Current RFPs: Week of April 3, 2017

 

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

Capalino’s Latest Business Opportunities:

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

SBS: Assist the Agency in an innovative redesign of the NYC Business Solutions education program “NYCBS”
Address needs and challenges facing NYC small business owners and entrepreneurs

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

All questions and requests for information regarding this RFP should be directed to Daryl Williams by e-mail to procurementhelpdesk@nullsbs.nyc.gov no later than April 10, 2017 at 4:00pm

This solicitation may be obtained online at www.nyc.gov/DoingBusinessWithSBS or at the SBS Procurement Unit, 110 William Street, 7th Floor, New York, NY 10038 between the hours of 9:00 AM to 5:00 PM. (excluding weekends and holidays). Proposals shall be submitted to the attention of Daryl Williams, ACCO, 110 William Street, 7th Floor, Procurement Unit New York, NY 10038.

 

NYCCOC: East Egress Canopy
Entails services on the following areas: glass and steel, electrical, plumbing, concrete and demo work at the
Jacob K. Javits Convention Center

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

The project scope entails services on the following areas:

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

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

 

CUNY: New Academic Building sitework+landscaping contract Located at 285 Jay Street, BK

For the CUNY NYCCT New Academic Building project, located at 285 Jay Street. A detailed description of the work required is provided in the RFB Trade Scope Checklist (Section II, Subsection A, Section c. of the RFB Bid Booklet).
Bid Booklet Documents will be available starting on March 28th, 2017 and may be downloaded from our website, http://cuny.sciame.com/. If you are unable to download the documents from the website, contact Lily Chen by fax at (212) 248-5313, or email at lchen@nullsciame.com, to arrange your pickup of the documents in CD format. There is a Project Labor Agreement (PLA) between F.J. Sciame Construction Co., Inc. and the Building and Construction Trades Council of Greater New York (BCTC). The PLA is binding on the Contractor and all Subcontractors of all tiers. The MBE participation requirement for this project is 18 percent ; the WBE participation requirement is 12 percent . The estimated construction cost for this bid package is: $2.4M – $2.45M. A non-mandatory pre-bid conference meeting will be held on April 11th, 2017 at 10:00 a.m. at Sciame’s office at 14 Wall Street, 2nd Floor, New York, NY 10005. Bidders are encouraged to attend this meeting to discuss scope and bidding procedures, but attendance is not necessary. All RFIs must be submitted to Lily Chen by April 25th, 2017 in writing by fax at (212) 248-5313, by email at lchen@nullsciame.com. Bids will be opened at the offices of the City University of New York (CUNY) located at 555 West 57th Street New York, N.Y. 10019, 16th Floor Conference Room on May 9th, 2017 at 4:00 p.m. No more than two representatives per firm may attend the bid opening. See the bid documents for a full description of the project, process, submission requirements, timeline, and contact information. Any problems or concerns regarding this procurement process should be directed to CUCF/CUNY Authorized Agency Contacts, Michael Feeney and Michael Rabin, by email at: cuny.builds@nullcuny.edu. In the subject line of your email all bidders are to reference the project name and contract number. All other communication must go through Sciame Construction Co., Inc., Lily Chen, Project Manager, by email at lchen@nullsciame.com. In the subject line of your email all bidders must reference the project name and contract number.

 

NYCDOE: Place+prepare top soil for seeding+vegetation Job order contract for green infrastructure installation

Placing and preparing top soil for seeding and vegetation.
Bid Opening Date and Time : Wednesday May 24, 2017 at 11:00 AM
Mandatory Pre-bid Conference, Friday April 7, 2017 at 2:00 PM at: 44-36 Vernon Blvd., 5th Floor, Room #1, Long Island City, NY 11101.

 

DOT: Engineering Inspection Services-Melrose Project
Filling of five bridges located over abandoned CSX transportation Port Morris Line, BX

A printed copy of the proposal can also be purchased. A deposit of $50.00 is required for each proposal 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 proposal 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.

 

DANY: Wireless Communication Services
Lower operating costs, improve existing services, greater flexibility in pricing options

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

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

 

Hudson River Park Trust: Pier 84 Indoor/Outdoor Cafe concession at West 44th St. in Hudson River Park

The Hudson River Park Trust (“Trust”) seeks submissions to this request for proposals (“RFP”) from experienced and qualified operators for an indoor/outdoor café concession at Pier 84 (“Pier 84 Food Concession”) located at West 44th Street in Hudson River Park (the “Park”). The Pier 84 Food Concession is located at the very heavily trafficked Pier 84 located in the Maritime Entertainment section of the Park, situated between the Circle Line (Pier 83) and the Intrepid Museum (Pier 86), and near the base of the busy 42nd Street. The selected respondent to this RFP (“Concessionaire”) will manage and assume responsibility for the operation of the “Premises” (defined in Section VII) in accordance with the terms and conditions set forth in this RFP and the concession agreement to be subsequently issued by the Trust (“Concession Agreement”). Two “Mobile Food Carts” (as defined in Section VII) are permitted as part of the operation of the Pier 84 Food Concession. No food trucks will be considered.

The Concessionaire shall cater to Park patrons, including tourist visitors and local residents, with a food-focused menu along with, subject to Community Board review and SLA license issuance, ancillary alcoholic beverage service. The Concessionaire shall be required to maintain year-round food and beverage service and may offer take-out food as well. The operation of the Pier 84 Food Concession must be compatible with the use of Pier 84 by Park patrons, the neighboring residential community, and other Trust tenants, permittees and concessionaires. The Pier 84 Food Concession shall be operated for customers of all-ages and is not intended to be a “bar,” a “club” or any business that may present a nuisance to Park patrons or the neighboring residential community. On-Premises customers are expected to consume food and beverage seated, not standing.

Term

The term of the Concession Agreement will extend to December 31, 2021 (the “Initial Term”) with two (2) additional two-year renewal options (each, an “Extension Period” and together with the Initial Term, the “Term”) available to the Concessionaire, subject to the prior approval of the Trust. The Initial Term, together with all approved Extension Periods set forth above, may extend to December 31, 2026.  The Trust approvals of the Extension Periods will be subject to certain performance criteria by the Concessionaire, such as compliance with the provisions of the Concession Agreement and attaining the gross receipts levels negotiated and set forth in the Concession Agreement.

Specific Terms, Deadlines and Requirements:

Submission Deadline: April 28, 2017 at 5:00 PM by hand, express mail or other nationally-known overnight courier.

Proposals must be submitted to the Trust at Pier 40 at 353 West Street, Suite 201, New York, N.Y. 10014, Attn: Rashi Puri.

Number of proposals to be submitted: Three (3) hard copies and one (1) electronic version. Please note that the electronic version of the proposal along with an Excel version of the four year pro forma referenced in Section III (7) below is required to be emailed to Pier84RFP@nullhrpt.ny.gov.

Hard copies of proposals should be submitted in one or more sealed envelopes labeled: “Proposal for Pier 84 Indoor/Outdoor Concession, RFP# L4822”.

Optional Pre-Proposal Meeting/ Site Inspection: April 5, 2017 at 11:30 AM at Pier 84 at West 44th Street on the Hudson River Park esplanade (an RSVP email sent to Pier84RFP@hrpt.ny.gov is required if you will attend).

Last date to submit questions regarding the RFP: April 12, 2017 at 5:00 PM to Pier84RFP@hrpt.ny.gov or to the Trust as set forth in Section VI.

Answers to questions regarding the RFP and any technical addenda issued in connection with the RFP will be made available on the Trust’s website at: http://www.hudsonriverpark.org/about-us/bids-business-opportunities on April 19, 2017. Respondents are solely responsible for monitoring the Trust’s website for such postings.

Any respondent with a physical disability who cannot deliver its proposal to the Trust’s office at Pier 40 by hand, express or overnight mail should contact Nicole Steele at (212) 627-2020 or at Pier84RFP@hrpt.ny.gov at least 48 hours prior to the submission deadline for special submission arrangements.

RFP responses shall be evaluated in accordance with the following criteria.

30% – Quality of the proposed operation, appropriateness to Park and neighborhood setting, and likely market acceptance of business concept for the location.

25% – Proposed Fee Schedule, along with ability to make all proposed payments based upon soundness of business concept and financial strength of respondent and/or co-signer/guarantor(s).

25% – Quality and extent of proposed Fit-Out (i.e., design, physical improvements, equipment, other capital improvements), total investment, integration into surrounding Park and respondent’s ability to undertake and complete the work in a timely fashion.

20% – Respondent’s prior experience, reputation, organizational and business capability.

All questions concerning the RFP shall be directed to:

Rashi Puri
Hudson River Park Trust
353 West Street, Room 201
New York, New York 10014
Email: Pier84RFP@hrpt.ny.gov

Due date: 04/28/2017 5:00 PM
Contract term: Up to five (5) years
County(ies): All NYS counties
Location: Pier 84 – Hudson River Park

 

DPR: Reconstruction of Comfort Stations

The Reconstruction of the Comfort Stations in Fulton Park on Stuyvesant Avenue between Chauncey and Fulton Streets, Borough of Brooklyn. Contract B038-116M
Pre-Bid Meeting on Thursday, April 6, 2017 at 11:30 AM Location: Olmsted Center Annex – Bid Room.

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

Contract Under Project Labor Agreement.
Bidders are hereby advised that this contract is subject to the Project Labor Agreement (PLA) Covering Specified Renovation and Rehabilitation of City Owned Buildings and Structures entered into between the City and the Building and Construction Trades Council of Greater New York (“BCTC”) affiliated local unions. Please refer to the bid documents for further information.

The Cost Estimate Range is $1,000,000.00 to $3,000,000.00.
Bid Deposit: Required 5 percent of Amount of Proposal or Bid Bond 10 percent of Amount of Proposal. To request the Plan Holder’s List, please call the Blue Print Room at 718-760-6576.

 

Launch the VR+AR Lab to Advance NYC

April 7, 2017- New York City Economic Development Corporation (“NYCEDC”) and the Mayor’s Office of Media and Entertainment (“MOME”) seek to position the City as a global leader in virtual reality and augmented reality (VR/AR) and catalyze these new technologies through investment in shared resources and infrastructure.  Specifically, NYCEDC seeks to create a VR/AR Lab in the City (the “Lab”) that will serve as a hub to foster innovation in hardware, software, and content creation, strengthen a sense of community and networking opportunities, and ultimately advance the City’s competitive advantages.

This RFP is an effort by NYCEDC, in connection with MOME, to select an Operator to launch and manage the Lab. NYCEDC is seeking financially sustainable and innovative proposals from qualified individuals, organizations, institutions, or companies to develop, market, and manage the Lab in an area of the City that caters to the VR/AR community and is easily accessible via public transportation.

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

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

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

Mobile Vending Units, Coney Island Boardwalk

April 10, 2017- Sell food, drinks and merchandise on the Riegelmann Boardwalk, Coney Island Beach, Brooklyn

Pin number: B169-C-SV

Construction of a Fitness Area Within Sunset Park

April 12, 2017- The Construction of a Fitness Area on 41st Street Opposite 6th Avenue in Sunset Park, Borough of Brooklyn. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013.  M/WBE please contact Tunisha W. Walker.

The Cost Estimate Range is under $500,000.00.

Installation of Decorative Street Lighting

April 12, 2017- Includes removal of existing lighting.

Pin number: 84117MBTR074

Engineering Design Services for Green Infrastructure in Brooklyn Coney Island Wastewater Treatment Plant

April 13, 2017- New York City Economic Development Corporation (NYCEDC) is seeking up to nine design consultants or consultant teams to provide design services for green infrastructure in the Brooklyn Coney Island Wastewater Treatment Plant tributary areas CI-004 and CI-005. The purpose of this project is to support New York City Department of Environmental Protection’s (NYCDEP) Green Infrastructure Program and to deliver green infrastructure capital projects. These capital projects, primarily Right of Way Bioswales (ROWB), are to be implemented in target areas in order to comply with state and federal regulations regarding water quality attainment and mitigation of CSOs, and in connection with replacement projects that will defer consent order capital obligations of “grey” infrastructure projects that would otherwise cost several hundred million dollars.

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

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

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

‘RFQ’ for General Construction Contractors

April 13, 2017 – New York City Economic Development Corporation (“NYCEDC”), on behalf of the project Construction Manager (“CM”) is seeking qualified firms for the following Priority Mitigation Project (“PMP”) at Coney Island Hospital, 2601 Ocean Pkwy, Brooklyn, NY 11235: Off-Site Parking Improvements.

NYCEDC, on behalf of New York City’s (the “City”) Health and Hospitals Corporation (“H plus H”), is currently focused on completing several PMPs at Coney Island Hospital. These initial projects will make the existing facilities more resilient and protect against future storm and flood related disasters. Once complete, these initial projects will further the City’s resiliency goals and ensure that these public hospitals have the necessary safeguards in place to operate during a storm, and mitigate damage and power loss.

The purpose of this RFQ is specifically to request additional qualified firms for the following PMP project at Coney Island Hospital:

C.5: Off-Site Parking Improvements
Overall Project Cost (hard and soft costs): Approximately $3M

Implement ‘Save As You Throw’ Program

April 13, 2017- Consultant to develop a blueprint to create an ‘incentive’ for households to recycle.

Pin number: 82717BL0016

Reconstruction of the Restroom at a Playground

April 18, 2017- The Reconstruction of the Restroom Portion of the Building located North of Avenue P between East 4th and 5th Streets, in Colonel David Marcus Playground, Borough of Brooklyn. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013. The Cost Estimate Range is $500,000.00 to $1,000,000.00 for this project. M/WBE please contact Tunisha W. Walker.

Pin number: 84617B0075

Reconstruction of the Front Entrance Portico

April 19, 2017- The Reconstruction of the Front Entrance Portico at the Bayside Historical Society (Officer`s Club – Building 208) located at the intersection of Totten and Weaver Avenues in Fort Totten Park, Borough of Queens. Contract Q458-116M. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013. The Cost Estimate Range is under $500,000.00 for this project. M/WBE please contact Tunisha W. Walker.

Pin number: 84617B0039

Federal Funded Engineering Design Services for Infrastructure Projects, Citywide

April 19, 2017- Requirements Contracts for Engineering Design and Related Services for Federally Funded Infrastructure Projects, Citywide. All qualified and interested firms are advised to download the Request for Proposals at http://ddcftp.nyc.gov/rfpweb/ beginning on Wednesday, March 22, 2017 or contact Peter Cabrera (718) 391-1632 or cabrerape@nullddc.nyc.gov for this RFP. The contracts resulting form this Request for Proposals will be subject to Local Law 1 of 2013, the Minority-Owned and Women-Owned Business Enterprise (M/WBE) Program. M/WBE please contact Tunisha W. Walker.

Disadvantaged Owned Sub-Contracting Goal: 20%

Coach Bus Transportation Services

April 19, 2017- Please contact Mark Thompson.

Pin number: B1875040

Green Infrastructure Projects in Partnership with NYC Parks

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

Pin number: 82617OGIDCMS

 Sale+Redevelopment of 11-24 Jackson Ave LIC

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

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

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

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

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

Evaluation of Power Distribution Equipment

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

Pin number: 82617WP01401

Installation of ATMs at NYPD Facilities, Citywide

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

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

Pin number: 0561600001052

Construct Infrastructure and Resiliency Improvements at H+H Facilities

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

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

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

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

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

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

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

Program Description:

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

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

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

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

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

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

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

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

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

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

Pin number: 07100S003262

Infrastructure+Resiliency Improvements at Coney Island Hospital

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

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

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

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

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

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

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

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

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

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

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

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

More from Capalino

Request for Proposal

Current RFPs: Week of March 30, 2015

 

Current RFPs: Week of November 4, 2019

 

Current RFPs: Week of September 24, 2018