Customer Support: 866-526-9266
        

Fri. Mar 29, 2024
03:38 PM UTC
     
 

Marketplace Login
Please place this page in your favorites area as this
is the login page to access the software.

If you are prompted by your computer to save your
password, for security reasons choose "No."

 
E-mail  
 
Password  
 
Forgot Password?
Not registered? Sign-up Now as a Vendor
 
 
 



 
 Contact  Customer Support: 866-526-9266 © Copyright 2024, International eProcurement   
Housing Agency Marketplace - Housing Agency Marketplace
 
Customer Support: 866-526-9266
        

Fri. Mar 29, 2024
03:38 PM UTC
     
 

Request for Qualifications (RFQ)
[Within the following, applicable reference within HUD Procurement Handbook No. 7460.8 REV 2]

You may print this Solicitation.

RFQ Information
Solicitation (RFQ)#: R17001
Date Posted on the System: 03/24/2017 03:45 PM
Agency: Minneapolis Public Housing Authority
Main Service Category: Hazardous Materials Abatement Services
Sub-service Description: Pool of Abatement Contractors
 
Buyer Information
Buyer Name: Molly Prahm
Buyer Phone Number: 612-342-1469
Buyer Fax Number:
Buyer E-mail: mprahm@mplspha.org
 
Pre-proposal Conference(s)
Pre-proposal Conference: Will a Pre-proposal Conference be conducted in conjunction with this Solicitation [Section 7.2.G, which references Section 6.7]?

Yes
Pre-proposal Conference Date: 04/04/2017
Pre-proposal Conference Time: 10:00 AM
Pre-proposal Conference Location:
(Address and/or Videoconference Link)
1001 Washington Avenue North, Minneapolis, MN 55401
 
Deadlines
Q/A Cutoff Date: 04/14/2017
Q/A Cutoff Time: 08:00 PM UTC
Proposal Due Date: 04/26/2017
Proposal Due Time: 08:00 PM UTC
To change your Time Zone, click on "Company Profile" in the navigation menu to the left.
Cancellation: Bid Deadline has passed. Please use award features to do an award/non-award notice or an online evaluation.
Estimated Initial Contract Period:  
Start Date
05/01/2017
End Date
04/30/2018
1st Estimated Contract Renewal Option:  
Start Date
05/01/2018
End Date
04/30/2019
2nd Estimated Contract Renewal Option:  
Start Date
05/01/2019
End Date
04/30/2020
3rd Estimated Contract Renewal Option:  
Start Date
05/01/2020
End Date
04/30/2021
4th Estimated Contract Renewal Option:  
Start Date
05/01/2021
End Date
04/30/2022
 
Contract (Award) Types
  Firm Fixed-price Contract [Section 10.1.C.1]
 
"Ship To" Information
A. Delivery of Purchased Items or Services
Name: Molly Prahm
Location: Procurement Department
Address: 1001 Washington Avenue North
Suite 204
City: Minneapolis
State: MN
Zip Code: 55401
Phone Number: 612-342-1469
Fax Number:
E-mail: mprahm@mplspha.org
 
B. Delivery of "Hard Copy" Proposal Submittal
Name: Molly Prahm
Location: Procurement Department
Address: 1001 Washington Avenue North
Suite 204
City: Minneapolis
State: MN
Zip Code: 55401
Phone Number: 612-342-1469
Fax Number:
E-mail: mprahm@mplspha.org
 
Proposal Format
The Agency intends to retain the successful proposer pursuant to a "Best Value" basis. There is no determination of cost as cost is not a factor for evaluation. Therefore, so that the Agency can properly evaluate the offers received, all proposals submitted in response to this RFQ must be formatted in accordance with the sequence noted below. Each category must be separated by index dividers numbered (which number extends so that each tab can be located without opening the proposal). None of the proposed services may conflict with any requirement the Agency has published herein or will issue by addendum.
Tab 1: Form of Proposal.
This Form is attached as Attachment A to this RFQ document. This 2-page Form must be fully completed, executed where provided and submitted under this tab as a part of the proposal submittal.
Tab 2: Form HUD-5369-C (8/93), Certifications and Representations of Offerors, Non-Construction Contract.
This Form is attached as Attachment B to this RFP document. This 2-page Form must be fully completed, executed where provided and submitted under this tab as a part of the proposal submittal.

Tab (2) Form HUD-5369-A (11/92), Representations, Certifications, and Statements of Bidders, Public and Indian Housing Programs.
This Form is attached as Attachment B to this RFQ document. This 4-page Form must be fully completed, executed and submitted under this tab as a part of the bid submittal.
Tab 3: Profile of Firm Form.
The Profile of Firm Form is attached as Attachment C to this RFQ document. This 2-page Form must be fully completed, executed and submitted under this tab as a part of the proposal submittal.
Tab 4: Proposed Services.
The proposer shall place under this tab documentation further explaining the proposer’s services and showing how the proposer intends to fulfill the requirements of the preceding Section 2.0, including, but not limited to:

As detailed within Section 4.1, Evaluation Factor No. 2, the proposer’s DEMONSTRATED UNDERSTANDING of the AGENCY’S REQUIREMENTS.

As detailed within Section 4.1, Evaluation Factor No. 3, the APPROPRIATENESS of the TECHNICAL APPROACH and the QUALITY of the SERVICES PROPOSED.

As detailed within Section 4.1, Evaluation Factor No. 4, the proposer’s TECHNICAL CAPABILITIES (in terms of personnel) and the MANAGEMENT PLAN (including the ability to provide the services detailed).

As detailed within Section 4.1, Evaluation Factor No. 5, the proposer’s DEMONSTRATED EXPERIENCE in performing similar work and the proposer’s DEMONSTRATED SUCCESSFUL PAST PERFORMANCE (including meeting costs, schedules, and performance requirements) of contract work substantially similar to that required by this solicitation as verified by reference checks or the information submitted within the proposal. NOTE: The Agency will place particular emphasis on the proposer’s above described EXPERIENCE and PAST PERFORMANCE with related-work with public housing agencies.

If appropriate, how staff are retained, screened, trained, and monitored.

The proposed quality control program.

An explanation and copies of forms that will be used and reports that will be submitted and the method of such reports (i.e. written; fax; internet; etc.).

A complete description of the products and services the firms provide.
Tab 5: Statement of Contractor’s Qualifications.
The bidder shall place under this tab the completed Statement of Contractor’s Qualifications and any supporting documentation.
Tab 6: Equal Employment Opportunity/Supplier Diversity.
The proposer must submit under this tab a copy of its Equal Opportunity Employment Policy and a complete description of the positive steps it will take to ensure compliance, to the greatest extent feasible, with the regulations detailed within the following Section 3.8 pertaining to supplier diversity (e.g. small, minority-, and women-owned businesses).
Tab 7: Subcontractor/Joint Venture Information (Optional Item).
The proposer shall identify whether he/she intends to use any subcontractors for this job, if awarded, and/or if the proposal is a joint venture with another firm. Please remember that all information required from the proposer under the proceeding tabs must also be included for any major subcontractors (10% or more) or from any joint venture.
Tab 8: Section 3 Business Preference Documentation (Optional Item).
For any proposer claiming a Section 3 Business Preference, he/she shall under this tab include the fully completed and executed Section 3 Business Preference Certification Form attached as Attachment E and any documentation required by that form.
Tab 9: Other Information (Optional Item).
The proposer may include any other general information that the proposer believes is appropriate to assist the Agency in its evaluation.
Proposal Evaluation Factors
The following Factors will be utilized by the Agency to evaluate each proposal submitted.
No. 1: Subjective (Technical)
Maximum Point Value = 5
The proposer’s DEMONSTRATED UNDERSTANDING of the AGENCY’S REQUIREMENT.
No. 2: Subjective (Technical)
Maximum Point Value = 10
The APPROPRIATENESS of the TECHNICAL APPROACH and the QUALITY of the SERVICES PROPOSED.
No. 3: Subjective (Technical)
Maximum Point Value = 30
The proposer’s TECHNICAL CAPABILITIES (in terms of personnel) and the MANAGEMENT PLAN (including the ability to provide the services detailed).
No. 4: Subjective (Technical)
Maximum Point Value = 50
The proposer’s DEMONSTRATED EXPERIENCE in performing similar work and the proposer’s DEMONSTRATED SUCCESSFUL PAST PERFORMANCE (including meeting costs, schedules, and performance requirements) of contract work substantially similar to that required by this solicitation as verified by reference checks or the information submitted within the proposal.
No. 5: Subjective (Technical)
Maximum Point Value = 5
The OVERALL QUALITY and PROFESSIONAL APPEARANCE OF THE PROPOSAL SUBMITTED, based upon the opinion of the evaluators.
No. 6: Section 3 Business Preference
Maximum Point Value = 15
SECTION 3 BUSINESS PREFERENCE PARTICIPATION. A firm may qualify for Section 3 status as detailed within Attachments D and D-1 (NOTE: A max of 15 points awarded).

(15 points) Priority I, Category 1a. Business concerns that are 51 percent or more owned by residents of the housing development or developments for which the Section 3-covered assistance is expended.

(13 points) Priority II, Category 1b. Business concerns whose workforce includes 30 percent of residents of the housing development for which the Section 3-covered assistance is expended, or within three (3) years of the date of first employment with the business concern, were residents of the Section 3-covered housing development.

(11 points) Priority III, Category 2a. Business concerns that are 51 percent or more owned by residents of any other housing development or developments.

(9 points) Priority IV, Category 2b. Business concerns whose workforce includes 30 percent of residents of any other public housing development or developments, or within three (3) years of the date of first employment with the business concern, were “Section 3” residents of any other public housing development.

(7 points) Priority V, Category 3. Business concerns participating in HUD Youth-build programs being carried out in the metropolitan area in which the Section 3-covered assistance is expended.

(5 points) Priority VI, Category 4a. Business concerns that are 51 percent or more owned by Section 3 residents in the metropolitan area, or whose permanent, full-time workforce includes no less than 30 percent of Section 3 residents in the metropolitan area, or within three (3) years of the date of employment with the business concern, were Section 3 residents in the metropolitan area.

(3 points) Priority VII, Category 4b. Business concerns that subcontract in excess of 25 percent of the total amount of subcontracts to Section 3 business concerns.
Total Maximum Points = 115  
Advertisement
Did the Agency place an advertisement in any publication pertaining to this RFQ?  Yes
Publication: Finance & Commerce Advertising Dates: 3/28/17
Publication: Finance & Commerce Advertising Dates: 4/4/17
 
Terms & Conditions and/or Instructions
Each firm that submits a proposal is responsible to carefully review and comply with the following and/or the attached Terms, Conditions and Instructions, and by submitting a proposal agrees to do so.

If you have any questions regarding this proposal or the documents attached, you may use the "Questions and Answers" area. This will save both you and the Agency time in communication along with allowing documentation of all inquiries and responses within one area for all vendors to view.

As this Solicitation is a Request for Qualifications process, no pricing will be submitted as a part of your response. We anticipate that pricing will, pursuant to additional information issued, be negotiated with the top-rated proposer.
RFQ Documents  
Attached Documents:
  Filename Size
1.0 - Pool of Abatement Contractors (RFQ Document).pdf 1.0 - Pool of Abatement Contractors (RFQ Document).pdf 422.88 KB
2.0 - Attachment A (Form Of Proposal).pdf 2.0 - Attachment A (Form Of Proposal).pdf 90.5 KB
3.0 - Attachment B (HUD-5369-C).pdf 3.0 - Attachment B (HUD-5369-C).pdf 81.98 KB
3.1 - Attachment B-1( HUD-5369-A).pdf 3.1 - Attachment B-1( HUD-5369-A).pdf 64.75 KB
4.0 - Attachment C (Profile Of Firm Form).pdf 4.0 - Attachment C (Profile Of Firm Form).pdf 68.6 KB
5.0 - Attachment D (Statement of Contractor's Qualifications).pdf 5.0 - Attachment D (Statement of Contractor's Qualifications).pdf 139.19 KB
6.0 - Attachment E (Section 3 Submittal Form).pdf 6.0 - Attachment E (Section 3 Submittal Form).pdf 77.39 KB
6.1 - Attachment E-1 (Section 3 Explanation).pdf 6.1 - Attachment E-1 (Section 3 Explanation).pdf 126.92 KB
7.0 - Attachment F (HUD-5369-B).pdf 7.0 - Attachment F (HUD-5369-B).pdf 213.5 KB
7.1 - Attachment F-1 (HUD-5369).pdf 7.1 - Attachment F-1 (HUD-5369).pdf 47.17 KB
8.0 - Attachment G (Sample Contract Form).pdf 8.0 - Attachment G (Sample Contract Form).pdf 304.34 KB
8.1 - Attachment G-1 (HUD-5370-C1).pdf 8.1 - Attachment G-1 (HUD-5370-C1).pdf 200.65 KB
8.2 - Attachment G-2 (HUD-5370-C2).pdf 8.2 - Attachment G-2 (HUD-5370-C2).pdf 155.54 KB
8.3 - Attachment G-3 (HUD-5370).pdf 8.3 - Attachment G-3 (HUD-5370).pdf 393.85 KB
8.4 - Attachment G-4 (HUD-92554M).pdf 8.4 - Attachment G-4 (HUD-92554M).pdf 49.73 KB
8.5 - Attachment G-5 (HUD-4010).pdf 8.5 - Attachment G-5 (HUD-4010).pdf 44.82 KB
8.6 - Attachment G-6 (Section 3 Plan).pdf 8.6 - Attachment G-6 (Section 3 Plan).pdf 145.46 KB
8.7 - Attachment G-7 (HUD-92010).pdf 8.7 - Attachment G-7 (HUD-92010).pdf 24.33 KB
8.8 - Attachment G-8 (HUD-51000).pdf 8.8 - Attachment G-8 (HUD-51000).pdf 34.33 KB
8.9 - Attachment G-9 (HUD-51001).pdf 8.9 - Attachment G-9 (HUD-51001).pdf 32.29 KB
8.10 - Attachment G-10 (HUD-51002).pdf 8.10 - Attachment G-10 (HUD-51002).pdf 20.27 KB
8.11 - Attachment G-11 (HUD-5372).pdf 8.11 - Attachment G-11 (HUD-5372).pdf 160.84 KB
8.12 - Attachment G-12 (HUD-WH-347).pdf 8.12 - Attachment G-12 (HUD-WH-347).pdf 153.06 KB
8.13 - Attachment G-13 (Sample Task Order Form).pdf 8.13 - Attachment G-13 (Sample Task Order Form).pdf 88.26 KB
8.14 - Attachment G-14 (Davis Bacon General Wage Decision).pdf 8.14 - Attachment G-14 (Davis Bacon General Wage Decision).pdf 74.51 KB
8.15 - Attachment G-15 (Owner Operator Prevailing Wage Rate Verification Form).pdf 8.15 - Attachment G-15 (Owner Operator Prevailing Wage Rate Verification Form).pdf 96.44 KB
8.16 - Attachment G-16 (Responsible Construction Contractor Verification Form).pdf 8.16 - Attachment G-16 (Responsible Construction Contractor Verification Form).pdf 87.31 KB
8.17 - Attachment G-17 (Right to Know Form).pdf 8.17 - Attachment G-17 (Right to Know Form).pdf 107.99 KB
9.0 - Attachment H (HUD-11).pdf 9.0 - Attachment H (HUD-11).pdf 34.26 KB
10.0 - Attachment I (Agency Profile of Properties).pdf 10.0 - Attachment I (Agency Profile of Properties).pdf 231.57 KB
 
Addenda
Issued: 03/29/2017 - 01:21 PM UTC - Addendum #1
Issued: 04/11/2017 - 08:37 PM UTC - Addendum #2
Issued: 04/13/2017 - 02:35 PM UTC - Addendum #3
 
Post-submittal Deadline Notices
Issued: 05/25/2017 - 08:10 PM UTC - Post-submital Notice #1
Issued: 06/01/2017 - 04:24 PM UTC - Post-submittal Notice #2
 
Questions and Answers
View Unanswered Questions - 0 Unanswered Question(s)

View Answered Questions - 0 Answered Question(s)


 
END OF Solicitation #R17001 03/29/2024 03:38:00 PM UTC


 
 Contact  Customer Support: 866-526-9266 © Copyright 2024, International eProcurement