Current RFPs: Week of April 25, 2016

 

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

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

Five Boroughs Labor Services Consultant Services

April 29, 2016- New York City Economic Development Corporation (NYCEDC) is seeking a not-for-profit consultant to provide on-site training, supervision and labor for general maintenance services including, but not limited to, graffiti removal, vacant lot cleanup, cleaning out and/or securing of City-owned buildings, debris removal from City streets, litter removal from City-owned properties, snow removal and other general maintenance services at locations designated by NYCEDC throughout the City of New York. The majority of consultant staff providing these services will be assigned to NYCEDC’s Graffiti Free NYC program (GFNYC). GFNYC is the City’s first ever street-by-street graffiti removal service.  GFNYC provides services to both public and private properties citywide.  GFNYC employs unique, state-of-the-art spray painting and pressure washing equipment that is placed on small NYCEDC-owned vehicles, which enable the mobility and flexibility for crews to easily address areas marred by graffiti.

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, demonstrated successful experience in performing services similar to those encompassed in the RFP and the proposed fee. The consultant must be a non-profit organization that provides training and solicits employment for rehabilitated individuals as well as low to low-moderate income individuals.

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

DOT Site-Responsive Art Opportunities

April 29, 2016- DOT Art commissions emerging and established artists to produce site-responsive art in collaboration with community-based organizations to be on display for up to 11 months. Twice a year in fall and spring, DOT announces a list of priority sites in conjunction with an open call and associated deadline. These priority sites are identified by DOT Borough Offices and Operating Units based upon community requests for beautification. Interested organizations and artists are required to submit a joint application and not-for-profit organizations are eligible to receive up to $8,000 toward direct project costs and in-kind engineering support. Partners are responsible for artwork maintenance during the display period and site remediation upon completion of that period. All applicants must select a priority site and provide a conceptual design for consideration.

Education Center – Louis Armstrong House Museum

April 29, 2016- The Dormitory Authority State of New York (DASNY) is seeking Expressions of Interests (EOI) from Graphic Design firms to provide design and construction services for the new Louis Armstrong House Museum Education Center (Education Center) located in Corona, New York. The new Education Center will be constructed across the street from the Louis Armstrong House Museum (Museum) which is a National Historic Landmark visited by people from around the world. The addition of the Education Center will allow the Museum to present a full array of exhibitions and public programs including a museum store, exhibits, lectures, film screenings, concerts, etc. The Education Center is being designed to achieve LEED Gold Certification and the total construction cost is approximately $12,000,000. The total budget for designing, fabricating and installing the graphic design elements, including all related fees, is $400,000. Construction documents for the Education Center and Museum are scheduled to be 100% complete by May 2016 and the overall anticipated project completion is scheduled for July 2018.

The Education Center will be a total of 14,435 gross square feet (GSF) with 5,400 GSF of public area, 1,100 GSF of permanent and temporary exhibit space and 1,300 GSF dedicated to a jazz room that shall accommodate 72 visitors to view both live performances and videos. The selected firm shall design, fabricate, construct, deliver and install the following for the Education Center:
•  Logo;
•  Logo applications (e.g. letterhead, communications materials, vehicles, promotional posters, museum store product) with guideline manual;
•  Large graphic installation at entrance;
•  Design elements for the 72-seat jazz room;
•  Signage in accordance with NYC DOT and 2014 NYC Building Code including all rules of the building department. Signage shall include, but is not limited to:  Street level signage identifying direction between key access points (nearby subway, primary streets, etc.); exterior signage; room signage including public, private, indoor, outdoor and mechanical space for the entire building; exit signs; stairway and elevator identification signs; door signs; occupied side of stair doors and stair side signs; code conforming graphics on metal or durable materials with color contrast, dimensions, bold font and height above floor; accessible means of egress for doors providing access to an interior and exterior area of rescue assistance that is in compliance with ICC A117.1 for visual characters; capacity signs; access-control door signs; delayed egress lock signs; directional signage at exits and elevator landings within areas of rescue assistance; and posting of instructions for use of rescue assistance and signage requested by the building inspector.

The selected firm must work closely with the base building designer, its subcontractors and consultants (especially the acoustician and lighting design consultant), the museum curator and all other project team members to assure a high level of coordination is maintained. The design of the Education Center shall create a consistent vision and feel throughout. The design shall conform to the Museum’s graphic identity and be compatible with the architecture. The curatorial staff will work with the selected firm to choice photographs and other materials which may inspire or be incorporated in the design. The Education Center’s curatorial staff includes world-renown authorities on Armstrong and the Museum holds monumental research collections.

It is the goal of DASNY to encourage participation by qualified certified Minority, Woman and Small Business Enterprises (MWSBE) and Services-Disabled Veteran-Owned Businesses (SDVOB) as part of your team to the maximum extent practical and consistent with legal requirements.

Firms interested in responding to this solicitation must submit eight (8) copies of an Expression of Interest (EOI) to the contact noted below no later than 5:00 pm on April 29, 2016. EOI’s received after this date will not be considered. EOI’s must include the following information in the same tab order as described below:

Tab1 – Provide a cover letter with your firm’s name, address and telephone number along with the name, title, telephone number and email address of the individual within your firm who will be DASNY’s primary contact concerning this EOI.

Tab 2 – Provide your firms proposed project team, including subconsultants, if any.

Tab 3 – Provide your firms experience with the design of logos and related logo applications for cultural centers.

Tab 4 – Provide three samples of graphic installations your firm has designed and installed for cultural centers. For each sample include:
•  Project name;
•  Address;
•  Description of the work performed;
•  Actual cost of installed graphic design project; and
•  Images of the final project.

Tab 5 – Provide up to eight (8) images of your firm’s graphic design work. Include images that demonstrate your firm’s ability to design for a major cultural destination building that will have international visibility. For each image include:
•  Project name;
•  Address;
•  Date completed;
•  Name of client (e.g. arts organization, architect, public agency, etc.);
•  Actual cost of installed graphic design project; and
•  Brief description highlighting relevance to this project.

Tab 6 – Provide the types of signage your firm has experience providing with particular emphasis on cultural centers.

Based on the information received, the top firms deemed qualified by review of their respective EOI’s will be short listed and issued a Request for Proposal (RFP). Once selected the short listed firms will be posted on DASNY’s website.

In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between Dormitory Authority personnel and an Offerer during the procurement process.  The designated staff for this procurement is Nicole White, RFP Coordinator (ph: 518-257-3667, Email:RFPCoordinator@nulldasny.org).  Contacts made to other Dormitory Authority personnel regarding this procurement may disqualify the Offerer and affect future procurements with governmental entities in the State of New York.  Please refer to the Authority’s website (www.dasny.org) for Authority policy and procedures regarding this law, or the OGS website (www.ogs.state.ny.us/aboutogs/regulations/defaultAdvisoryCouncilhtml) for more information about this law. All proposers, domestic and foreign, must be in compliance with New York State business registration requirements. Contact the NYS Department of State regarding compliance.  In addition, business entities proposing to provide professional engineering services must obtain a Certificate of Authorization to Provide Engineering Services in New York State from the State Education Department.  Proposals must be submitted in the full legal name of the proposer, or the full legal name plus a registered assumed name of the proposer, if any.

Minority Owned Sub-Contracting Goal: 18%

Women Owned Sub-Contracting Goal: 12%

Service-Disabled Veteran-Owned Business Contracting Goal: 3%

Redevelopment a New York City Block (780,000 ZSF) in Hell’s Kitchen

May 2, 2016- New York City Economic Development Corporation (NYCEDC) and Covenant House (CH) are seeking a developer/s to redevelop the majority of a Manhattan block with approximately 780,000 ZSF located in Hell’s Kitchen. Through this initiative, the Developer will construct a mixed-use development that addresses the City’s goal of creating economically diverse neighborhoods, supports CH’s operations through construction of a new, state-of-the art facility, and introduces a pedestrian friendly streetscape that reconnects the block to the surrounding urban fabric.

NYCEDC and CH plan to select a developer on the basis of factors stated in the RFP which include, but are not limited to: completeness and quality of overall response, program and design, financial and schedule feasibility, hiring and workforce programs, respondent qualifications and experience, and economic impact.

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. 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.

BMCC – ADA Bathroom Upgrades

May 3, 2016- For the BMCC – Borough of Manhattan Community College located at 199 Chambers 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 Documents will be available starting on Monday, March 21, 2016 on our website, http://cuny.gilbaneco.com/. If you are unable to download the documents from the website, contact Richard Warnke at 212-312-1629, or email at rwarnke@nullgilbaneco.com, to arrange your pickup of the documents in CD format. There is a PENDING Project Labor Agreement (PLA) for this project. The PLA will be binding on the Contractor and Subcontractors of all tiers. The MWBE participation requirement for this project is 30 percent of which 18 percent shall be MBE and 12 percent shall be WBE. The estimated construction cost for this bid package is $4,200,000 – $4,500,000. 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 Tuesday, May 3, 2016 at 3:00 PM. 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. Please reference the project name and contract number in the subject line of your email. All other communication must go through Gilbane Building Company Chief Purchasing Agent, Richard Warnke by email at rwarnke@nullgilbaneco.com. In the subject line of your email all bidders must reference the project name and contract number.

Pin number: CITYW-CUCF-04-14-02

Brick repair and Related Work at east New York City Line

May 4, 2016- There will be a Pre-Bid meeting on April 20, 2016 @ 11:00am, at 460 Fountain Avenue-complex 2. Although attendance is not mandatory, it is strongly recommended that you attend. NYCHA staff will be available to address all inquiries relevant to this contract.

This contract shall be subject to the New York City Housing Authority’s Project Labor Agreement if the Bidder`s price exceeds $250,000.00

Bid documents are available Monday through Friday, 9:00 a.m. to 4:00 p.m., for a $25.00 fee in the form of a money order or certified check made payable to NYCHA. Documents can also be obtained by registering with I-supplier and downloading documents. Please note that original bid bonds are due at time of bid opening.

Consultant/Team to Provide Design & Construction Administration for a New Flood Mitigation System

May 5, 2016- New York City Economic Development Corporation (NYCEDC) for the benefit of NYC Health and Hospitals is seeking a consultant or consultant team to provide design and construction administration services for a new Flood Mitigation System at Metropolitan Hospital in Manhattan.  In October 2012, Metropolitan Hospital suffered extensive flood damage as a result of Hurricane Sandy.  Since then, Metropolitan Hospital has temporarily restored its damaged areas.  The Flood Mitigation System is envisioned to consist of perimeter flood protection with increased storm water capacity and additional flood protection measures.

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, the quality of the plan for M/WBE participation and the proposed fee. This project is expected to be funded through the Community-Development Block Grant-Disaster Recovery (CDBG-DR) program, and is included in the City’s CDBG-DR Action Plan, approved by the US Department of Housing and Urban Development (HUD) in May 2013 and subsequently amended.

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

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on public 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.

Consultant/Team to Perform Freight Rail Services

May 6, 2016- New York City Economic Development Corporation (NYCEDC) is seeking a consultant or consultant team to perform freight rail consulting services. NYCEDC seeks to bring freight rail infrastructure within New York City (the “City”) to a state of good repair, promote safe freight rail operations, enhance railroad competition in the region and encourage new freight rail shippers. In particular, NYCEDC manages key freight rail facilities that are owned by the City and operated through public-private partnerships with national Class I railroads and local shortlines. NYCEDC also manages freight maritime infrastructure with connecting freight rail service. In addition, NYCEDC manages capital projects to expand and improve freight rail infrastructure in the City, negotiates with railroads to improve existing rail facilities and site new operations within the City, and participates in regional freight initiatives.

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

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

Universal Prekindergarten Services for 2016-2019

May 6, 2016- The New York City Department of Education (NYCDOE), on behalf of the Division of Early Childhood Education (DECE), will release a Request for Proposals (RFP) for Universal Prekindergarten (UPK) Services for 2016-2019. The RFP will be for the provision of Half-Day UPK services to four-year-olds.  Vendors must provide at least 180 days of half-day Pre-K for All services, including at least 176 days of instruction and four (4) days of professional development for teachers.  The program must operate five (5) days (Monday to Friday) in a typical week, and provide a minimum of two (2) hours and thirty (30) minutes of Pre-K for All services each day.

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

Communicable Disease and Investigation Surveillance & Investigation

May 9, 2016- An Invitation to Bid has been issued by the New York State Department of Health (DOH), Division of Epidemiology (DOE) to accept bids from qualified contractors for the provision of staffing services to place high level professional medical staff such as epidemiologists and registered nurses in NYS DOH offices throughout NYS as delineated in the two following regions. A maximum of four (4) contract staff will be placed in NYS DOH offices located in the ‘Upstate region’ (Albany, Buffalo or Rochester, and Syracuse) and a maximum of five (5) contract staff in NYS DOH offices located in the ‘Downstate region’ (New York City, Central Islip and New Rochelle). The DOH will contract with one qualified primary contractor for each region and one secondary contractor for each region as necessary. If one bidder is awarded both regional contracts, the contract awards will be combined and executed as one contract.  The term of this contract(s) is a maximum of five (5) years with an anticipated contract period from August 1, 2016 – July 31, 2021, The IFB is available on the Department’s website at: http://devweb.health.ny.gov/funding/index.htm#ifb

Construction of a Comfort Station

May 10, 2016- In Green Central Knoll Park, Located at Evergreen Avenue, Central Avenue, and Noll Street. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013. To request the Plan Holder’s List, please call the Blue Print Room at 718-760-6576.  The Cost Estimate Range is Under $1,940,000.00 for this project.

Pin number: 84616B0061

Design and Construction Services for Jacob Javits Center Expansion Project

May 10, 2016- The New York Convention Center Development Corporation (Owner or CCDC) is soliciting Statements of Qualifications (SOQs) from interested and qualified firms to provide design and construction services required to design, construct and commission the expansion (the New Facilities) of the JACOB K. JAVITS CONVENTION CENTER (the Existing Facilities) in New York City. Under the design-build (DB) delivery method, a single entity, which may include one or more firms, will be procured and will be responsible to the Owner for the design and construction of the New Facilities. The New York Convention Center Operating Corporation (Operating Corporation or CCOC) is the operator of the Existing Facilities and will be the operator of the New Facilities. The New Facilities are expected to consist generally of an offstreet truck marshalling facility, a ballroom, exposition space, meeting rooms, and new outdoor space.

This RFQ invites Respondents to submit SOQs describing in detail their technical and financial qualifications to perform the Contract Services. The issuance of this RFQ is the first step in a two-step procurement process being conducted pursuant to the New York Transformational Economic Development Infrastructure and Revitalization Projects Act, effective in April 2016 (Enabling Legislation). ONLY THOSE FIRMS THAT RESPOND TO THIS RFQ AND ARE SHORT-LISTED BY THE SELECTION COMMITTEE IN ACCORDANCE WITH THE REQUIREMENTS OF THIS RFQ AND THE ENABLING LEGISLATION WILL BE ISSUED A REQUEST FOR PROPOSALS (RFP) AND INVITED TO SUBMIT A PROPOSAL IN RESPONSE TO THE RFP. UP TO THREE (3) FIRMS ARE EXPECTED TO BE SHORT-LISTED AS ELIGIBLE TO PARTICIPATE IN THE RFP STAGE OF THIS PROCUREMENT.

Reconstruction of Comfort Station

May 11, 2016- At Various Locations, Borough of Brooklyn, Contract #: BG-815M.  This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013.  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.  To request the Plan Holder’s List, please call the Blue Print Room at 718-760-6576.  The Cost Estimate Range is Under $3,300,000.00 for this project.

Pin number: 84616B0119

Maintenance and Repair of Heating Systems, Citywide

May 11, 2016- A pre-bid conference has been scheduled at 10:00 AM, Wednesday, April 27, 2016 at 10107 Farragut Road, Brooklyn, NY 11236. Vendors are required to pick up bid book, free of charge, at 33 Beaver Street, 13Th Floor Bid desk, New York, NY 10004 from 9:30 A.M to 1:00 P.M. and from 2:00 P.M to 4:30 P.M.

M/WBE participation goals of 24 percent apply to the contract.

Pin number: 07116S021508

Bilingual Education Program Grant

May 11, 2016- The New York State Education Department, Office of Bilingual Education and World Languages, is seeking applications from Public School Districts for a Bilingual Education Program (transitional bilingual and one-way and two-way dual language) that provides English Language Learners (ELLs) with home language instruction as well as English/English as a New Language instruction. Bilingual Education Programs seek to offer students the opportunity to become bilingual, biliterate, and bicultural while improving their academic ability. Students learn to speak, read, and write in two languages, and also learn about other cultures while developing strong self-esteem and diverse language skills. The primary purpose of this grant program is to develop academic excellence and bilingual proficiency for ELLs, and depending on the model, English Proficient (EP) students, and to promote new Bilingual Education programs in school districts across the State.

Please review the complete RFP here: http://www.p12.nysed.gov/funding/currentapps.html.

Total MWBE Participation Goals: 30%

New Women’s Locker Rooms and Toilets

May 11, 2016- For two (2) DSNY facilities In The Bronx located at: BX-3A at 1661-1715 West Farms Road, Bronx, NY 10460 and BX-7 at 423 West 215 Street, New York ,NY 10034. The Bid Estimate: $750,000.00. There is a $40.00 refundable fee for this bid document. Postal Money Order only accepted, please make payable to “Comptroller, City of New York”.

Pin number: 82716RR00031

In-Kind Reconstruction of Deteriorated Electrical Systems

May 12, 2016- For Various Parks and Recreation Pool Facilities, Citywide, Contract #: CNYG-815MA. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013. To request the Plan Holder’s List, please call the Blue Print Room at 718-760-6576. The Cost Estimate Range is Under $1,800,000.00 for this project.

Pin number: 84616B0047

Bathroom and Shower Upgrade

May 12, 2016- At the 67th Precinct Station House – EPIN 05616B0011 – Agency PIN 0561600001054. A mandatory pre-bid conference will be held 10:00 a.m., Tuesday, April 21, 2016 at the 67th Precinct Station House, 2820 Snyder Avenue, Brooklyn, New York 11226. Free copy of the bid package also available at: Online at www.nyc.gov/cityrecord. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013. This procurement 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.

Pin number: 05616B0011

Consulting Services for Global Climate Change

May 16, 2016- TRS is seeking the services of qualified professionals in accordance with specifications indicated in this Request for Proposal (RFP) to assist TRS in evaluating options available to both the Pension Fund and the Tax Deferred Annuity Programs to mitigate the risk of climate change in TRS’ investment portfolios, including the positives and negatives of each option and the potential impact/cost to the plans, consistent with the Board’s fiduciary duties to TRS members and beneficiaries.

Pin number: RFP-GCC032016

Reconstruction of Two Comfort Stations – Borough of Staten Island

May 17, 2016- At 1) Arrochar Playground (R062) Located at Sand Lane, between Major and McFarland Avenues, and 2) Grandview Playground (R068) located at Grandview Avenue and Continental Place, Borough of Staten Island, Contract #: RG-515M

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

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. To request the Plan Holder’s List, please call the Blue Print Room at 718-760-6576.

The Cost Estimate Range is Under $2,100,000.00 for this project.

Pin number: 84616B0117

Energy Absorption System Impact Attenuator

May 17, 2016- For more information on this RFP, please contact Mark Thompson.

Raise Shorelines Citywide: CDBG-DR funded Engineering, Design and Related Consultant Services

May 16, 2016- New York City Economic Development Corporation (NYCEDC) is seeking a consultant or consultant team to provide design and construction administration services for new infrastructure and/or infrastructure upgrades at various project sites throughout NYC to protect vulnerable areas from future flooding as a result of sea level rise at the 2050 water level.  Proposed infrastructural elements include but are not limited to: revetments, bulkheads, living shorelines, sea walls, berms and associated drainage work.

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, the quality of the plan for M/WBE participation and the proposed fee. This project is expected to be funded through the Community-Development Block Grant-Disaster Recovery (CDBG-DR) program, and is included in the City’s CDBG-DR Action Plan, approved by the US Department of Housing and Urban Development (HUD) in May 2013 and subsequently amended.

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

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on public 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.

Waterproofing, Roofing + Repointing in all Five Boroughs

May 17, 2016- The New York City Police Department seeks a vendor for furnishing all labor and material necessary and required for multi-year repairs / maintenance of various roofs and miscellaneous waterproofing and repointing at NYPD facilities in the five boroughs – EPIN 05616B0013 – Agency PIN 0561600001055. A mandatory pre-bid conference will be held 10:00 a.m., Tuesday, April 26, 2016 at the NYPD Building Maintenance Section, 59-06 Laurel Hill Blvd., Woodside, New York. If you are interested, you may obtain a free copy of the bid package in 3 ways: (1) Online at www.nyc.gov/cityrecord, (2) In person, Monday – Friday, 9 a.m. – 5 p.m. at Contract Administration Unit, 90 Church Street, 12th Floor, Room 1206, New York, NY 10007, or (3) Contact Stephanie Gallop at (646) 610-5225. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013. This procurement 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.

Pin number: 05616B0013

Full Service Elevator Maintenance, Repair and Emergency Services for the Brooklyn Army Terminal and Bush Terminal and Various Sites

May 17, 2016- New York City Economic Development Corporation (NYCEDC) is seeking a Contractor to provide the materials and perform the tasks necessary to adequately furnish all labor, materials, supervision, schedules, tools, equipment, supplies, permits and other items for Full Service Elevator Maintenance, Repair and Emergency Services (collectively, the “Services”) for the Brooklyn Army Terminal (“BAT”), Bush Terminal (collectively, the “Specific Sites”) and for the “Various Sites” listed in Appendix B on a “When” and “Where” basis. The Contractor shall perform all of the Services in a prudent and professional manner in accordance with standards and practices as are customary for such Services in the New York City Metropolitan Statistical Area and in compliance with all Legal Requirements.

The Scope of Services includes but is not limited to providing a maintenance schedule to examine, adjust, lubricate, clean, repair or replace necessary items and all other mechanical or electrical equipment, necessary for the safe and proper operation of the Elevators.

NYCEDC plans to select a contractor 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, if applicable.

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.

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

BK 6 New Women’s Locker Rooms and Toilets

May 17, 2016- For more information on this RFP, please contact Mark Thompson.

Pin number: 82716RR00030

Reconstruction of the Boiler, Heating System and Air Conditions at the Recreation Center

May 18, 2016- Located at Jerome Avenue and East 193rd Street in St James Park, Borough of the Bronx, Contract #: X044-113MA.  This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013.  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.  To request the Plan Holder’s List, please call the Blue Print Room at 718-760-6576. The Cost Estimate Range is Under $1,100,000.00 for this project.

Pin number: 84616B0055

Condoms and Lubricant Packets

May 26, 2016- A copy of the bid can be downloaded from City Record Online at www.nyc.gov/cityrecord . Enrollment is free. Vendor may also request the bid by contacting Vendor Relations via email at dcasdmssbids@nulldcas.nyc.gov, by telephone at to (212) 386-0044 or fax (212) 669-7585.

Pin number:8571600174

Long Island City Waterfront Mixed-Use Redevelopment RFP

May 26, 2016- NYCEDC seeks proposals from qualified developers for the long-term lease and mixed- use redevelopment of two adjacent City-owned sites on the Long Island City waterfront. The sites, totaling up to over four and a half acres, each offer a unique opportunity to develop a catalytic mixed-use program that capitalizes on Long Island City’s vibrant and growing commercial cluster. As such, NYCEDC seeks proposals that maximize commercial office and light production space in order to contribute to the growing network of innovative businesses in Long Island City.  NYCEDC seeks proposals  that also include mixed-income affordable housing, publicly accessible waterfront open space, and community-serving retail and community space.

The sites include a single-story Department of Transportation facility, and a surface parking lot abutting a dilapidated bulkhead and platform. Respondents that propose to redevelop the DOT facility may be required to relocate the DOT Facility. Respondents that  propose  to  redevelop  the  surface  parking  lot  may  be  required  to  provide replacement parking on- or off-site on an interim basis. Detailed information about the existing uses in this regard is provided in the RFP and related documents.

The sites are located within an M1-4 zoning district, however it is anticipated that the respondents will seek a rezoning to develop the project in a manner that is consistent with the RFP’s goals. Further land-use and urban design guidance for the sites can be found in the body of the RFP.

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,  experience  of  key  staff identified in the proposal, the respondent’s categorization as an emerging developer, experience and quality of any subcontractors proposed, demonstrated successful experience in performing services similar to those encompassed in the RFP, and the proposal’s competitiveness with regard to the project 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 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/W BE, 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.

Media-Buying and Planning Services

May 31, 2016- Through this Request for Proposals (“RFP”), the New York State (“State”) Department of Health (“DOH”) is seeking competitive proposals from vendors to provide media buying services to support the department’s public health campaigns and programs.

The NYSDOH’s Bureau of Marketing and Creative Communications (BMCC) provides creative and marketing services for the Department’s marketing and health education campaigns. These campaigns are financially supported by the Department’s many public health programs and their partner agencies, can cover almost any topic that could affect the health, safety or well being of the citizens of New York State, and can range from large, statewide promotions to small campaigns for pilot program involving one or two counties. Some programs cover upstate areas only. Some may need to reach people through print and broadcast outlets that use languages other than English. All documents pertaining to this RFP can be found on the following link http://www.health.ny.gov/funding/

Minority Owned Sub-Contracting Goal: 15%

Women Owned Sub-Contracting Goal: 15%

Lease of Berth Space at the Fulton Ferry Landing Pier in Brooklyn, NY for Purposes of Cultural Programming

June 15, 2016- NYCEDC plans to select a respondent on the basis of factors stated in the RFP which include, but are not limited to: the proposal feasibility, team qualifications and financial resources, consistency with RFP objectives, provision of cultural programing that enriches the neighborhood at affordable prices, experience and quality of Respondent and the Respondent’s team, completeness of the proposal; demonstrated successful experience in performing services similar to those encompassed in the RFP, and the rent payment proposal.

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. 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. Respondents/contractors/ subcontractors are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

An optional site visit and information session will be held on Thursday, May 5, 2016 at 10:00am at the Fulton Ferry Landing Pier. Those who wish to attend should RSVP by email to FultonFerryBargeSpace@nulledc.nyc on or before Wednesday May 4, 2016. Respondents may submit questions and/or request clarifications from NYCEDC no later than 5:00 p.m. on Tuesday, May 31, 2016. Questions regarding the subject matter of this RFP should be directed to FultonFerryBargeSpace@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 Wednesday, June 8, 2016, to www.nycedc.com/RFP.

New York/NY 111 Supported Housing Congregate

June 16, 2016– The Department of Health and Mental Hygiene issued an open-ended rolling RFP in 2007 to establish 3,000 units of citywide supportive housing in newly constructed or rehabilitated single-site buildings for various homeless populations pursuant to the New York/New York III Supported Housing agreement. Proposals continue to be accepted on an on-going basis. The RFP is available on line at http://www.nyc.gov/health/contracting. Any questions regarding this RFP must be sent in writing, in advance, to the Contracting Officer or e-mailed to the address below. All proposals must be hand delivered at the office of the Agency Chief Contracting Officer. As a minimum qualification requirement for (1) the serious and persistent populations, the proposer must be incorporated as a not-for-profit organization, and (2) for the young adult populations, the proposer must document site control and identify the source of the capital funding being used to construct or renovate the building. Use the following address unless otherwise specified in notice, to secure, examine or submit bid/proposal documents, vendor prequalification and other forms; specifications/blueprints; other information; and for opening and reading of bids at date and time specified above.

Health and Mental Hygiene, Gotham Center-LIC, 42-09 28th Street, 17th Floor, CN30A, Queens, NY 11101-4132. Jasmine Salome (347) 396-6637; Fax: (347) 396-6758; jsalome@nullhealth.nyc.gov

Pin number: 81608PO076300R0X00

Multifamily Open Window

September 30, 2016- The current RFP has two sections:

1. Highly Ready Project Initiatives 

Funding for projects expected to close by July 2016- $70 million available

2. Open Window Application process for FY2016-17

Provides additional funding for existing programs:

Applications

Applications for the second group of programs will be accepted on a rolling basis through March 1, 2017, and will be evaluated monthly. HCR will also be making available a limited number of Project Based Vouchers (PBV) (applications due September 30, 2016) and HOME assistance, for proposed projects.

To view the RFP visit NYSHCR Multifamily Open Window Request for Proposals.

NY Prize Community Grid Competition

October 12, 2016- The New York State Energy Research and Development Authority (NYSERDA) announces the availability of up to $40,000,000, under the NY Prize Community Grid Competition (NY Prize), to support developing community microgrids.  The purpose of this competition is to solicit proposals to design and build community grids that improve the local distribution system performance and resiliency in both a normal operating configuration as well as during times of electrical grid outages. NY Prize objectives include empowering community leaders, encouraging broad private and public sector participation including local distribution utilities, local governments and third parties, protecting vulnerable populations and providing tools for building a cleaner more reliable energy system.

Stage 2:  NYSERDA is accepting proposals for funding to conduct Audit-Grade Detailed Engineering Design and Financial /Business Plan that evaluate the details of installing/operating a community microgrid at a site within New York State.  Proposals must be received by NYSERDA by 5:00 PM Eastern Time on October 12, 2016.

Eligibility/Qualifications Requirements/Preferences:

(a)   For demonstration projects, the site must be in New York State.
(b)  A New York State manufacturer should be on a new product development project.
(c)  Other requirements vary among three categories.  Please refer to RFP 3044 on NYSERDA’s website, www.nyserda.ny.gov, for specific information.

Non-Profit Industrial Developers for the New York City Industrial Developer Fund

Submission Deadlines:
March 29, 2016 

June 29, 2016 
September 29, 2016 
December 29, 2016 – New York City Economic Development Corporation (“NYCEDC”), on behalf of the City of New York (the “City”), is seeking submission of proposals from qualified not-for-profit organizations that plan to acquire, construct, and/or renovate industrial real estate in the City. The primary goal for the use of the New York City Industrial Developer Fund is to create, modernize and preserve industrial real estate.  Additionally, the aim of the Industrial Developer Fund is to increase the capacity of the not-for-profit organizations to develop industrial real estate and support the growth of a more robust mission-driven industrial development ecosystem.

Between Fiscal Year 2016 and Fiscal Year 2019, NYCEDC in cooperation with The New York City Office of Management and Budget (“OMB”) can allocate up to $41 million of City capital through the Industrial Developer Fund for acquisition, construction, and/or renovation costs for eligible industrial development projects, which support the City’s goals of promoting and growing a more robust not-for-profit industrial development ecosystem in the City. Not-for-profit organizations are uniquely positioned to increase the supply of affordable industrial real estate; the Industrial Developer Fund aims to support this sector by creating a new financing tool.

NYCEDC plans to select respondents 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.

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 (“M/WBEs”) share in the economic opportunities generated by NYCEDC’s projects and initiatives. Please refer to the Equal Employment and Affirmative Compliance for Construction Contracts Addendum in the RFP.

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.

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

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 , with “Industrial Developer Fund Inquiry” in the subject line.  Prospective applicants are encouraged to contact NYCEDC to determine eligibility and review in-depth financing criteria prior to submitting materials.

 

More from Capalino

Current RFPs: Week of February 25, 2019

 
Request for Proposal

Current RFPs: Week of December 14, 2015

 
Request for Proposal

Current RFPs: Week of April 6, 2015