Current RFPs: Week of April 17, 2017

 

If you are interested in pursuing business opportunities pertaining to procurement, please contact Mark Thompson or Tunisha W. Walker.

Capalino’s Latest Business Opportunities:

Please see the full list of Request for Proposals recently issued by City government below:

Green Infrastructure Projects in Partnership with NYC Parks

April 20, 2017- DEP seeks a consultant to provide design services on a Task Order basis for the Department’s green infrastructure (“GI”) projects.The Task Orders resulting from this contract will provide design services for GI projects in partnership with the City’s Department of Parks and Recreation.

Pin number: 82617OGIDCMS

 Sale+Redevelopment of 11-24 Jackson Ave LIC

April 21, 2017-  The New York City Economic Development Corporation (NYCEDC), in partnership with the Metropolitan Transportation Authority (MTA), is seeking proposals from qualified developers (Respondents, each a Respondent) for the sale and redevelopment of 11-24 Jackson Avenue in Long Island City, Queens.

On a site that spans over 58,000 square feet, this project is an opportunity to create a thriving mixed-use and mixed-income development with ground floor retail, a community facility, and much-needed open space. The project represents an unprecedented opportunity for qualified developers to make a lasting, meaningful impact on our city. While the expectation of this RFP is to sell the site, NYCEDC and the MTA also reserve the right to negotiate alternate disposition structures. Please contact or visit www.nycedc.com/RFP for more information.

NYCEDC plans to select a developer on the basis of factors stated in the RFP which include, but are not limited to: the quality of the Proposal; the extent to which the Project supports a vibrant mixed-income housing program that contributes to the City’s goal of fostering economically diverse neighborhoods; the quality of the proposed commercial space, community facility space, and publicly accessible open space to serve a rapidly growing neighborhood population; the Proposal’s financial viability and the successful experience of the Respondent’s team in executing similar projects, and the proposed fee.

It is the policy of NYCEDC to comply with all federal, state and City laws and regulations which prohibit unlawful discrimination because of race, creed, color, national origin, sex, age, disability, marital status and other protected category and to take affirmative action in working with contracting parties to ensure certified Minority and Women-owned Business Enterprises (MWBEs) share in the economic opportunities generated by NYCEDC’s projects and initiatives.

This project has Minority and Women Owned Business Enterprise (M/WBE) participation goals, and all respondents will be required to submit an M/WBE Participation Proposal with their response.

East Egress Canopy

April 24, 2017- The New York Convention Center Operating Corporation (NYCCOC), a New York State public benefit corporation and operator of the Jacob K. Javits Convention Center (“Javits Center”) of New York, is soliciting proposals from qualified firms for the construction of an egress canopy.

The project scope entails services on the following areas:

Interested firms must request a bid package in writing via fax at 212-216-4099 or electronically to imercedes@nulljavitscenter.com.   Please include the complete name and street address of your company, as well as the name of a contact person, telephone, fax number and e-mail address.

Minority Owned Sub-Contracting Goal: 15%
Women Owned Sub-Contracting Goal: 15%
Service-Disabled Veteran-Owned Business Contracting Goal: 6%
Due date: 04/24/2017 3:00 PM
Contract term: TBD
County(ies): All NYS counties
Location: 655 W 34th Street New York, NY 10001

Engineering Inspection Services-Melrose Project

April 24, 2017-  Filling of five bridges located over abandoned CSX transportation Port Morris Line, BX

Pin number: 84117BXBR075

Reconstruction of Comfort Stations

April 25, 2017- The Reconstruction of the Comfort Stations in Fulton Park on Stuyvesant Avenue between Chauncey and Fulton Streets, Borough of Brooklyn. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013. The Cost Estimate Range is $1,000,000.00 to $3,000,000.00.

Pin number: 84617B0114

Fire Guards+Mid Level Security Guards at the Jacob K. Javits Convention Center

April 26, 2017- The New York Convention Center Operating Corporation (NYCCOC), a New York State public benefit corporation, is soliciting proposals from qualified vendors to provide fire guards and mid level security guards at the Jacob K. Javits Convention Center (The Center).

Interested firms must request a bid package in writing via fax at 212-216-4099 or electronically at imercedes@nulljavitscenter.com. Please include the complete name and street address of your company, as well as the name of a contact person, telephone, fax number and e-mail address.

Minority Owned Sub-Contracting Goal: 15%

Women Owned Sub-Contracting Goal: 15%

Service-Disabled Veteran-Owned Business Contracting Goal: 6%

Fulfillment+Distribution of Member Materials 

April 28, 2017- Production, printing and mailing of materials and invoices for MetroPlus Health Plan members.

Pin number: 100912R138

Evaluation of Power Distribution Equipment

April 28, 2017- Seeking qualified firms to provide facility planning services for the reconstruction of power distribution equipment at the North River Wastewater Treatment Plant (“WWTP”) in New York, NY. The project includes the evaluation of and recommendation for the replacement and/or upgrade of the WWTP’s Power Distribution Equipment including, but not limited to, the substation branch breakers’ power distribution wiring and cables, medium voltage to low voltage transformers, power centers, and motor control centers (“MCCs”).

Pin number: 82617WP01401

Wireless Communication Services

May 1, 2017- The District Attorney’s Office of New York County (“DANY”) serves and protects the people of New York through the fair administration of justice. Building on a tradition of prosecutorial independence and courtroom excellence, the Office is an internationally recognized leader in the development of innovative crime-fighting strategies and justice reform initiatives. Each year, DANY handles approximately 100,000 cases, which are investigated and prosecuted by a staff of more than 550 assistant district attorneys with 700 investigative analysts, paralegals, and highly trained support staff members.

DANY is seeking an appropriately qualified Contractor to provide quality wireless communication devices and services for approximately nine hundred and nine (909) phone lines currently utilized by authorized DANY personnel. DANY intends to choose the Contractor who will best reduce operating costs and who will best improve existing wireless communication services through increased product and service features, enhanced call clarity and reliability, and greater flexibility in pricing options. The Contractor shall ensure that DANY is maximizing the benefits of its wireless services, shall ensure that the inventory of wireless devices is operational at all times, and shall make DANY aware of the latest wireless technologies and services. This Request for Proposal provides the requirements and evaluation criteria, which will be reviewed by DANY upon receipt of responses from all prospective Contractors. The quantities described in the RFP are estimates only. The Agency shall not be obligated to purchase any particular quantity of services detailed herein.

Pin number: 20170400005

Recruitment Services for Quality Staffing

May 1, 2017- On an as-needed basis.

Pin number: 100912R136

Installation of ATMs at NYPD Facilities, Citywide

May 2, 2017- In accordance with Section 1-13 of the Concession Rules of the City of New York, the New York City Police Department (“NYPD” or “the Department”) is issuing, as of the date of this notice, a significant Request for Proposals (“RFP”) for the Installation, Operation and Maintenance of an Automated Teller Machine Concession at various NYPD facilities Citywide for the use and convenience of NYPD members occupants and affiliates.

NYPD is seeking a concessionaire for a one (1) five year term with two (2) five year options to renew, exercisable at NYPD`s sole discretion. No longer term will be considered. This concession will be operated pursuant to a license issued by NYPD; no leasehold or other proprietary right is offered.

Pin number: 0561600001052

Reconstruction of a Running Track and Synthetic Turf Field at Roy Wilkins-Southern Queens Park

May 3, 2017- located on Merrick Boulevard between 116th Avenue and 118th Road in Roy Wilkins-Southern Queens Park, Borough of Queens.
This procurement is subject to participation goals for MBE`s and/or WBE`s as required by Local 1 of 2013. This procurement is subject to Apprenticeship Program Requirements. The Cost Estimate Range is $3,000,000.00 to $10,000,000.00.

Pin number: 84617B0073

NYPD Conduit Repairs+Restoration

May 3, 2017- New York City Economic Development Corporation (NYCEDC) is seeking a consultant or consultant team to provide MEP engineering, civil engineering, general architecture, geotechnical engineer, structural engineer, surveying engineer, code expediting, cost estimating and value engineering, and other design services for the Project. The Consultant will be responsible for all Design Team Services, including but not limited to: overall Project coordination; obtaining utility surveys; civil and related engineering services; architecture services; coordination of contract documents; sustainable design and other environmental initiatives; permitting from relevant Agencies; cost estimating; tracking Hazard Mitigation; and value engineering; and assistance in strategic efforts to develop construction phases for the Project. Additional Services may be added at the sole discretion of the NYCEDC.

Funding for this project is being provided under the FEMA Public Assistance Program, Hurricane Sandy Disaster DR-4085-NY. FEMA funding requires that the Consultant (and subsequent contractors and subcontractors) track and separate the different scopes of work and associated costs by 1) Project Location and by 2) Funding Source. This delineation should be made on all of the contract documents, which include, but are not limited to: the plans, drawings, specifications, estimates, bid forms and contractor invoices.

NYCEDC plans to select a Consultant on the basis of factors stated in the RFP which include, but are not limited to: the quality of the proposal, experience of key staff identified in the proposal, experience and quality of any subcontractors proposed, demonstrated successful experience in performing services similar to those encompassed in the RFP, and the proposed fee.

It is the policy of NYCEDC to comply with all federal, state and City laws and regulations which prohibit unlawful discrimination because of race, creed, color, national origin, sex, age, disability, marital status and other protected category and to take affirmative action in working with contracting parties to ensure certified Minority and Women-owned Business Enterprises (MWBEs) share in the economic opportunities generated by NYCEDC’s projects and initiatives. Please refer to the Equal Employment and Affirmative Compliance for Non-Construction Contracts Addendum in the RFP.

This project has Minority and Women Owned Business Enterprise (“M/WBE”) participation goals, and all respondents will be required to submit an M/WBE Participation Proposal with their response.

Assist the Agency in an Innovative Redesign of the NYC Business Solutions Education Program “NYCBS”

May 8, 2017- The NYC Department of Small Business Services (“SBS” or “Department” or “Agency”) is seeking an appropriately qualified vendor (“Contractor”) or consortium of vendors (“Contractors”) to assist the Agency in an innovative redesign of the current NYC Business Solutions (“NYCBS”) education program. This redesign will produce an electronic and in-person business education program that is accessible and relevant, builds demonstrable skills and knowledge, and addresses specific needs and challenges facing New York City’s small business owners and entrepreneurs. This is the first time that a city government has fully invested in delivering content electronically to business owners at scale. SBS is seeking partners interested in developing and collaborating on this new approach. 

Consultant to Draft Pharmacy Benefit Management Program Solicitation

May 9, 2017- The New York City Law Department (“Department”) seeks to enter into a contract with a consultant who will assist the Department with drafting a Pharmacy Benefit Management Program solicitation that the Department may release subsequent to the current RFP. The consultant will assist the Department in defining the requirements of a pharmacy benefit management program for New York City’s workers compensation claims. The consultant will advise the Department on how to structure the City’s relationship with such a pharmacy benefit manager. The consultant will assist the Department with the development of a structure and process for dispensing and paying for drugs, a framework for a formulary; and a framework for a utilization review program. The consultant may be asked to assist the Department in assessing the technical merits and financial aspects of proposals that the Department receives in response to the subsequent solicitation. The selected consultant will not be allowed to respond to the subsequent solicitation, nor may the selected consultant act as a subcontractor to any firm responding to the subsequent solicitation, except as may be permitted under New York City’s Procurement Policy Board Rules.

Pin number: 02517X100005

Construction of a Nature Center

May 9, 2017- Located Near 149th Avenue and Springfield Lane in Idlewild Park, Borough of Queens. Contract Q392-210MA. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013. The Cost Estimate Range is $3,000,000.00 to $10,000,000.00 for this project.

Pin number: 84617B0079

New Academic Building Sitework+Landscaping Contract

May 9 ,2017- For the CUNY NYCCT New Academic Building project, located at 285 Jay Street. A detailed description of the work required is provided in the RFB Trade Scope Checklist (Section II, Subsection A, Section c. of the RFB Bid Booklet). The MBE participation requirement for this project is 18 percent ; the WBE participation requirement is 12 percent.

Pin number: NY-CUCF-01-08-SITE

Inspection and Maintenance of Motorized Banner System at the Jacob Javits Center

May 10, 2017- New York Convention Center Operating Corporation is soliciting proposals from qualified firms to inspect and maintain a motorized banner system at the Jacob Javits Convention Center. Interested companies must request a bid package via fax at 212-216-4099 or electronically at ealleyne@nulljavitscenter.com. Kindly include the complete name and street address of your company and contact information.

Minority Owned Sub-Contracting Goal: 15%

Women Owned Sub-Contracting Goal: 15%

Service-Disabled Veteran-Owned Business Contracting Goal: 6%

Construct Infrastructure and Resiliency Improvements at H+H Facilities

June 28, 2018-New York City Economic Development Corporation (NYCEDC) is seeking qualified firms to construct infrastructure and resiliency improvements estimated at ~$173 million at four NYC Health and Hospitals (H+H) facilities: Bellevue Hospital (Manhattan), Coler Rehabilitation and Nursing Care Center (Roosevelt Island), Coney Island Hospital (Brooklyn) and Metropolitan Hospital (Manhattan). In October 2012, each facility suffered extensive flood damage as a result of Hurricane Sandy. Since then, each hospital has temporarily restored the damaged areas and, working with the Federal Emergency Management Agency (“FEMA”), have developed plans to mitigate damage from future storms and flooding.

NYCEDC, as the lead of an interagency team, is now focused on completing priority mitigation projects at these four facilities. This initial work will make existing facilities more resilient and protect against future disasters.  Once complete, these initial projects will further the City’s resiliency goals and ensure that these public hospitals have the necessary safeguards in place to operate during a storm and mitigate damage and power loss.

NYCEDC plans to prequalify firms on the basis of factors stated in the RFQ which include, but are not limited to: the firm’s demonstrated experience and expertise in the particular trade for which the firm is submitting its qualifications; the firm’s record regarding accidents and lost work days on construction projects; and the firm’s resources available for the Project.

NYCEDC and H+H will be contracting with multiple design and engineering firms for all contract documents associated with the Services.  The Construction Management firm (CM) will provide construction management services for the Project, including holding all construction subcontracts for the Project.

Notice of Funding Availability for the Preservation of Affordable Housing South of Houston Street

December 31, 2019– The City of New York Department of Housing Preservation and Development announces the availability of $11,800,000 in funding for the acquisition and preservation of affordable housing south of, and including properties on, East/West Houston Streets, bounded by the Hudson and East Rivers in Lower Manhattan to applicants who are funded pursuant to a Request for Qualifications issued by HPD (“RFQ”).

Purpose:
The purpose of the Lower Manhattan Acquisition Program is to preserve residential housing with apartments affordable to low-income households.

Program Description:

Request for Qualifications (RFQ):
In order to become qualified for participation in the program, not-for-profit organizations must respond to the RFQ and be found qualified by HPD. Applicants may respond to the RFQ available at the website below. To be considered for qualification, applicants must demonstrate ownership, management and rehabilitation experience, as well as financial strength and stability. Please refer to the RFQ for more information on qualification.

Proposals:
Qualified not-for-profit organizations may submit proposals to request acquisition funding for eligible residential buildings. Proposals will be assessed on both the viability of the project and strength of the applicant’s experience. Proposals will be evaluated and funded on a “first-come, first-served basis” for the duration of the program. The City reserves the right to accept or reject any or all applications received as a result of this advertisement.

Notice Requirements:
All not-for-profit organizations entering into negotiations with building owners must comply with tenant and owner notification procedures in accordance with the federal Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970. Information about these notification requirements will be provided to pre-qualified non-profits. The Request for Qualifications (RFQ), map of the program area, and additional information about the program are available on HPD’s website: http://www1.nyc.gov/site/hpd/developers/rfp-rfq-rfo.page. Interested parties should forward all requested documentation to the Department of Housing Preservation and Development; Attention of Lower Manhattan Acquisition Program RFQ Coordinator, 100 Gold Street—Room 9-O3, New York, NY 10038; or electronically to HPDPres@nullhpd.nyc.gov. This program is made possible by a grant from the Lower Manhattan Development Corporation, which is funded through Community Development Block Grants from the U.S. Department of Housing and Urban Development.

Andrew Cuomo, Governor
Bill de Blasio, Mayor
Alicia Glen, Deputy Mayor for Housing and Economic Development
Vicki Been, HPD Commissioner
David Emil, LMDC President
Avi Schick, LMDC Chairman

Develop Transitional Residences for Homeless Families + Drop-In Center for Adults

November 2, 2020- The Department of Homeless Services is soliciting proposals from organizations interested in developing and operating transitional residences for homeless adults and families including the Neighborhood Based Cluster Residence and drop-in centers for adults. This is an open-ended solicitation; there is no due date for submission. Proposals will be reviewed by the Department as they are received and contracts will be awarded on an on-going basis, until the agency’s capacity needs are met. DHS reserves the right to award a contract on the basis of initial offers received without discussion. Contracts will be awarded to responsible applicants whose negotiated offers are determined to be the most advantageous to the City, taking into consideration the price and other such factors and criteria set-forth in the RFP. Contract award will be subject to the timely completion of contract negotiations between the agency and the selected proposer.

It is anticipated that the transitional residence contracts will range from 3 to 30 years including renewal options and depending on the financial terms and conditions.

Pursuant to Section 312 (c) (1) (ii) of the New York City Charter, the Competitive Sealed Bid procurement method is not the most advantageous method because judgment is required in evaluating competing proposals, and it is in the best interest of the city to require a balancing of price, quality and other factors.

Thus, pursuant to Section 3-03 (c) of the Procurement Policy Board Rules, the open ended RFP will be used because the Department will select qualified providers to develop and operate transitional residences in order to address the need to create additional shelter capacity citywide. In addition, this open-ended method will provide interested applicants an opportunity to propose sites for the targeted population, as they become available for shelter development.

All proposers must meet the following minimum qualifications 1) must have a tax exempt status under 501 (c) (3) of the Internal Revenue Code and or be legally incorporated as a for-profit entity; 2) must demonstrate that they have, or can obtain by the contract start date, site control of the proposed Standalone facility location(s); and 3) must demonstrate an intent to enter into lease agreements with the owner(s) or management designee(s) for each property.

Pin number: 07100S003262

Infrastructure+Resiliency Improvements at Coney Island Hospital

May 31, 2022- New York City Economic Development Corporation (NYCEDC) is seeking qualified firms to construct infrastructure and resiliency improvements at Coney Island Hospital. Due its location, the hospital is vulnerable to extreme coastal storms and in October 2012, the facility suffered extensive flood damage as a result of Superstorm Sandy. Since then the hospital has temporarily restored the damaged areas and, working with the Federal Emergency Management Agency (“FEMA”), have developed plans to mitigate damage from future storms and flooding.

NYCEDC, as the lead of an interagency team, is now focused on the Major Work project. The construction of the Coney Island Hospital campus project is currently envisioned to build a new resilient acute care hospital tower to be known as the Critical Services Structure (“CSS”) and to include the following work:
• Provide on-site valet parking for 300 cars
• Demolition of existing buildings, including Hammett Pavilion, Building 6, and various existing site improvements;
• Renovation and selective demolition of 60,000 gross sq. feet including portions of the existing Main Building and Tower Building; and
• Build a new permanent flood mitigation structure (s) (e.g. flood wall) around the campus.

NYCEDC is seeking qualifications for the following types of construction contractors:
• Concrete Contractors • Abatement Contractors • Demolition Contractors • Electricians • Plumbers • Elevator Contractor Scaffolding/Sidewalk bridge • Mechanical – HVAC • Fire Protection • Masonry • Site/Civil Work • Low voltage electrician • Site Fencing • Painting • Carpentry • MEP Insulation • Steel Work • Roofing and Waterproofing • Spray on Fire Proofing • Tile Work • Flooring • Windows • General Contractors • Exterior Façade

NYCEDC plans to select contractors on the basis of factors stated in the RFQ which include, but are not limited to: the firm’s demonstrated experience and expertise in the particular trade for which the firm is submitting its qualifications; the firm’s composition and experience in coordinating and implementing similar projects; the firm’s familiarity with public approvals, permitting and experience working with multiple governmental agencies; the firm’s record regarding accidents and lost work days on construction projects; and the firm’s resources available for the Project.  The Services described above will require extensive coordination and collaboration among the Construction Management firm (the “CM”) hired by NYCEDC, the other construction trades working within the Project Site, and the Project Team.

NYCEDC has contracted with NBBJ to lead the design effort for all contract documents associated with the Services. The CM will provide construction management services for the Project, including holding all construction subcontracts for the Project.  NYCEDC anticipates that initial projects will be procured in Q1 2017. Design packages will continue to be completed and released periodically with final projects’ anticipated completion in May 2022. NYCEDC will issue advertisements in the City Record and provide a notice on EDC’s procurement website (www.nycedc.com) of forthcoming design packages to be issued by the CM. Once NYCEDC posts an advertisement for a forthcoming design package, firms will have approximately 30 days to provide their qualifications in order to be considered for the prequalified list of firms who will receive the bid package from the CM.

It is the policy of NYCEDC to comply with all federal, state and City laws and regulations which prohibit unlawful discrimination because of race, creed, color, national origin, sex, age, disability, marital status and other protected category and to take affirmative action in working with contracting parties to ensure certified Minority and Women-owned Business Enterprises (MWBEs) share in the economic opportunities generated by NYCEDC’s projects and initiatives.
The HHC Coney Island Hospital Major Work has a Minority and Women Owned Business Enterprises (“M/WBE”) participation goal of 30 percent. Companies who have been certified with the Empire State Development’s Division of Minority and Women’s Owned Business Development as M/WBE are strongly encouraged to apply to this RFQ. To learn more about M/WBE certification and NYCEDC’s M/WBE program, please visit http://www.nycedc.com/opportunitymwdbe.  An optional informational session will be held on Tuesday, November 22, 2016 at 11:00 am at NYCEDC. Those who wish to attend should RSVP by email to CIHRFQ@nulledc.nyc on or before November 21, 2016.

NYC Industrial Developer “Fund” for Qualified Projects Seeking Fund Support

The NYC Industrial Developer Fund is a $150 million public/private fund to provide project financing for industrial real estate development projects in New York City.  The Fund is designed to catalyze investment in 400,000 sf of new or renovated industrial real estate workspace across New York City, supporting the creation of as many as 1,200 quality and accessible industrial jobs by 2020.The Industrial Developer Fund supports industrial job-creation in New York City by providing public/private financing for industrial real estate development projects.  Total size of the Fund is $150 million, which includes approximately $60 million in public funds leveraging $90 million in private financing.

The Industrial Developer Fund provides qualified real estate developers with partial public gap-financing assistance in the form of grants, low-interest subordinate loans, and guarantees on senior private loans.  These public funds are intended to leverage owner equity so that the transaction merits traditional bank/senior lender financing provided under the Fund structure.

Qualified projects seeking fund support will be considered when high impact projects are unable to move forward due to funding gaps.  The Fund will consider both non-profit and for-profit entities.

New York City’s industrial and manufacturing sector employs 530,000 people, or 15.4 percent of the city’s private sector workforce.  The sector is a vital pathway to the middle class for many families, with median wages of $50,400 a year. In addition, more than 328,000 jobs in the sector (61.5 percent) are located outside Manhattan, 62 percent of the workforce comes from culturally diverse backgrounds, and nearly half are foreign-born. Finally, approximately 63 percent of jobs are available to individuals who do not have a college degree.

For additional information, please contact the NYCEDC Strategic Investments Group at 212.618.5737 or

More from Capalino

Current RFPs: Week of April 20, 2020

 
Request for Proposal

Current RFPs: Week of January 16, 2015

 

Current RFPs: Week of July 24, 2017