CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

Size: px
Start display at page:

Download "CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW"

Transcription

1 .NewYork City Transit (NYCT) DATE: June 8,2017 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: OPENING/DUE DATE: 7/11/17 TYPE OF SOLICITATION: RFP I DOCUMENTAVAILABILITY DATE: 6/12/17 SOLICITATION TITLE: CM-1424/1425/1426/1427: Indefinite Quality Contracts to Provide Schedulers DESCRIPTION: MTA New York City Transit (NYCT), MTA Capital Construction (MTACC) and on behalf of other MTA Agencies, as required, (hereinafter the "Authority") are seeking to retain up to four (4) Consultants to provide Indefinite Quantity (IQ) temporary Project Schedule Control Services personnel for miscellaneous construction projects on an as-needed task order basis. The Consultant shall provide scheduling personnel when such services are required by the above Agencies to augment in-house project staff or fill vacancies when emergencies or needs arise. Funding: 90% FTA, 10% MTA SEE ATTACHED FOR ADDITIONAL INFORMATION ( ) PRE-BID CONFERENCE LOCATION: DATE: TIME: N/A ( ) SITE TOURIS1 LOCATION: DATE: TIME N/A FOR MORE INFORMATION, PLEASE CONTACT: PROCUREMENTREPRESENTATIVE: Anthony Edwards PHONE: REQUIREMENTS TO PARTICIPATE DATA UNIVERSAL NUMBERING SYSTEM [DUNS) NUMBER: ALL VENDORS MUST HAVE A DUN & BRADSTREETDUNS NUMBER IF THEY WISHTO PARTICIPATE IN THIS PROCUREMENT. VENDORS WHO DO NOT HAVE A DUNS NUMBER CAN REGISTER ONLINE AT TO OBTAIN ONE FREE OF CHARGE. YOU MUST STATE THAT THE NUMBER IS REQUIRED FOR SAM (SYSTEM FOR AWARD MANAGEMENT) SYSTEM FOR AWARD MANAGEMENT (SAM): VENDORS ARE ALSO REQUIRED TO REGISTERWITH SAM, A FEDERAL VENDOR DATABASE USED TO VALIDATE VEDNDOR INFORMATION, BEFORE REQUESTING BID DOCUMENTS. YOU CAN VISIT THEIR WEBSITE AT TO REGISTER. A DUNS NUMBER IS REQUIRED FOR REGISTRATION. 04/16

2 INFORMAnON FOR WEB SITE MTA New York City Transit Notice CM-I424/1425/1426/1427 Indefinite Quantity Staffing Contracts to Provide Schedulers MTA New York City Transit (NYCT), MTA Capital Construction (MTACC) and on behalf of other MTA Agencies, as required, (hereinafter the "Authority") are seeking to retain the services of up to four (4) Consultants to provide Indefinite Quantity (IQ) temporary personnel to perform Project Schedule Control for miscellaneous projects on an as-needed Task Order basis. The Consultant shall provide scheduling personnel when such services are required by the above Agencies to augment in-house project staff or fill vacancies when emergencies or needs arise. The total aggregate budget for all four (4) contracts is estimated at $43 Million, with no guarantee ofthe amount ofwork to be awarded. The Contract duration is sixty (60) months. The DBE and MlWBE goals are: 0% The project is 90% FTA-Funded and 10% MTA-Funded The RFP documents specify proposal submission requirements which will aid you in preparing written Technical and Cost Proposals (l original and 5 copies each). Your technical proposal will be reviewed by a committee comprised of NYC Transit personnel who will select the most technically qualified firms in accordance with the specific evaluation criteria set forth in the RFP. All submissions must reference SSE No /CM-1424/1425/1426/ Indefinite Quantity Staffing Contraets to Provide Schedulers, and shall be submitted by 12:00 noon, July 11, 2017 to: MTA New York City Transit, Bid Reception Desk, 3 Stone Street, New York, NY 10004, Attn: Anthony Edwards, Procurement Specialist. Cost Proposals (1 original and 5 copies) must be submitted in a separate sealed envelope, clearly marked SSE No. 0000I59874/CM-1424/1425/1426/ Indefinite Quantity Staffing Contracts to Provide Schedulers for Miscellaneous Federally-Funded Projects - COST PROPOSAL. The cost proposal must contain all the required information as specified in the RFP for the Prime Consultant. Cost 'Proposals will only be opened in the event a team is recommended for negotiations. If your firm is not selected for negotiations the cost proposal will be returned to you, if requested, unopened. Incomplete packages may be rejected without further consideration. Schedule J and a Scope of Work may be obtained free of charge from the NYCT website at

3 CM-1424/1425/1426/1427 Indefmite Quantity Staffmg Contracts to Provide Schedulers Short Scope of Work The Consultant shall provide temporary personnel to perform Project Schedule Control Services for NYCT, MTA Capital Construction (MTACC) and other MTA Agencies, as required, (hereinafter the "Authority"). Temporary Project Schedule Control personnel will be utilized to fill vacancies as needed. The Consultant shall provide scheduling support when such services are required to augment project staff or fill vacancies when emergencies or needs arise. These services are integral to the efficient control and monitoring of capital projects. All Consultant scheduling personnel shall be retained by Task order. The total of all Task Orders issued for the performance of scheduling services shall not exceed an estimated aggregate amount of $43 Million.

4 CM-1424/1425/1426/1427 Indefinite Quantity Staffing Contracts to Provide Schedulers PROPOSAL EVALUATION CRITERIA The technical proposals shall be evaluated by a "Selection Committee" composed of MTA New York City Transit (NYCT) and MTA Capital Construction (MTACC) personnel, experienced in the disciplines necessary to evaluate the proposal submission. The Selection Committee shall first determine which Consultant(s) shall be invited to make oral presentations based on an evaluation of all technical proposals. The Procurement Representative shall notify the Consultant(s) selected for oral presentations. Upon conclusion of the oral presentations, the Selection Committee shall perform a ranking of the firms. In addition to meeting the evaluation criteria listed below, the Proposer must demonstrate to the satisfaction of NYCT and MTACC that it is in all respects a responsible party. This determination encompasses consideration of the Proposer's integrity, skill, experience, necessary facilities, financial and other resources necessary to do the work in accordance with the Contract Terms and Conditions. Committee members shall base their evaluation on the criteria listed below, which are listed in their relative order of importance. CRITERION #1 - Overall Technical Qualifications to include such matters as: Plan of approach The Proposer must show its understanding of the staffing requirements as stipulated in the Scope of Work. The proposal must show independent thinking on the part of the Proposer indicating that it fully reviewed the project requirements. The Proposer should present knowledge of overall and specific problems, e.g., availability of Schedulers, ability to quickly provide Schedulers in one or more Program Areas as needed or when emergencies arise, etc. The Proposer must select and submit Schedulers' resumes based on the experience requirements set forth in the scope of work for each assigned task. Experience in relevant areas The Proposer must display knowledge, experience, and demonstrated ability to satisfactorily perform the work associated with providing Schedulers as stated in the Scope of Work, which shall include knowledge of the latest versions of scheduling software tools and a minimum of three (3) years experience in heavy construction, preferably in mass transit and/or the heavy rail industry. The Proposer must demonstrate that they have, or presently are, satisfactorily performing similar work and possess the capability to recruit, screen and refer qualified candidates. Proposer must provide a minimum of three verifiable references. Experience of key personnel/experience of Project Team The proposer must propose a team of key personnel that will be assigned to work on this specific project. Key personnel assigned to this project should be present at the oral presentation. The proposer must demonstrate that the personnel assigned to this project have the necessary experience needed for the type of work required. The resume and work experience of all personnel proposed must be provided. The proposed project team must have experience in the type of work required and be composed of firms with the organization and capability to perform the work. In addition, the project team should demonstrate previous experience working together on similar projects, or other projects as a team.

5 Current workloadlproject Staffing requirements of prime and sub-consultants The proposed staffing firm must state the current workload for all projects assigned to the project team and demonstrate that it will assign sufficient resources to handle a project ofthis size. Management Approach The Proposer must describe how it will manage the project. A project organization chart must be included that demonstrates information flow, processes that are in place, and how project coordination will take place. Staff Development The Proposer must describe how it would recruit, train and evaluate Schedulers to assure that an adequate pool ofqualified candidates is available for the duration ofthe contract. CRITERION #2 - Proposed Pricing for the Work Markup percentage (overhead and profit) The Cost Proposal must be submitted in a separately sealed envelope. CRITERION #3 - Other Relevant Matters as follows: Quality of written proposal. Quality oforal presentation, ifany; Compliance with, and acceptance of, the terms and conditions or willingness to negotiate same in a timeframe consistent with the needs ofnyct and MTACC. NYCT reserves the right to: Reject all proposals submitted; Require revisions to, corrections of, other changes to any proposal submitted as a condition to its being given any further consideration; Reject, without entertaining revisions, a proposal with major substantive deficiencies; Negotiate with Proposers considered most qualified by the Selection Committee; Negotiate with one or more Proposers in any manner it deems fit. In making the determination as to which proposal offers the best value to Authority, the Authority will review all factors that contribute to the total cost of the proposal, including costs which may be incurred by the Authority as a result of the proposal even if those costs are external to the proposed price. In making the determination as to which proposal is most advantageous and offers the best value to the Authority, the Authority will review the proposals in relation to all evaluation criteria. Accordingly, neither the Proposer with the highest technical ranking, nor the Proposer with the lowest priced proposal, will necessarily receive the award, which will be determined by assessment of the best value to the Authority based upon all the evaluation criteria. Although price is not the most important evaluation criterion for this solicitation, price may become the controlling factor when competing proposals are otherwise determined to be substantially equal.