MWBE NYC

 

 MWBE NYC2

Capalino provides clients with the highest quality services for Minority and Women-Owned Business Enterprises (MWBEs). Combining unparalleled experience, a broad range of relationships and a deep knowledge of government processes, we collaborate with our clients to successfully navigate the complex rules, regulations and politics of local and state governments.

Tunisha WalkerServices in our MWBE consulting group include:


MWBE Events and Workshops happening around the City

Manhattan Chamber of Commerce hosts the following program:

MWBE Advanced Financial Management Program

This is a program designed to educate established minority business owners on business financial management. The goal of program is to help owners understand their financial situation and prepare themselves to access capital for growth and expansion. Participation is free but participant must agree to attend all five sessions

Program Start Date:  January 8, 2015

Information Session Date & Time: March 31st, 9:00 am to 11:30 am

Location: Anchin Block & Anchin, 1375 Broadway (at 37th Street), New York, NY 10018

Contact: 212-473-7875 or events@nullmanhattancc.org

To get more information and fill out the application to attend, visit the Manhattan Chamber of Commerce website.


Are You Ready to Become Certified by New York State as an MWBE?

We’re here to help. Here are the mandatory documents that you will need to start your application process.

Checklist for Becoming an MWBE


MWBE RFPs

SMD Security Guard Services At Senior Housing Developments And Satellite Office Locations

Submission Deadline: April 22, 2015 at 2:00PM

Information regarding this RFP is below:

New York City Housing Authority (NYCHA) is seeking proposals from qualified security firms (the Proposers) to provide security services at NYCHA’s 55 senior housing developments and 5 satellite office locations.

Mandatory Proposers’ Conference
All security firms seeking to submit a proposal must attend the mandatory Proposers’ Conference and must notify NYCHA`s Coordinator, Meddy.Ghabaee@nullnycha.nyc.gov of its intent to attend the conference.

When: April 6, 2015 at 11 AM

Where: Room 11-516 located on the 11th floor at 90 Church Street, New York, New York 10007.

RSVP: Deadline to RSVP is April 3rd, 2015 at 2:00 p.m. All security firms seeking to submit a proposal must must notify NYCHA`s Coordinator, Meddy.Ghabaee@nullnycha.nyc.gov by no later than 2:00 p.m. on April 3rd , 2015, (the Conference Confirmation Deadline), of its intent to attend the conference.

Inquiries
NYCHA additionally recommends that prospective Proposers submit any questions, in writing, in advance of the Proposers` conference to NYCHA`s Coordinator by the Conference Confirmation Deadline. The questions may be e-mailed or mailed to NYCHA’s Coordinator at the address above, with the e-mail subject matter or the mailing envelope marked “SECURITY GUARD SERVICES RFP 62122 PROPOSER`S QUESTIONS.” The prospective Proposer must include with the written questions the name, title and telephone number of the individual submitting the question. Prospective Proposers will be permitted to ask additional questions at the Proposers` conference. All questions, and any answers, will be provided to each firm attending the conference by posting to NYCHA’ s online system “iSupplier”. NYCHA reserves the right not to answer any question.

PIN: 62122

Proposal Due Date and Time: April 22, 2015 at 2:00PM

Bid documents are available here

Proposals shall be submitted to: Meddy Ghabaee, NYCHA / Supply Management, 90 Church Street, 6th Floor, New York, NY 10007; Phone: (212) 306-4539; Fax: Fax: (212) 306-5108; Email: meddy.ghabaee@nullnycha.nyc.gov

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 shall submit one (1) signed original and seven (7) copies of its Proposal package. The original must be clearly labeled. If there are any differences between the original and any of the copies, the material in the original will prevail.


Ferry Operator, Citywide Ferry System

Submission Deadline: May 12, 2015 at 4:00PM

New York City Economic Development Corporation (“NYCEDC”) is seeking proposals from qualified ferry operators, individually or as team, to operate a passenger ferry service. NYCEDC is seeking proposals that will achieve the objectives of a safe system, 2017 and 2018 service launch, and unified customer service experience. The new system will consist of the following routes: Rockaway, South Brooklyn, Astoria, Soundview, and Lower East Side. Both domestic and international businesses and institutions responding to this request for proposals (“RFP”) must be able to comply with all local, state, and federal regulations for operating a passenger ferry. The system will provide transportation equity and access to waterfront communities.

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.

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. Respondents, sub-contractors and sub-consultants are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

PIN: 61540001

Bid documents are available here

Proposal Due Date and Time: May 12, 2015 at 4:00PM

Proposals shall be submitted to: Please submit six (6) copies of your proposal to: NYCEDC, 110 William Street, 4th floor Mailroom Bid Desk, New York, NY  10038; Attention: Maryann Catalano, Senior Vice President, Contracts. Phone: (212) 312-3969; Fax: (212) 312-3918; citywideferryservice@nulledc.nyc

 Submission Requirements: Detailed submission guidelines and requirements are outlined in this RFP, available as of March 27, 2015. In addition to being able to download the document above, the RFP is available for in-person pick-up between 9:30 a.m. and 4:30 p.m., Monday through Friday, from NYCEDC, 110 William Street, 4th floor Mailroom Bid Desk, New York, NY (between Fulton & John streets). Responses are due no later than June 12, 2015.

Inquiries: Respondents may submit questions and/or request clarifications from NYCEDC no later than 5:00pm on May 1, 2015. Questions regarding the subject matter of this RFP should be directed to CitywideFerryService@nulledc.nyc. For all questions that do not pertain to the subject matter of this RFP, please contact NYCEDC’s Contracts Hotline at (212) 312-3969. Answers to all questions will be posted by May 8, 2015, on this page.

Optional Informational Session

Date: April 16, 2015 and April 30, 2015

Time: 2:00pm

Location: NYCEDC 110 William street NY NY 10038 4th floor conference room

RSVP: Those who wish to attend should RSVP by email to CitywideFerryService@nulledc.nyc on or before each info session, April 15, 2015 and April 29, 2015 by 5:00pm.


Universal Prekindergarten Services For 2015 – 2018 RFP

Information regarding this RFP is below:

The New York City Department of Education (NYCDOE) intends to conduct an innovative procurement through the release of an open-ended solicitation seeking proposals for the provision of Full-Day Universal Prekindergarten (UPK) services to four-year-olds for 2015-2018. The value of this procurement will be entirely dependent on the number of proposals received and awarded.

Vendors will be required to 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.  To meet the UPK expansion timeline, the open-ended Requests for Proposals (RFP) will remain open for an indefinite period. The NYCDOE will only review and consider proposals for areas where current community needs are not fully met. In such cases, proposals will be reviewed by the NYCDOE as they are received and contracts will be awarded on an ongoing basis, until the NYCDOE’s needs are met. Proposals received in response to this open ended RFP will be evaluated based on criteria that will be articulated in the solicitation.

The use of an open-ended procurement is in the best interests of the City as it supports the Mayor’s Pre-K expansion plan by streamlining the standard RFP process. Additionally, this procurement will be used to determine whether it is in the best interests of the NYCDOE to codify this method in the Department’s Procurement Policies and Procedures.

For any questions please contact the vendor hotline at (718) 935-2300; vendorhotline@nullschools.nyc.gov. The address is 65 Court Street, Room 1201 , Brooklyn, NY 11201;

The New York City Department of Education (DOE) strives to give all businesses, including Minority and Women-Owned Business Enterprises (MWBEs), an equal opportunity to compete for DOE procurements. The DOE’s mission is to provide equal access to procurement opportunities for all qualified vendors, including MWBEs, from all segments of the community. The DOE works to enhance the ability of MWBEs to compete for contracts. DOE is committed to ensuring that MWBEs fully participate in the procurement process.

Please Note: This open-ended RFP will NOT AVAILABLE IN THE NYCDOE’s VENDOR PORTAL

PIN: R1079040

Bid documents are available here

Proposal Due Date and Time and Location: March 31, 2015; 2:00PM

Proposals shall be submitted to: Written comments on this proposed innovative procurement method should be emailed to copcontracts@nullschools.nyc.gov with the title and PIN in the subject line of your email by March 31, 2015. Any comments received will be evaluated.

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


Correction: Bridge Construction Rehabilitation Of Houston Street Overpass At Franklin D. Roosevelt Drive, In The Borough Of Manhattan RFP

Information regarding this RFP is below:

Department of Transpiration is soliciting a competitive sealed bid.

Scope: Work includes removal of stone, asphalt and concrete sidewalks and bikeways; grading; concrete fill; paving; milling; steel sheeting; precast concrete; crack sealing; structural steel; sealing of existing bridge joints; waterproofing; remove and dispose of chain link fence; concrete sidewalk; curb ramp; signage; pavement markings; cutting pavement; install bollards; LED roadway luminaire; 150 LF – galvanized steel conduit 3/4″; 1,200 LF – galvanized steel conduit; 100 watt high pressure sodium luminaire; remove and replace frame and cover of existing electrical control cabinet; photo electrical control; 10,000 LF – single conductor cable, number 6 gage.

A Pre-Bid meeting (Optional) has been scheduled for April 1, 2015 at 10:00 AM in the Agency Chief Contracting Officer Bid Room, Ground Floor, 55 Water Street, NYC. All prospective bidders are requested to attend. Seats are limited. In this connection, please limit the number of attendees to maximum of two personnel per firm. Please submit the name(s) of attendees to the Project Manager no later than two (2) business days prior to the pre-bid meeting date. All questions shall be submitted in writing to Project Manager indicated below. Deadline for submission of questions is April 13, 2015.

THE M/WBE goal for this project is 3 percent . This Contract is also subject to the APPRENTICESHIP PROGRAM as described in the Solicitation Materials.

PIN: 84115MBBR845

Bid documents are available here.

Proposal Due Date and Time and Location: April 28, 2015; 11:00 A.M.

Proposals shall be submitted to: Ms. Beatriz Duran, Project Manager, Division of Bridges, New York City Department of Transportation, 59 Maiden Lane, 36th Floor, New York, New York 10038, Telephone No. 212-839-4825, Email: bduran@nulldot.nyc.gov

CORRECTION: Drawings sets are not available for download and MUST be purchased. A deposit of $50.00 is required for the specification book and a deposit $50.00 is required for drawings set 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.).


Analysis of Minority and Women‐Owned Business Enterprise Utilization and Local Hiring In New York City Consultant Services RFP

Information regarding this RFP is below:

The Department of Small Business Services (“DSBS”) is seeking an appropriately qualified vendor to conduct 1) a disparity analysis of the utilization of minority- and women-owned business enterprises (“M/WBEs”) in New York City (“City”) contracting, as compared to the availability of M/WBEs in the relevant market; and 2) a local hiring analysis to examine factors relevant to the establishment of a local hiring program consistent with the Privileges and Immunities Clause of the United States Constitution (“Privileges and Immunities Clause”) and the competitive bidding requirements of New York State General Municipal Law.

PIN: 80115P0001

Bid documents are available here: The Request for Proposals (RFP) package may be obtained in person beginning on Tuesday, February 24, 2015, Monday through Friday, between the hours of 10:00 a.m. to 4:00 p.m., excluding holidays and weekends, at the New York City Department of Small Business Services, 110 William Street – 7th Floor, Procurement Unit, New York, N.Y. 10038.

Proposal Due Date and Time: April 9, 2015; 4:00 PM

Proposals shall be submitted to: NYC Department of Small Business Services; Attn: Daryl Williams, ACCO ; 110 William Street, 7th Floor; New York, NY 10038

Proposals may be either delivered by hand or sent by overnight mail (signature required) clearly labeled with address and as follows: NYC Department of Small Business Services; Attn: Daryl Williams, ACCO; 110 William Street, 7th Floor; New York, NY 10038; Analysis of Minority and Women Owned Business Enterprise Utilization and Local Hiring in New York City; EPIN #: 80115P0001

As no vendor conference is schedule for this solicitation, vendors are being given the opportunity, until 4:00 PM Eastern Standard Time on Monday, March 16, 2015. Any questions concerning this solicitation should be addressed to: Daryl Williams, Agency Chief Contracting Officer, at: procurementhelpdesk@nullsbs.nyc.gov.

The original and three (3) copies of the complete proposal and all attachments must be hand delivered or sent through certified mail to the address listed in the solicitation, no later than 4:00 p.m. EST, on Thursday, April 9, 2015. Proposals received after the due date and time are late and shall not be accepted by the Agency, except as provided under New York City’s Procurement Policy Board Rules.


Rehabilitation of Hook and Ladder Company 8 Rebid

Submission Deadline: April 3, 2015

NEw York City Department of Design and Construction (DDC) is seeking rehabilitation of Hook and Ladder Company 8. 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.

This contract is subject to the Project Labor Agreement (“PLA”) entered into between the City and the Building and Construction Trades Council of Greater New York (“BCTC”) affiliated Local Unions. For Further Information, see Volume 2 of the Bid Documents.


Downtown Brooklyn Cultural District (DBCD) South Site Development RFP

Information regarding this RFP is below:

NYCEDC, on behalf of the Department of Cultural Affairs (DCLA) and the City of New York, is seeking a consultant or consultant team to provide architecture, interior design, structural engineering, cost estimating, code expediting, theater design, acoustical sound engineering, lighting design, signage and graphic design, and other design and related services for the interior fit-out of a cultural unit, located in Downtown Brooklyn. The cultural unit is part of a 350,000 sq ft mixed-use residential building and 10,000 sq ft public plaza currently being developed by a private developer. The building site is located on a triangular area defined by Flatbush Avenue to the west, Lafayette Avenue to the north, and Ashland Place to the east.

The cultural unit is a 50,000 sq ft space that will be purchased in core and shell state from the private developer at the end of 2015. Upon purchase of the cultural unit, the City will commence tenant improvements, including design and construction, of the cultural lobby, shared spaces, and four (4) tenant spaces. The four (4) local non-profit institutions that will occupy the cultural unit are 651 Arts, Brooklyn Academy of Music (BAM) Cinemas, the Museum of Contemporary African Diasporan Arts (MoCADA), and the Brooklyn Public Library.

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 an M/WBE Participation Proposal with their response. To learn more about NYCEDC’s M/WBE program, visit http://www.nycedc.nyc/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.nyc/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.nyc/opportunitymwdbe to learn more about the program.

Detailed submission guidelines and requirements are outlined in this RFP, available as of Friday, March 13, 2015. In addition to being able to download the document above, the RFP is available for in-person pick-up between 9:30 a.m. and 4:30 p.m., Monday through Friday, from NYCEDC, 110 William Street, 4th floor Mailroom Bid Desk, New York, NY (between Fulton & John streets). Responses are due no later than Friday, April 17, 2015. Please submit four (4) hardcopies and one (1) digital copy on either a USB flash drive or CD.

An optional pre-proposal session will be held on Thursday, March 19, 2015 at 2:00pm at NYCEDC. Those who wish to attend should RSVP by email to DBCDdesignRFP@nulledc.nyc on or before Wednesday, March 18, 2015.

Respondents may submit questions and/or request clarifications from NYCEDC no later than 5:00 p.m. on Wednesday, March 25, 2015. Questions regarding the subject matter of this RFP should be directed to DBCDdesignRFP@nulledc.nyc. Answers to all questions will be posted by Thursday, April 2, 2015, to www.nycedc.nyc/RFP. Please submit four (4) hardcopies and one digital copy of your proposal.

PIN: 5733-1

Bid documents are available here.

Proposal Due Date and Time and Location: April 17, 2015 at 4:00 pm

Proposals shall be submitted to: NYCEDC, 110 William Street, 4th floor Mailroom Bid Desk, New York, NY  10038; Attention: Maryann Catalano, Senior Vice President, Contracts.

Detailed submission guidelines and requirements are outlined in this RFP, available as of Friday, March 13, 2015. In addition to being able to download the document above, the RFP is available for in-person pick-up between 9:30 a.m. and 4:30 p.m., Monday through Friday, from NYCEDC, 110 William Street, 4th floor Mailroom Bid Desk, New York, NY (between Fulton & John streets). Responses are due no later than Friday, April 17, 2015. Please submit four (4) hardcopies and one (1) digital copy on either a USB flash drive or CD.


Citywide Ferry Service CM Services, Consultant Services RFP

Information regarding this RFP is below:

NYCEDC is seeking a consultant or consultant team to provide Construction Management (CM) services for implementation of the Citywide Ferry Service Program. It is expected that implementing the Citywide Ferry Service Program will require the construction of several new ferry landings and upgrades to some existing landings. It is anticipated that the majority of new ferry landings would feature a barge, a gangway, ticket machine(s), lighting, trash receptacles, bicycle parking and passenger shelters. Some ferry landing projects may require more extensive infrastructure, including bulkhead and/or pier construction.
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, 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 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.

Detailed submission guidelines and requirements are outlined in this RFP, available as of March 13, 2015. In addition to being able to download the document above, the RFP is available for in-person pick-up between 9:30 a.m. and 4:30 p.m., Monday through Friday, from NYCEDC, 110 William Street, 4th floor Mailroom Bid Desk, New York, NY (between Fulton & John streets). Responses are due no later than 4:00pm on April 14, 2015. Please submit five (5) copies of your proposal.

An optional pre-proposal session will be held on Friday, March 20th, 2015 at 10:00am at NYCEDC. Those who wish to attend should RSVP by email to CitywideFerryServiceCM@nulledc.nyc on or before March 18th, 2015.

Respondents may submit questions and/or request clarifications from NYCEDC no later than 5:00 p.m. on Tuesday, March 31st, 2015. Questions regarding the subject matter of this RFP should be directed to CitywideFerryServiceCM@nulledc.nyc. For all questions that do not pertain to the subject matter of this RFP please contact NYCEDC’s Contracts Hotline at (212) 312-3969. Answers to all questions will be posted by Tuesday, April 7th, 2015, to www.nycedc.com/RFP. Please submit five (5) sets of your proposal.

PIN: 61550001

Bid documents are available here.

Proposal Due Date and Time and Location: April 14, 2015 at 4:00 pm

Proposals shall be submitted to: NYCEDC, 110 William Street, 4th floor Mailroom Bid Desk, New York, NY  10038; Attention: Maryann Catalano, Senior Vice President, Contracts.


NYC SBS Request for Proposal RFP

Information regarding this RFP is below:

Analysis of Minority and Women-Owned Business Enterprise Utilization and Local Hiring in  New York City.

PIN: 80115P0001

Release Date of this Request for Proposals: February 24, 2015

Questions Due Date & Time: March 16, 2015, 4:00PM

Anticipated Release Date for Answers to Questions: March 26, 2015

Proposal Due Date and Time: April 9, 2015 at 4:00PM

Proposals shall be submitted to: Daryl Williams, ACCO, NYC Department of Small Business Services 110 William Street, 7th Floor New York, NY 10038.

E-mailed or faxed proposals WILL NOT be accepted by the Agency. Proposals received at this Location after the Proposal Due Date and Time are late and shall not be accepted by the Agency, except as provided under New York City’s Procurement Policy Board Rules.

The Agency will consider requests made to the Authorized Agency Contact Person to extend the Proposal Due Date and Time prescribed above. However, unless the Agency issues a written addendum to this RFP which extends the Proposal Due Date and Time for all proposers, the Proposal Due Date and Time prescribed above shall remain in effect.

All questions and requests for additional information concerning this RFP should be directed to Daryl Williams, ACCO, the Authorized Agency Contact Person, at: procurementhelpdesk@nullsbs.nyc.gov E. Anticipated Contract Start Date: July 1, 2015.


Design for Complex Pedestrian Ramps Adjacent to Historic and/or Landmark Facilities, etc. – Borough of Manhattan

Information regarding this RFP is below:

PROJECT NO.: HWMP2013LM/DDC PIN: 8502015HW0029C 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

VENDOR SOURCE ID: 88115 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: 85015B0096

DDC PIN: 8502015HW0029C

Bid documents are available here.

Proposal Due Date and Time and Location: April 7, 2015 at 4:00 pm

Proposals shall be submitted to: Emmanuel Charles,  Design and Construction 30-30 Thomson Avenue, First Floor, Long Island City, NY 11101


Reconstruction of Tillary Street Area- Phase I – Borough of Brooklyn RFP

Information regarding this RFP is below:

This Project is Federally aided and is subject to the provision of Title 23, U.S. code, as amended, and applicable New York State Statutes. In compliance with these provisions, the minimum wages to be paid laborers and mechanics are included in wage schedules that are set in the bid documents.

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 requirements of Attachment “A” thru “Q” in Volume 3 of the contract. DBE goals can be found on Attachment “H” pages A2-H1 thru A2-H2. The schedule of proposed DBE participation is to be submitted by the apparent low bidder within 7 business days after the date of the opening of bids.

Non-compliance with the 7 day submittal requirement, the stipulations of Schedule “H” 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.

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. Late bids will not be accepted.

PIN: 85015B0105

DDC PIN: 8502014hw00

Bid documents are available here

Proposal Due Date and Time and Location: March 27, 2015, 11:00AM

Proposals shall be submitted to: Lorraine Holley or Emmanuel Charles,  Design and Construction 30-30 Thomson Avenue, First Floor, Long Island City, NY 11101


Replacement of Water Mains and Appurtenances RFP

Information regarding this RFP is below:

PROJECT NO.: HED563/DDC PIN: 8502014WM0007C
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

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: 85015B0114

Proposal Due Date and Time: March 31, 2015, 11:00AM

Location: West Kingsbridge Road Between Webb Avenue and University Avenue, Etc.- Borough of the Bronx, Long Island City

Bid documents are available here 

Proposals shall be submitted to:  Emmanuel Charles, Design and Construction 30-30 Thomson Avenue, First Floor, Long Island City, NY 11101


Pre-qualified Vendor List: General Construction Services – Non-Complex General Construction Site Work Associated with New York Department of Parks and Recreation (“DPR” and/or “Parks”) Reconstruction Projects

Information regarding this pre-qualification is below:

DPR is seeking to evaluate and pre-qualify a list of general contractors exclusively to conduct non-complex general construction site work involving the construction and reconstruction of DPR parks and playgrounds projects not exceeding $3 million per contract.

By establishing contractor’s qualification and experience in advance, DPR will have a pool of competent contractors from which it can draw to promptly and effectively reconstruct and construction its parks, playgrounds, beaches, gardens and green-streets. DPR will select contractors from the General Construction PQL for non-complex general construction site work of up to $3,000,000.00 per contract, through the use of a Competitive Sealed Bid solicited from the PQL generated from this RFQ.

The vendors selected for inclusion in the General Construction PQL will be invited to participate in the NYC Construction Mentorship. NYC Construction Mentorship focuses on increasing the use of small NYC contracts, and winning larger contracts with larger values. Firms participating in NYC Construction Mentorship will have the opportunity to take management classes and receive on-the-job training provided by a construction management firm.

DPR will only consider applications for this General Construction PQL from contractors who meet any one of the following criteria:

1) The submitting entity must be a Certified Minority/Woman Business enterprise (M/WBE)*;

2) The submitting entity must be a registered joint venture or have a valid legal agreement as a joint venture, with at least one of the entities in the joint venture being a certified M/WBE*;

3) The submitting entity must indicate a commitment to sub-contract no less than 50 percent of any awarded job to a certified M/WBE for every work order awarded.*Firms that are in the process of becoming a New York City-certified M/WBE may submit a PQL application and submit a M/WBE

Acknowledgement Letter, which states the Department of Small Business Services has began the Certification process.

Application documents may also be obtained on-line at: http://a856-internet.nyc.gov/nycvendoronline/home.asap or http://www.nycgovparks.org/opportunities/business

 

For further information please contact Tunisha Walker.


Capalino takes pride in providing you with the latest information regarding MWBE Workshops and Events. If you are an MWBE or a DBE that is looking for assistance with finding out additional information regarding the workshops, events or RFP’s listed in this newsletter, please feel free to contact Tunisha W. Walker.

More from Capalino

New York State Capitol in Albany - This Week in NY State News ft Governor Cuomo from Capalino

This Week in New York State Government

 
Seal of the State of New York

This Week in New York State Government

 

City Council Public Hearing Schedule: Week of October 16-20