PREQUALIFICATION APPLICATION here or by calling the NJSDA at 609-292-1390.

  2. The Architectural prime consultant shall have in-house NJSDA prequalification or sub-consultants having NJSDA 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 NJSDA prequalification in the specialty discipline(s) for which it is named on the date Preliminary Proposals (NJSDA Form 200) are due, November xx, 2009.

    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 NJSDA 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.

  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 NJSDA requires the contractor 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 4, 5% to Category 5, 5% to Category 6, and the remaining 10% to be allocated among Categories 4, 5 and/or 6). 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 (NJSDA Form 200) to the NJSDA at the following address:

    New Jersey Schools Development Authority
    One West State Street – 3rd Floor
    PO Box 991
    Trenton, NJ 08625-0991
    Attention: Jim McElhenny, Senior Procurement Analyst

THE PRELIMINARY PROPOSAL (NJSDA Form 200), is available here.

THE DEADLINE for submission of PRELIMINARY PROPOSALS IS 5:00 P.M., November xx, 2009. 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 firm’s experience in performing work similar in size and scope to the project. (10 points)
  2. The qualifications of the firm’s key technical persons. (10 points)
  3. The sub-consultants’ (or in-house, if applicable) experience in performing work similar in size and scope to the project. (10 points)
  4. The qualifications of the sub-consultants’ (or in-house, if applicable) key technical persons. (10 points)

It is expected that a minimum of three 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

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 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
Materials Testing Laboratories (P066 - P103)
01010 Construction Management

DATE ADVERTISED: November 00, 2009

Top of Page05/06/2024