Current RFPs: Week of June 29, 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:

Universal Pre-K Services for 2015-2018 for Services to Four Year Olds

July 2, 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 at least 180 total days of Pre-K for All services (based on a 5 day week), including four (4) days scheduled for professional development per year. Services must be scheduled for a minimum of 31 hours and 40 minutes per week and a minimum of 5 days per week, Monday through Friday. The program may be scheduled for a maximum of 6 days per week (Monday through Friday and either Saturday or Sunday), provided that if the program operates 6 days a week, then the program must satisfy the minimum weekly hours requirement (31 hours, 40 minutes per week) and operate for at least 40 weeks per school year.

If you are interested in proposing to this 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

Management and Operation of Times Square Markets

July 7, 2015– The Times Square Alliance (the Alliance) is a Business Improvement District with a District Management Agreement with the City of New York (the City) via which it is responsible for the overall well-being and continual rejuvenation of the Times Square Area. The Times Square Alliance has worked for over two decades to promote a clean, safe and vibrant place through supplemental security and sanitation services, tourism promotion, constituent support, production and management of special events and advocacy on behalf of neighborhood policy, planning and design issues.

The Times Square Alliance is seeking proposals (Proposals) from qualified outdoor programming operators (Proposers) by issuing a Request for Proposals (RFP) to manage and oversee a food, beverage, and/or merchandise market, as well as information offerings, in one or more of the five Broadway pedestrian plazas.

Pin number: 84115MBAD923

Can, Safety for Gasoline Storage

July 7, 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: 8571500561

Installation of Distribution Water Mains in: East 46th St. btwn Madison Ave and Lexington Ave, etc. – Borough of Manhattan

July 7, 2015This 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.

Bid Document Deposit-$35.00 per set-Company Check or Money Order Only-No Cash Accepted-Late Bids Will Not Be Accepted
Experience Requirements
Apprenticeship Participation Requirements Apply To This Contract
BID DOCUMENTS ARE AVAILABLE AT: http://www.nyc.gov/buildnyc

Pin number: 85015B0147

Temporary Placement Agency Retainer, Consultant Services

July 8, 2015– New York City Economic Development Corporation (NYCEDC) is seeking a consultant or consultant team to provide ready access to temporary staff and direct placement for the following position classifications: Administrative Support, Finance and Accounting, Human Resources and other expertise as needed. The Consultant is expected to promptly provide NYCEDC with highly skilled staff that are available on short notice and that have been thoroughly screened and are among other attributes: articulate, reliable, on time and possess quality professional experience.

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.

Companies who have been certified with the New York City Small Business Services as Minority and Women Owned Business Enterprises (“M/WBE”) are strongly encouraged to apply. To find out more about M/WBE certification, please call 311 or go to www.nyc.gov/getcertified.

Planting of New and Replacement Street Trees – Brooklyn

July 9, 2015– This procurement may be subject to participation goals for MBEs and/or WBEs required by Local Law 1 of 2013. 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.

Pin numbers: 84615B0157 and 84615B0158

Safety and Streetscape Improvements East 86th Street Between Park Ave and Second Ave

July 9, 2015– PROJECT NO.:HWMM008 / DDC PIN: 8502013HW0020C
Bid Document Deposit-$35.00 per set-Company Check or Money Order Only-No Cash Accepted-Late Bids Will Not Be Accepted/Experience Requirement/Apprenticeship Participation Requirements Apply to This Contract

The deposit must be made in the form of a company check, certified check or money order, no cash accepted. Refunds will be made only for contract documents that are returned with a receipt and in the original condition.
Each bid submitted must be accompanied by a certified check for not less than 10 percent of the amount of the bid or a bid bond for not less than 10 percent of the amount of the bid.

This contract is subject to the Federal Transit Administration (FTA) Third Party requirements. In addition to compliance with the FTA requirements, the Contractor shall also be required to comply with all City requirements as depicted in the Information for Bidders and Standard Construction Contract herein, Third Party Requirements, Standard Clauses for all New York State Contracts, and Exhibits which are hereby made a part of the original contract documents. Wherever a conflict may exist, the FTA Regulations shall take precedence.

Disadvantaged Business Enterprises (DBE) will be afforded full opportunity to submit bids and the City of New York hereby notifies all bidders that it will affirmatively insure that any contract entered into pursuant to this advertisement will be awarded to the lowest responsible bidder without discrimination on the basis of race, color, sex, sexual orientation, national origin, age or place of residence. Prospective bidder`s attention is directed to the following requirements of FTA Contract clauses, Standard clauses, exhibits and Appendices: Volume 1 Page A-2 thru A-6 and Volume 3 Addendum No. 2 (in it’s entirety) of the contract documents. The time of submission of forms for DBE participation are to be submitted as per Volume 1 Pages A-2 thru A-6 of the contract documents.

Non-compliance of submission of the requested documents, the stipulations of Appendix B or submittal of bids in which any of the prices for lump sum or unit items are significantly unbalanced to the potential detriment of the Department may be cause for a determination of non-responsiveness and the rejection of the bid. The award of this contract is subject to the approval of the New York City Department of Design and Construction and the New York State Department of Transportation.

DBE Goal: 5 percent

Agency Contact Person – Lorraine Holley (718) 391-2601
NOTE: Bid Documents are available for downloading at: http://www.nyc.gov/buildnyc
VENDOR SOURCE:88624
DBE language included

Planting of New and Replacement Street Trees – Queens

July 10, 2015– In Community Boards 9, 10, 13, and 14, Borough of Queens, Contract #: QG-1315M
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.

Pin number: 84615B0153

Planting of New and Replacement Street Trees – Staten Island

July 10, 2015– In the Borough of Staten Island, Contract #: RG-615M
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.

Pin number: 84615B0149

NYCDPR RFB for the Sale of Christmas Trees at Parks Citywide

July 13, 2015– In accordance with Section 1-12 of the Concession Rules of the City of New York, the New York City Department of Parks and Recreation (“NYCDPR”) is issuing, as of the date of this notice, a Request for Bids (”RFB”)for the operation and maintenance of concessions for the sale of Christmas trees and holiday-related merchandise at various parks citywide.

Hard copies of the RFB can be obtained, at no cost, through Monday, July 13, 2015 between the hours of 9:00 a.m. and 5:00 p.m., excluding weekends and holidays, at the Revenue Division of NYCDPR, which is located at 830 Fifth Avenue, Room 407, New York, NY 10065.

The RFB is also available for download on Parks’ website. 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

Pin number: TR-2015

Rehabilitation of Berth 6B and Partial Demolition of Pier G
Brooklyn Navy Yard

July 14, 2015– Any contract or contracts awarded under the Advertisement for Bids will be funded in part by a grant from the U.S. Department of Commerce- Economic Development Administration (EDA). The total amount of federal funding included in the project financing will be $2,418,182 which represents a portion of the total project costs to include design, construction, project inspection and management of the project. Neither the United States nor any of its departments, agencies, or employees is or will be a party to this advertisement or in any resulting contract.

Mandatory prebid meeting will be held on Tuesday, June 23, 2015 at 11 a.m. in the Brooklyn Navy Yard`s offices, 63 Flushing Ave, Brooklyn, NY, Building 292, Third Floor. Failure to attend the mandatory prebid meeting will disqualify you from submitting a bid. Contractors must purchase plans and specs from BNYDC at the offices of the Brooklyn Navy Yard, 63 Flushing Avenue, Brooklyn, NY 11205, Building 292, Third Floor. The purchase price is $100 payable by certified check or money order only. For contracts over $100,000 a 5 percent bid bond and a 100 percent performance bond and payment bond is required.

Pin number: 000315

Request for an Expression of Interest to Publish and Market a Book – Central Park Book

July 15, 2015– For more information on this RFP, please contact Mark Thompson.

Pin number: 860REI001

Life Support and Parts, Brand Specific (FDNY medical)

July 15, 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: 8571500509

Construction Management Services for the New Gansevoort Marine transfer Station – Manhattan

July 21, 2015– S216-404A, Construction Management Services for the New Gansevoort Marine Transfer Station. All qualified and interest firms are advised to download the Request for Proposals at http://ddcftp.nyc.gov/rfpweb/ from 06/23/2015 or contact the person listed for this RFP. The contract resulting from this Request for Proposals will be subjected to Local 1 of 2013, Minority-Owned and Women-Owned Business Enterprise (MWBE)Program. The submission date is indicated above.

Pin number: 8502015TR0005P

Development, Operation & Management of Snack Bar at Verdi Square, West 72nd St. Manhattan

July 27, 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 development, operation and management of a snack bar at Verdi Square, Manhattan.

There will be a recommended proposer meeting on Thursday, July 9, 2015 at 11:00am. We will be meeting at the proposed concession site, which is located near the intersection of 72nd Street and Amsterdam Avenue, on the north side of Verdi Square, Manhattan. If you are considering responding to this RFP, please make every effort to attend this recommended meeting.

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

Pin number: M94-SB-2015

Accessible Transportation and Evacuation Planning for Persons with Disabilities

July 29, 2015– The New York City Emergency Management Department (NYCEMD) is seeking an appropriately qualified vendor to conduct a needs analysis to determine a statistically significant measure of demand for government-administered transportation services for people with disabilities and access and functional needs (DAFN). This will subsequently inform the need for potential revisions to the City’s evacuation plans – specifically the Homebound Evacuation Operations (HEO) plan – for people with disabilities and others with access and functional needs.
This Negotiated Acquisition is a response to a court stipulation (Brooklyn Center for Independence of the Disabled v. City of New York) as part of a remedial plan to provide accessible transportation during evacuations. The City agrees to consult with Plaintiffs regarding the process and form of the needs analysis and meaningfully consider the Plaintiff`s comments, incorporate those suggestions where practical and consistent with the goals of the Accessible Transportation Memorandum of Understanding.

Pin number: 01715N0001

Food and Beverage Co-Packing Facilities Consultant Services

July 31, 2015– The food and beverage manufacturing subsector is a bright spot of growth within New York City’s industrial sector, currently employing over 15,000 people. The subsector’s employment has increased by 11 percent during the last decade, with growth driven by entrepreneurship and small businesses. Over the last several years, the City has invested to support this entrepreneurial growth. To date, New York City Economic Development Corporation (“NYCEDC”) has assisted the subsector with a network of culinary incubators, dedicated loan funds, and access to retail opportunities in public markets across New York City. Through this work, and research by New York City Councilmember Stephen Levin, NYCEDC has identified that a shortage of locally provided co-packing services often prevents food and beverage manufacturing firms from scaling in New York City. To better support the development of growth-stage food and beverage manufacturing businesses, NYCEDC is requesting responses from potential operators to fill this service gap for several food categories.

NYCEDC is seeking proposals for the development and operation of food and beverage co-packing facilities within New York City. Proposals are welcome from qualified Operators with manufacturing experience to develop a facility that will support the growth of businesses and jobs within the Food and Beverage Manufacturing subsector. To support the development of one or more food and beverage co-packing facilities, NYCEDC may provide funding to offset start-up costs, capital improvements and operations.

NYCEDC plans to select an Operator 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 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.

Body Cameras for the NYPD and Related Hardware and Data Storage Solution

August 7, 2015– The New York City Police Department (“NYPD”) is conducting a solicitation which seeks a comprehensive end to end solution for capturing, transmitting, and storing video and audio using body-worn cameras carried by patrol officers. The NYPD is soliciting applications from firms with demonstrated experience in designing and maintaining such a solution. The body-worn cameras must be lightweight and functional in all weather conditions. Firms must also provide a data storage solution (either cloud-based or employing on-site data storage) as well as all equipment necessary to operate the cameras (e.g. charging stations, data cables) and to upload captured video and audio data from the cameras for long-term storage (e.g. docking stations). If a vendor employs a cloud storage solution, it must meet the NYPD’s security requirements, as outlined in the Solicitation. The contract established as a result of this solicitation will serve as a Requirements Contract for the purchase of hardware, storage, licenses, and maintenance services on an as-needed basis. The anticipated term of the contract would be for five years from January 1, 2016 through December 31, 2020. There would also be three 3-year renewal options.

A contract award will be made by the Negotiated Acquisition source selection method, pursuant to City of New York Procurement Policy Board Rules (PPB Rules) § 3-04(b)(2) because the NYPD has determined that it is neither practical nor advantageous to award the proposed contract by competitive sealed bids or competitive sealed proposals, and that this source selection method is in the City’s best interest. First, there exists is a compelling need for the goods and services that cannot be timely met through competitive sealed bidding or competitive sealed proposals. Second, there are a limited number of vendors able to provide the required body cameras and the related equipment and services of the nature and specificity required by the NYPD. Thus, pursuant to Sections 3-04(b)(2)(i)(D) and 3 04(b)(2)(ii) of the PPB Rules, a special case determination has been made that this solicitation should be done using the Negotiated Acquisition method of Source Selection. Any Vendors that wish to express an interest to be considered for this solicitation may download or request the complete solicitation document and submit completed application(s) if they feel that they can supply the required body cameras and related goods and services.
This Procurement is subject to Local Law 1, the City of New York’s M/WBE Program.

Pin number: 05615N0001

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.

Spofford Live-Work Campus RFEI

October 1, 2015– NYCEDC seeks expressions of interest (“Proposals”, each a “Proposal”) from qualified developers for the disposition and redevelopment of a combined parcel owned by the City of New York (the “City”) on Spofford Avenue in the Hunts Point Peninsula neighborhood of the Bronx, consisting of two full lots, and portions of two adjacent lots with a combined lot area of approximately 4.75 acres (~207,000 square feet).

NYCEDC plans to evaluate respondents based on criteria stated in the RFEI, which may include, but are not limited to: the completeness and quality of the overall response, program and design, financial and schedule feasibility, hiring and workforce programs, respondent qualifications and experience, and economic impact on the City of New York.

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.

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

Request for Proposal

Current RFPs: Week of May 23, 2016

 
Request for Proposal

Current RFPs: Week of June 27, 2016

 
Request for Proposal

Current RFPs: Week of April 4, 2016