Current RFPs: Week of August 24, 2015

 

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

For a current list of MWBE RFPs, click here: 

MWBE RFPs

The following Request for Proposals have been recently issued by City government:

East River Waterfront Esplanade & Piers Project CM Services, Consultant Services

August 28, 2015–  The ERW Project was conceived as part of the Concept Plan to further the Mayor’s Vision Statement by (1) creating a spectacular waterfront esplanade, (2) completing the Manhattan Greenway, and (3) reconnecting the communities of Lower Manhattan to the East River. Completion of the ERW Project, together with other public initiatives in the area, will help strengthen the central business district in Lower Manhattan and enhance its residential communities.   The ERW Project is to improve and redevelop an approximately two-mile portion of the East River Waterfront that extends from Peter Minuit Plaza at the southern tip of Manhattan to East River Park on the Lower East Side.  CDBG funds from HUD are being made available to the City for the ERW Projects by LMDC.

NYCEDC is seeking a Construction Manager to manage construction of all of Phase 4 of the ERW Project and complete the remaining Sub-Projects.  Services shall include pre-construction, construction, and post-construction Services for certain Sub-Projects of the Project.  The Consultant shall subcontract with Subcontractors and vendors as required to complete the Project pursuant to the contract schedule.

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.

This project has Minority and Women Owned Business Enterprise (“M/WBE”) participation goals, and all respondents will be required to submit a M/WBE Narrative Form with their response. To learn more about NYCEDC’s M/WBE program, visithttp://www.nycedc.com/opportunitymwdbe. For the list of companies who have been certified with the New York City Department of Small Business Services as M/WBE, please go to the www.nyc.gov/buycertified.

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on public  projects.   Kick Start Loans facilitates financing for short-term mobilization needs such as insurance, payroll, supplies and equipment. Bidders, sub-contractors and sub-consultants are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

Reconstruction of Montefiore Park & Plaza – Broadway, Hamilton Place, & West 138th St.

August 28, 2015– Bid Document Deposit-$35.00 per set-Company Check or Money Order Only-No Cash Accepted-Late Bids Will Not Be Accepted
Special Experience Requirements. Apprenticeship Participation Requirements Apply To This Contract. Bid documents are available at: http://www.nyc.gov/buildnyc

VENDOR SOURCE #: 88827
This procurement is subject to Minority-Owned and Women-Owned Business Enterprises (MWBE) participation goals as required by Local Law 1 of 2013. All respondents will be required to submit an M/WBE Participation Plan with their response. For the MWBE goals, please visit our website at www.nyc.gov/buildnyc see “Bid Opportunities”. For a list of companies certified by the NYC Department of Small Business Services, please visit www.nyc.gov/buycertified. To find out how to become certified, visit www.nyc.gov/getcertified or call the DSBS certification helpline at (212) 513-6311.

Pin number: 8502013HW0065C

CPD Architectural & Engineering Physical Needs Assessment and Energy Audit Services

August 31, 2015– New York City Housing Authority (NYCHA) seeks proposals from qualified firms to provide NYCHA with services for a Physical Needs Assessment (PNA) and Energy Audit, which include, but are not limited to, (i) performing a comprehensive inspection of NYCHA’s portfolio of housing developments and non-residential facilities and (ii) providing data collection, storage, management, analysis, and reporting services associated with the PNA and Energy Audit. Such Services will include creating a database software application for the database of data collected pursuant to the Services. Minority, Women, and Small Business Enterprises are strongly encouraged to submit Proposals in response to this RFP.

Proposers may submit, via e-mail, written questions to NYCHA’s Coordinator meddy.ghabaee@nullnycha.nyc.gov by no later than 2:00 p.m. on August 14, 2015. Questions submitted in writing must include the firm name and the name, title, address, telephone number, fax number and e-mail address of the individual to whom responses to the Proposer’s questions should be given. All questions and responses will be provided to all firms that received a copy of this RFP and will be posted on NYCHA’s online system iSupplier.
Interested firms are invited to obtain a copy on NYCHA`s website. To conduct a search for the RFP number; vendors are instructed to open the “Doing Business with NYCHA”, using the link: http://www.nyc.gov/nychabusiness. Once on that page, please scroll down to mid page, on the left hand column, select “Selling to NYCHA”, click into “Getting Started: Register or Log-in” link. If you have supplied goods or services to NYCHA in the past and you have your log-in credentials, click “Returning iSupplier Users” and “Log-In Here” If you do not have your log-in credentials, select “Request a Log-In ID.” Upon access, select “Sourcing Supplier” then “Sourcing Homepage”, reference applicable RFP number per solicitation.

Suppliers electing to obtain a non-electronic paper document will be subject to a $25 non-refundable fee; payable to NYCHA by USPS-Money Order/Certified Check only for each set of RFP documents requested. Remit payment to NYCHA Finance Department at 90 Church Street, 6th Floor; obtain receipt and present it to the Supply Management Procurement Group; RFP package will be generated at time of request.

Each Proposer is required to submit one (1) signed original and seven (7) copies of its Proposal package. In addition to the paper copies of the Proposal, Proposers shall submit one (1) complete and exact copy of the Proposal on CD-ROM or Flash drive in Microsoft Office (2010 version or later) or Adobe pdf format. The original signed hard-copy must be clearly labeled as such. If there are any differences between the original and any of the copies (or the electronic copy of the Proposal), the material in the hard copy original will prevail.

Pin number: 62572

Resident Engineering Inspection Services in Connection with the Protective Coating of West 207th Street Bridge over Harlem, Boroughs of Manhattan and the Bronx

August 31, 2015– THIS PROCUREMENT IS SUBJECT TO PARTICIPATION GOALS FOR MINORITY-OWNED BUSINESS ENTERPRISES (MBES) AS REQUIRED BY SECTION 6-129 OF NEW YORK ADMINISTRATIVE CODE. THE M/WBE GOAL FOR THIS PROJECT IS 15 percent . printed copy of the proposal can also be purchased. A deposit of $50.00 is required for the proposal book in the form of a Certified Check or Money Order payable to: New York City Department of Transportation. NO CASH ACCEPTED. Company address, telephone and fax numbers are required when picking up contract documents.Entrance is located on the South Side of the Building facing the Vietnam Veterans Memorial. Proper government issued identification is required for entry to the building (driver’s license, passport, etc.). For additional information, please contact Gail Hatchett at (212) 839-9308.

Baseboard Stripper 

August 31, 2015– For more information on this RFP, please contact Mark Thompson.

Pin number: 8571500646

Conflict Counsel Legal Services

September 1, 2015– Seeking three or more appropriately qualified law firms, each consisting of one or more attorneys, to provide legal representation in connection with matters to be assigned by the Department, to represent officials and employees of the City of New York (“City”), the New York City Department of Education (“DOE”) and the New York City Health and Hospitals Corporation (“HHC”) who the Corporation Counsel has determined cannot be represented by the Department due to a conflict of interest or the appearance of a conflict of interest, consistent with the New York Code of Professional Responsibility. Proposers should have demonstrated expertise in litigating tort cases, cases involving claims under 42 U.S.C. Section 1983 or other civil rights claims, or other monetary claims under New York State common law. Proposers should have an office that is reasonably close and easily accessible by means of public transportation to and/or from 100 Church Street, New York, New York 10007.

It is anticipated that the term of the contract to be awarded as a result of this Request for Proposals (“RFP”) will be for a five (5) year period from January 1, 2016 through December 31, 2021.

In order to be considered for the award of a contract, the company must submit a proposal in the manner prescribed by the RFP. The Department prefers to distribute the RFP by electronic means. Interested firms may obtain a complete electronic copy of the RFP by e-mail by requesting it from: Esther S. Tak, Assistant Corporation Counsel, New York City Law Department, 100 Church Street, Room 5-208, New York, New York 10007 (Phone 212-356-1122; Fax 212-356-4066; e-mail etak@nulllaw.nyc.gov). Firms can obtain a printed copy of the RFP at the New York City Law Department, 100 Church Street, 100 Church Street Messenger Center, located at street level in the middle of the block on the Park Place side of 100 Church Street, New York, New York 10007. The Department encourages interested firms to request the RFP by e-mail. In most cases, the Department will respond to an e-mail request for the RFP received during regular working hours. The electronic version of the RFP is a PDF file that can be read and printed out using the widely available Adobe Acrobat © software. Firms interested in receiving the RFP by e-mail are advised that their e-mail system must be able to accommodate an incoming 2.5 Megabyte PDF file. If the firm elects to obtain the RFP by picking it up at the Department, the person picking it up must be able to provide the name of the organization and the name, title, telephone number, fax machine number and e-mail address of an authorized and responsible person in the firm.

Pin number: 02514X100001

Energy Efficient Ballfield Lighting Retrofit at Various Parks and Recreation Facilities – Boroughs of Queens and Staten Island

September 2, 2015– Bid documents are available for a fee of $25.00 in the Blueprint Room, Room #64, Olmsted Center, from 8:00 AM to 3:00 PM. The fee is payable by company check or money order to the City of NY, Parks and Recreation. A separate check/money order is required for each project. The Company name, address and telephone number as well as the project contract number must appear on the check/money order. Bidders should ensure that the correct company name, address, telephone and fax numbers are submitted by your company/messenger service when picking up bid documents.

This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013.
Pin number: 84615B0119

Operation & Management of a Newsstand at Verdi Square, Manhattan

September 2, 2015– Verdi Square is a small triangle of land enclosed by a railing, located on Manhattan’s Upper West Side, between 72nd street and 73rd street on the south and north, and Broadway and Amsterdam Avenue on the west and east.

In accordance with Section 1-13 of the Concession Rules of the City of New York, the New York City Department of Parks and Recreation (“Parks”) is issuing a Request for Bids (RFB) for the operation and management of a newsstand at Verdi Square, Manhattan.

Hard copies of the RFB can be obtained, at no cost. To download the RFB, visit www.nyc.gov/parks/businessopportunities, click on the link for “Concessions Opportunities at Parks” and, after logging in, click on the “download” link that appears adjacent to the RFB’s description.

TELECOMMUNICATION DEVICE FOR THE DEAF (TDD) 212-504-4115

Fruits and Vegetables, Fresh

September 3, 2015– A copy of the bid can be downloaded from the City Record Online site at http://a856-internet.nyc.gov/nycvendoronline/home.asp. Enrollment is free. Vendors may also request the bid by contacting Vendor Relations via email at dcasdmssbids@nulldcas.nyc.gov, by telephone at 212-386-0044 or by fax at 212-669-7585.

Pin number: 8571600065

DSNY: Truck, Tilt body Container, Roll On/Roll Off 

September 8, 2015– A Pre-Solicitation Conference for the above mentioned commodity is scheduled for September 8, 2015 at 9:30am at 1 Centre Street, New York, NY 10007, 18th floor.

The purpose of this conference is to review proposed specifications for the commodity listed above to ensure a good product and maximum competition. Please make every effort to attend this conference, your participation will assist us in revising the attached specifications so they can be issued as a part of final bid package.

A copy of the pre-solicitation package can be downloaded from the City Record Online site at http://a856-internet.nyc.gov/nycvendoronline/home.asp. Enrollment is free. Please review the documents the before you attend the conference. If you have questions regarding this conference, please contact Joe Vacirca at 212-386-6330 or by email at jvacirca@nulldcas.nyc.gov

Furnishing & installing Accessible Pedestrian Signals in the City of New York

September 8, 2015– THIS PROCUREMENT IS SUBJECT TO PARTICIPATION GOALS FOR MBEs AND/OR WBEs AS REQUIRED BY SECTION 6-129 OF NEW YORK CITY ADMINISTRATIVE CODE. A printed copy of the solicitation can also be purchased. A deposit of $50.00 is required for the specification book in the form of a Certified Check or Money Order payable to: New York City Department of Transportation. NO CASH ACCEPTED. Company address, telephone and fax numbers are required when picking up contract documents.Entrance is located on the South Side of the Building facing the Vietnam Veterans Memorial. Proper government issued identification is required for entry to the building (driver’s license, passport, etc.).The Pre-Bid Meeting will be held on August 20, 2015 at 10:00 A.M. at 55 Water Street, Ground Floor Conference Room, New York, NY 10041. For additional information, please contact Sharif Choudry at (212) 839-4370.

Dinners, Kosher Passover – DOC

September 10, 2015– A copy of the bid can be downloaded from the City Record Online site at http://a856-internet.nyc.gov/nycvendoronline/home.asp. Enrollment is free. Vendors may also request the bid by contacting Vendor Relations via email at dcasdmssbids@nulldcas.nyc.gov, by telephone at 212-386-0044 or by fax at 212-669-7585.

Pin number: 8571500590

NYCHA: IT Disaster Recovery Services

September 10, 2015– The New York City Housing Authority seeks proposals (“Proposals”) from qualified firms (“Proposers”) that provide customers with dedicated disaster recovery facilities to be utilized in the event of Outage Emergencies, as well as related services, as detailed more fully in Section II and the Appendices to this RFP (collectively, the “Services”). The Disaster Recovery Site must be located: (a) outside of the five boroughs of New York City and (b) within 100 miles of lower Manhattan. During the Term, the Services shall at all times meet NYCHA’s operational, administrative, and equipment requirements described herein. NYCHA intends to enter into an agreement (the “Agreement”) with the selected Proposer (the “Selected Proposer” or the “Consultant”) to provide the Services. The term (“Term”) of the awarded Agreement(s) shall be three years (the “Initial Term”), with up to two additional one-year optional renewal periods (each a “Renewal Period”), exercisable at NYCHA’s sole discretion by written notice to the Vendor. The Initial Term and the Renewal Terms (if any) shall be collectively referred to as the “Term.” The cost for the Services to be performed during any Renewal Term(s) shall be the price set forth in the Consultant`s Cost Proposal. In the event that a Proposer has any questions concerning this Solicitation: they should be submitted to the Solicitation Coordinator, Jieqi Wu via e-mail Jieqi.Wu@nullnycha.nyc.gov (c: Sunny.Philip@nullnycha.nyc.gov) no later than 2:00 PM EST, on August 21, 2015. The subject line of the e-mail must clearly denote the title of the Solicitation for which questions are being asked.

All questions and answers will be shared with all the Proposers receiving this Solicitation by August 28, 2015. In order to be considered, each proposer must demonstrate experience in performing the same or similar scope of Services as those outlined in the referenced Scope of Work, Section II and the selected proposer must satisfy the minimum required qualifications as outlined in Sections VI. The proposal should contain sufficient details to enable NYCHA to evaluate it in accordance with the criteria set forth in Section VI; Evaluation Criteria of this Solicitation. Proposers electing to request hard copies of the bid documents (paper document), rather than downloading online from NYCHA iSupplier portal, will be subject to a $25 non-refundable fee; payable to NYCHA by USPS-Money Order/ Certified Check only for each set of Solicitation documents requested. Remit payment to NYCHA Finance Department @ 90 Church Street/6th Floor; obtain receipt and present it to 6th Floor/ Supply Management Procurement Group. A Solicitation package will be generated at time of request. Proposers should refer to section IV; Proposal Submission Procedure and Proposal Content Requirements of this Solicitation for details on the submission procedures and requirements. ELECTRONIC SUBMISSION OF PROPOSAL IS NOT ALLOWED FOR THIS JOB. Each proposer is required to submit one (1) signed original; five (5) additional copies and also another copy in PDF format in a Flash Drive or in a CD, which all includes all items required by Section 6.

Pin number: RFP 62060

The Construction of an Accessible Nature Walk – Pelham Bay Park, Bronx

September 10, 2015– West of the Playground for All Children, and an Adult fitness Area, East of the Running Track, Located North of Middletown Road and East of Bruckner Boulevard in Pelham Bay Park, Borough of the Bronx, Contract #: X039-213M

This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013.

Pin number: 84615B0154

Request for Information – Supplying New York City with Renewable Power

September 10, 2015– Purchasing power to catalyze the development of new sources of renewable power, reduce greenhouse gas emissions, and chart a path to receive 100 percent of electricity from renewable sources of energy.

Pin number: 85616RFI001

Twenty-Six Architectural & Engineering Design Contracts – Micro, Small, Medium & Large

September 14, 2015– M/WBE participation Goals will be established for each individual Task Order issued pursuant to this Contract. Prior to issuance and registration of the Task Order, the contractor will be required to submit a Schedule B: M/WBE Utilization Plan.

Pin number: 8502016VP0005P-30P

Season Ice Rink at Highbridge Park Pool, Development, Operation & Management

September 14, 2015– Parks is seeking proposals for the development, operation and management of a seasonal ice rink at Highbridge Park Pool, Manhattan. The concession must include a seasonal ice rink, skate rental and sharpening station, and temporary food service and/or up to three (3) Mobile Food Units and may include a warming tent, pro shop and a holiday market.

Pin number: M37-5-IS-2015

Citywide Consultant for Construction Supervision for Projects Under $3 Million

September 14, 2015– The City of New York is committed to achieving excellence in the design and construction of its capital program and building on the tradition of innovation. As part of this effort, Parks and Recreation is pleased to announce the following contracting opportunity:

Construction Supervision Services for contracts with a construction value less than $3 million to prepare documents as needed for the Construction and Reconstruction of Various Park Buildings and Facilities Located in the Five Boroughs of the City of New York.

Copies of the RFP can be obtained on August 18, 2015 at the Agency’s website http://www.nyc.gov/parks, the City Record’s website www.nyc.gov/cityrecord and at the Olmsted Center Annex, Flushing Meadows-Corona Park, Flushing, NY 11368 during the hours of 9:00 a.m. to 4:00 p.m., Monday – Friday from August 18, 2015 to September 8, 2015.

Pin number: 84615P0003

Citywide Consultant for Construction Supervision for Projects Over $3 Million

September 16, 2015– The City of New York is committed to achieving excellence in the design and construction of its capital program and building on the tradition of innovation. As part of this effort, Parks and Recreation is pleased to announce the following contracting opportunity:

Construction Supervision Services for contracts with a construction value over $3 million to prepare documents as needed for the Construction and Reconstruction of Various Park Buildings and Facilities Located in the Five Boroughs of the City of New York.

Copies of the RFP can be obtained on August 19, 2015 at the Agency’s website http://www.nyc.gov/parks, the City Record’s website www.nyc.gov/cityrecord and at the Olmsted Center Annex, Flushing Meadows-Corona Park, Flushing, NY 11368 during the hours of 9:00 a.m. to 4:00 p.m., Monday – Friday from August 19, 2015 to September 10, 2015.

Pin number: 84615P0002

‘MADE IN NY’ Trade Show Partnership Consultant Services Fashion Show Emerging NY Fashion Designers

September 18, 2015– The New York City Economic Development Corporation (NYCEDC) is seeking a consultant to develop and implement a fashion trade show partnership benefiting emerging, NY-based fashion designers. The Program is intended to build upon the expansion of the Made in New York (“MiNY”) brand into the fashion industry as well. The Program shall offer a group of emerging, NY-based fashion designers a series of MiNY-branded booths and display space to showcase collections of locally produced apparel and accessories.

In February 2015, NYCEDC launched the expansion of the Made in New York brand to the fashion industry. MiNY has been shaped by new and expanded programs, and a significant investment in public private partnerships. It is anticipated that the suite of MiNY programs will directly support the fashion industry’s production, design and retail communities, and aim to bolster the City’s working designers and manufacturers, along with those aspiring to join these communities. Program goals are as follows:
• Provide emerging, NYC-based fashion brands creating locally produced apparel, accessories, and jewelry unique opportunities to engage with retail buyers that are otherwise inaccessible
• Raise the profile of brands that manufacture products locally
• Build brand identity and prestige of “Made in NY” branded programs
• Strengthen NYC’s overall brand as a center of high-quality fashion production, and increase overall awareness of fashion products made in New York City and the economic, social, and cultural benefits of local production

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.

Companies who have been certified with the New York City Department of Small Business Services as Minority and Women Owned Business Enterprises (“M/WBE”) are strongly encouraged to apply. To learn more about M/WBE certification and NYCEDC’s M/WBE program, please visit http://www.nycedc.com/opportunitymwdbe.

Respondents may submit questions and/or request clarifications from NYCEDC no later than 5:00 p.m. on Friday, August 28, 2015. Questions regarding the subject matter of this RFP should be directed to MadeInNYTradeShow@nulledc.nyc. Answers to all questions will be posted by Wednesday, September 2, 2015, to www.nycedc.com/RFP. The RFP is available for in-person pick-up between 9:30 a.m. and 4:30 p.m. Please submit five (5) sets of your proposal.

HRA Seeks to update its Entire Set of Workforce Services to Orient them Toward Increase Opportunities for Education and Toward Long-term Self-sufficiency Outcome

September 18, 2015

CareerBridge
Human Resources Agency (HRA) seeks to update its entire set of workforce services to orient them toward increased opportunities for education and toward long-term self-sufficiency outcomes. HRA’s foremost goal in its new set of services is to provide a flexible array of services that are holistic and clientfocused, with strong continuity and focus on supports to provide opportunities for clients to achieve independence and selfsufficiency. The forthcoming CareerBridge Request for Proposals (RFP) will seek up to twenty-seven (27) qualified service contractors to provide CareerBridge services, most of which will be contextualized in HRA-identified target sector clusters, for: adult basic education, high school equivalency preparation, bridge training, English as a Second Language, and vocational training. HRA intends to use a sector-based model to focus attention on the education and training needs of clients, as they result in long-term self-sufficiency. HRA intends to situate CareerBridge within the target sector clusters of healthcare and social assistance; technology; industrial/manufacturing; construction; retail/customer service and food service/accommodation; maintenance and security; and transportation/warehousing. The selected providers will be expected to provide Pre-training orientation, Curricula and Teaching Models, Education Mentorship, Tutoring, and Peer Engagement, Bridge Coordination, Apprenticeships/Internships, Job Placement, Retention, and Advancement.

CareerCompass
HRA seeks to update its entire set of workforce services to orient them toward increased opportunities for education and toward long-term self-sufficiency outcomes. With the new CareerCompass program, targeted toward clients ages 25 and older, HRA intends to build on past innovations to use comprehensive systems for assessment and career pathways service coordination within a sector-based, employer-approved model to focus attention on the career-readiness, educational access, workplace retention, advancement, and long-term selfsufficiency of clients. Clients who participate in CareerCompass will create a career path that details a timeline for each step’s completion. Each step on the career pathway should lead to a credential, certificate, or degree that is recognized by the industry. Job placement strategies within the career pathways framework should focus on developing opportunities within the sector that have room for advancement. CareerCompass provides assessment, service planning, client goal-setting, ongoing financial counseling, and ongoing supportive service coordination (particularly for client transitions to career milestones and navigation of systems to achieve career advancement) within this model, and it is anticipated that HRA will select up to nine (9) providers under the forthcoming Request for Proposals (RFP). HRA seeks proposals for comprehensive, strengths-based assessments and ongoing service coordination for client career paths, informed by labor market demand. Service coordination services are tailored to the needs of individuals and provide ongoing support for progress toward client’s overall goals. Selected providers will provide orientation and assessment, career pathways service coordination and support services, financial counseling, and coordination.

CareerAdvance
The Human Resources Administration (“HRA” or “Agency”) seeks to update its entire set of workforce services to orient them toward increased opportunities for education and toward long-term self-sufficiency outcomes. With the new CareerAdvance program, HRA intends to use a sector-based model to focus attention on the career-readiness, workplace retention, advancement, and long-term self-sufficiency of clients. The Request for Proposals (RFP) will seek up to seventeen (17) qualified service contractors to operate CareerAdvance programs throughout the City. Selected vendors will provider Pre-employment and job placement services, retention and advancement services, apprenticeships/internships, and financial counseling. HRA envisions a three-tier assessment process as a result of the re-engineering of systems and operations workflow. The first tier would consist of clients having the option to respond to questions at computer banks located within HRA Job Centers. The second tier, conducted by an HRA worker at Job Centers, would seek additional information to determine whether the clients need referral to other HRA programs, for example, domestic violence or medical and/or mental health, or substance use treatment services.

NY Hall of Science Lighting for Outdoor Exhibits – Borough of Queens

September 21, 2015– Bid Document Deposit-$35.00 per set-Company Check or Money Order Only-No Cash Accepted-Late Bids Will Not Be Accepted
Special Experience Requirements
There will be an Optional Pre-bid Walk-thru on September 1, 2015 @ 10:00AM at NY HALL OF SCIENCE located at 47-01 111th street, Corona, NY 11368
BID DOCUMENTS ARE AVAILABLE AT: http://www.nyc.gov/buildnyc

Pin number: 85015B0126

Renovation, Operation & Maintenance of Riding Stables Cedar Lane Stables at Gemini Fields, Queens

September 21, 2015– In accordance with Section 1-13 of the Rules of the Franchise and Concession Review Committee (“FCRC”), the New York City Department of Parks and Recreation (“Parks”) is issuing, as of the date of this notice, a Request for Proposals (“RFP”) for the renovation, operation and maintenance of riding stables at the Cedar Lane Stables at Gemini Fields, Queens.

All proposals submitted in response to this RFP must be submitted no later than Monday, September 21, 2015 at 3:00pm. There will be a recommended proposer meeting on Wednesday, August 26, 2015 at 11:00am. We will be meeting at the proposed concession site, which is located near the intersection of South Conduit Avenue and Linden Boulevard, Queens. If you are considering responding to this RFP, please make every effort to attend this recommended meeting.

Hard copies of the RFP can be obtained, at no cost, commencing on Friday, August 7, 2015 through Monday, September 21, 2015, between the hours of 9:00 a.m. and 5:00 p.m., excluding weekends and holidays, at the Revenue Division of the New York City Department of Parks and Recreation, which is located at 830 Fifth Avenue, Room 407, New York, NY 10065.

The RFP is also available for download, commencing on Friday, August 7, 2015 through Monday, September 21, 2015, on Parks’ website. To download the RFP, visit http://www.nyc.gov/parks/businessopportunities and click on the “Concessions Opportunities at Parks” link. Once you have logged in, click on the “download” link that appears adjacent to the RFP’s description.

For more information or to request to receive a copy of the RFP by mail, prospective proposers may contact the Revenue Division’s Compliance Officer, Jeremy Holmes, at (212) 360-3455 or at jeremy.holmes@nullparks.nyc.gov.

TELECOMMUNICATION DEVICE FOR THE DEAF (TDD) 212-504-4115

55 Stuyvesant Place – Staten Island

September 24, 2015– New York City Economic Development Corporation (“NYCEDC”) seeks proposals (“Proposals”, each a “Proposal”) from qualified developers for the redevelopment of 55 Stuyvesant Place, a historic municipal office building (the “Building”) located in the heart of the North Shore of Staten Island (the “North Shore”). The Building is owned by the City of New York (the “City”) and available for purchase or lease.

55 Stuyvesant Place is a five-story, 37,675 square foot Art Deco building. Constructed in 1935, the Building was designed by Henry C. Pelton, who was also responsible for Riverside Church, Park Avenue United Methodist Church and a multitude of buildings in New York City. The Building features two elevators and separate stairwells and entryways which provide access to double-loaded corridors, high ceilings and floors with waterfront views. The floor-plates range from 4,000 – 6,000 square feet and have potential for a variety of layouts. The Building is a centrally-located City-owned asset in support of an emerging cluster of innovative technology and creative businesses in Downtown Staten Island.

NYCEDC plans to select a developer on the basis of factors stated in the RFP which include, but are not limited to: the economic impact of the project on New York City, the response team’s qualifications, the project’s financial feasibility, and the degree to which the project is complementary to the surrounding community. NYCEDC will show preference for quality proposals that support creative, media and/or technology uses that enhance the neighborhood’s transformation as a center for information, aim to strengthen and revitalize the urban context of the Site, propose a design and program that enhances connections to and accessibility for the surrounding community and strive to achieve design excellence.

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. To learn more about NYCEDC’s M/WBE program, visit http://www.nycedc.com/opportunitymwdbe. For the list of companies who have been certified with the New York City Department of Small Business Services as M/WBE, please go to the www.nyc.gov/buycertified.

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on public construction projects.  Kick Start Loans facilitates financing for short-term mobilization needs such as insurance, labor, supplies and equipment. Bidders/subcontractors are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

Teleport Site B-1

September 25, 2015– The New York City Economic Development Corporation (“NYCEDC”) and the Port Authority of New York and New Jersey (“the Port Authority”) are seeking proposals to develop a manufacturing use on all or part of an 18-acre site (“the Site”) located within Staten Island’s industrial “Working West Shore.” The successful response to this request for proposals (RFP) will be for a project that generates quality jobs in a dynamic industry; depending on the strength of the response, the City may be willing to consider certain forms of tax relief and other financial assistance to support the project’s development.

This RFP follows a broader Request for Expressions of Interest (“RFEI”) issued for the entire Teleport last year. Responses to that RFEI and subsequent diligence have informed the current understanding of which uses might be desirable and possible at the Site today.

Based upon that diligence, Modular Construction Assembly, Flood Defense System fabrication, and the manufacture of Green Energy systems (solar panels, wind turbines) were identified as uses that may be good fits for the Site, and as growth industries with strong potential in the region and on Staten Island’s West Shore. NYCEDC and the Port Authority will also consider other manufacturing uses not listed above; the foregoing merely represents examples of uses considered and explored in the preparation of this RFP.

NYCEDC plans to select a development team on the basis of factors stated in the open 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 open RFP.

If a proposal is selected, it will be on the basis of a thoughtful approach to both maximizing the development potential of the Site and managing it in a manner that acts as a catalyst to the economy of Staten Island as a whole. Responses to this RFP should aim to accomplish the following goals (“Development Goals”):

This project has Minority and Women Owned Business Enterprise (“M/WBE”) participation goals, and all respondents will be required to submit an M/WBE Sub- Contractors Participation Plan with their response. To learn more about NYCEDC’s M/WBE program, visit http://www.nycedc.com/opportunitymwdbe. For the list of companies who have been certified with the Empire State Development’s Division of Minority and Women Business Development as M/WBE, please go to the http://www.esd.ny.gov/MWBE/directorySearch.html.

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on NYCEDC construction projects. Kick Start Loans facilitates financing for short-term mobilization needs such as insurance, labor, supplies and equipment. Bidders/subcontractors are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

Asbestos Hazard Emergency Response Act (AHERA) Management Plan Laboratory Services

September 29, 2015– The Contractor shall provide all labor, material, supervision and safety procedures necessary for the inspection and management of Asbestos Containing Building Materials (ACBM) in various schools and facilities of the New York City Department of Education.

Pre-bid Conference: Thursday, August 27, 2015 at 01:00 P.M., at 65 Court Street, 12th Floor, Conference Room 1201, Brooklyn, NY 11201
(Please allow sufficient time 15-20 min. for security check in).

If you cannot download the RFB from the City Record website, please send an e-mail to vendorhotline@nullshools.nyc.gov with the RFB`s number and title in the subject line of your e-mail.

For all questions related to this RFB, please send an e-mail to mmikhaeil@nullschools.nyc.gov with the RFB`s number and title in the subject line of your e-mail.

Subsequent amendments and the Questions and Answers will be posted to the City Record website. You should periodically review this site for these important updates.

Receipt, Pre-Processing, & Final Conversion of Food Waste & Other Organic Waste to Beneficial Use

October 14, 2015– CORRECTION: The Bid Estimate: $50,000,000.00. PRE-BID CONFERENCE: All interested Contractors or their representatives are recommended to attend an optional pre-proposal conference, currently scheduled to be held September 16, 2015 at 10:30AM at the following address: NYC Department of Sanitation, Bureau of Solid Waste Management, Beneficial Reuse Planning, Infrastructure Development and Management, 44 Beaver Street, 12th Floor Conference Room, New York, NY 10004. Potential bidders will be provided with an opportunity at this conference to ask questions regarding the Bid document.

Agency Authorized Contact: The sole authorized contact for this solicitation is Robert Lange, Director, Beneficial Reuse Planning, Infrastructure Development and Management, 44 Beaver Street, 7th Floor, New York, NY 10004, 212-437-4658. Email: rlange@nulldsny.nyc.gov
To ensure adequate seating capacity,potential bidders should notify Robert Lange prior to September 9th regarding the estimated number of Company representatives can attend an optional pre-proposal conference at 212-437-4658.

Universal Pre-kindergarten Services for 2015-2018

December 31, 2015– The New York City Department of Education (NYCDOE), on behalf of the Division of Early Childhood Education (DECE), will release an open-ended Request for Proposals (RFP) for Universal Prekindergarten (UPK) Services for 2015-2018.

The RFP will be for the provision of Full-Day UPK services to four-year-olds. Vendors must provide a consistent weekly schedule for 31 hours and 40 minutes per week, at least five days per week, for 180 days of the school year. Proposals will be accepted for underserved areas of the City.

If you are interested in proposing to this open-ended RFP, you must pre-qualify with the City’s HHS Accelerator On-Line System in order to download the RFP and submit a proposal. The HHS Accelerator can be found here: http://www.nyc.gov/html/hhsaccelerator/html/about/about.shtml

If you have issues pre-qualifying with the HHS Accelerator System, please use the following link to reach the HHS Accelerator support team: http://www.nyc.gov/html/hhsaccelerator/html/contact/contact.shtml

Please Note: This open-ended RFP will not available in the NYCDOE’s Vendor Portal

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

 

More from Capalino

Current RFPs: Week of August 28, 2017

 
Request for Proposal

Current RFPs: Week of January 16, 2017

 

Current RFPs: Week of July 27, 2023