Customer Support: 866-526-9266
        

Fri. Apr 26, 2024
11:07 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. Apr 26, 2024
11:07 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)#: 2019-S01
Date Posted on the System: 02/07/2019 06:09 PM
Agency: Sarasota Housing Authority
Main Service Category: Developer Services
Sub-service Description: Co-Developer Services
 
Buyer Information
Buyer Name: Andrea Keddell
Buyer Phone Number: 941-361-6210 x221
Buyer Fax Number:
Buyer E-mail: akeddell@sarasotahousing.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]?

No
 
Deadlines
Q/A Cutoff Date: 02/28/2019
Q/A Cutoff Time: 07:00 PM UTC
Proposal Due Date: 03/07/2019
Proposal Due Time: 07:00 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.
Approximate Delivery Date / Start Date: 04/01/2019
 
Contract (Award) Types
  Firm Fixed-price Contract [Section 10.1.C.1]
 
"Ship To" Information
A. Delivery of Purchased Items or Services
Name: Andrea Keddell
Location: Administrative Office
Address: 269 S. Osprey Avenue
City: Sarasota
State: FL
Zip Code: 34236
Phone Number: 941-361-6210 x221
Fax Number:
E-mail: akeddell@sarasotahousing.org
 
B. Delivery of "Hard Copy" Proposal Submittal
Name: Andrea Keddell
Location: Administrative Office
Address: 269 S. Osprey Avenue
City: Sarasota
State: FL
Zip Code: 34236
Phone Number: 941-361-6210 x221
Fax Number:
E-mail: akeddell@sarasotahousing.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: Letter of Interest/Form of Proposal.
Letter of Interest: Proposer’s submittals shall be accompanied by a Letter of Interest on the Proposer’s letterhead. This letter should include the Proposer’s statement of understanding for the scope of work outlined in this RFQ, the commitment to perform the work expeditiously and a brief statement indicating why the Proposer believes itself to be best qualified to perform the engagement.

Form of Proposal. This Form is attached hereto as Attachment A to this RFQ document. This 2-page Form must be fully completed, executed where provided thereon, 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 hereto as Attachment B to this RFQ document. This 2-page Form must be fully completed, executed where provided thereon and submitted under this tab as a part of the proposal submittal.
Tab 3: Profile of Firm Form.
The Profile of Firm Form is attached hereto 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 herein, including, but not limited to:

(4.1) As detailed within the following Section 3.2.1 and referenced in Section 4.1, Evaluation Factor No. 1, herein, the proposer’s DEMONSTRATED QUALIFICATIONS (Managerial Capacity and Staffing Plan) including, but not limited to:
A concise description of its managerial capacity to deliver the proposed services, including brief professional resumes for the persons identified within areas (5) and (6) of Attachment C, Profile of Firm Form. Such information shall include the proposer’s qualifications to provide the services;

(4.2) As referenced within the following Section 4.1, Evaluation Factor No. 2, herein, the TECHNICAL CAPABILITY, APPROACH and the QUALITY of the SERVICES PROPOSED including, but not limited to:
(a) A complete description of the products and services the firm provides;
(b) The proposed project approach indicating understanding of Agency’s objectives and the local funding challenges;
(c) Business terms proposed by the Co-Developer;
(d) 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.); and
(e) The proposed quality assurance program; and
(f) Application Priority Certification. This Form is attached hereto as Attachment G.
The Agency is interested in managing future developments, so the Proposer should articulate recent developments where a HA partner or unrelated 3rd party management agent took over management of the property at or shortly after stabilization;

(4.3) As detailed within the following Section 3.2.2 and referenced in Section 4.1, Evaluation Factor No. 3, herein, the proposer’s DEMONSTRATED EXPERIENCE and the proposer’s SUCCESSFUL PAST PERFORMANCE, including, but not limited to:
(a) Provide information on residential development projects in which the Proposer has participated, especially in Florida. This “information” must be addressed (demonstrated) within the information submitted by each proposer under Tab No. 4 (though some of the information, such as drawings, may be so voluminous that it may have to be “attached” to the proposal);
(b) Experience in developing land and mixed-income housing units that utilized innovative and creative approaches; and
(c) Past performance in quality of work, cost control, and compliance with performance schedules and regulatory requirements.
NOTE: Agency will place particular emphasis on the proposer’s EXPERIENCE and PAST PERFORMANCE with related-work with public housing agencies;

(4.4) As detailed within the following Section 3.2.3 and referenced in Section 4.1, Evaluation Factor No. 4 herein, the proposer’s DEMONSTRATED FINANCING EXPERIENCE. Describe how the Co-Developer will pursue financing for the redevelopment effort and leverage the Agency’s resources (including land, rental assistance and HUD and Agency capital funds). Identify the various funding sources that are appropriate for creating mixed-income developments and the Co-Developer’s past success and capacity to obtain LIHTC awards in Florida.
Tab 5: Financial Viability.
As detailed within the following Section 3.2.5, the proposer entity must submit under this tab a concise description of its financial capacity to deliver the proposed services. Provide current financial statements of the Respondent prepared by a Certified Public Accountant.
Tab 6: Client Information.
The proposer shall submit a listing of former or current clients for the primary development firm, including Community Partners, Public Housing Authorities, Tax Credit Investors and Housing Finance Authority for whom the proposer has performed similar or like services to those being proposed herein. Complete form attached hereto as Attachment H.

(6.1) Also include at least two professional references for all other legal entities on the development team.
Tab 7: 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 Section 3.6 herein pertaining to supplier diversity (e.g. small, minority-, and women-owned businesses). Describe prior development experience utilizing WMBE and local business in sufficient detail to reveal the team's track record and allow an assessment of the level and quality of effort.
Tab 8: Subcontractor/Joint Venture Information (Optional Item).
The proposer shall identify here-under whether or not they intend 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 9: Section 3 Business Preference Documentation.
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 hereto as Attachment D and any documentation required by that form.

ALL proposers shall submit Certification of Section 3 Requirements Form attached hereto as Attachment D-2.
Tab 10: Other Information (Optional Item).
The proposer may include here under 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: Demonstrated Qualifications
Maximum Point Value = 20
The proposer’s DEMONSTRATED QUALIFICATIONS (Managerial Capacity and Staffing Plan) Demonstrated Evidence of Ability to perform the work, including, but not limited to:
(a) Qualifications, experience, and expertise of each team member assigned to the project (principals and primary staff); and
(b) Current project load and capacity of team to effectively manage this project.
No. 2: Approach and Quality of Services
Maximum Point Value = 15
The APPROPRIATENESS of the TECHNICAL CAPABILITY, APPROACH and the QUALITY of the SERVICES PROPOSED. A complete description of the products and services the firm provides. Respondent’s ability to perform the work as indicated by profiles of the principles and staff and team members and explanation of their professional, technical competence and relevant experience with projects of similar size and scope, including experience in partnering with housing authorities and willingness to turn over property management responsibility to a qualified housing authority. Firms approach to meet deadlines.
No. 3: Demonstrated Experience and Past Performance
Maximum Point Value = 35
The proposer’s DEMONSTRATED EXPERIENCE and the SUCCESSFUL PAST PERFORMANCE. Demonstrated Evidence of Past Successful Experience with mixed-income development and construction of projects of similar scope and size, including, but not limited to:
(a) Past or current affordable housing projects for a variety of income levels utilizing a variety of housing programs, grant sources (HUD, Choice Neighborhoods, etc.), funding sources such as RAD, LIHTC, HTC, ad HUD programs such as Section 18 demolition/ disposition;
(b) Experience in developing land and mixed-income housing units that utilized innovative and creative approaches;
(c) Experience in re-positioning public housing;
(d) Past performance in quality of work, cost control, and compliance with performance schedules and regulatory requirements; and
(e) References.
No. 4: Experience and Ability to Obtain Financial Commitments
Maximum Point Value = 25
The proposer’s DEMONSTRATED EXPERIENCE and ABILITY to Obtain FINANCIAL COMMITMENTS from:
(a) Federal, state, and local agencies, private investors, and banks including competitive LIHTC in Florida; and
(b) A proven track record of creative and viable financial plans that do not rely principally on the Agency’s funds.
No. 5: Quality and Professional Appearance
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
Total Maximum Points = 115  
Advertisement
Did the Agency place an advertisement in any publication pertaining to this RFQ?  Yes
Publication: CAHP Advertising Dates: 2/7/19
Publication: Herald Tribune Advertising Dates: 2/7/19 & 2/14/19
 
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
01.0-Co-Developer (RFQ Document).doc 01.0-Co-Developer (RFQ Document).doc 337.5 KB
02.0 - Attachment A (Form of Proposal).doc 02.0 - Attachment A (Form of Proposal).doc 49.5 KB
03.0-Attachment B (HUD-5369-C).pdf 03.0-Attachment B (HUD-5369-C).pdf 81.98 KB
04.0 - Attachment C (Profile of Firm Form).doc 04.0 - Attachment C (Profile of Firm Form).doc 53 KB
05.0 - Attachment D (Section 3 Submittal Form).doc 05.0 - Attachment D (Section 3 Submittal Form).doc 72.5 KB
05.1 - Attachment D-1 (Section 3  Explanation).doc 05.1 - Attachment D-1 (Section 3 Explanation).doc 77 KB
05.2-Attachment D-2 (Cert. of Section 3 Requirements).doc 05.2-Attachment D-2 (Cert. of Section 3 Requirements).doc 42.5 KB
06.0 - Attachment E (HUD-5369-B).pdf 06.0 - Attachment E (HUD-5369-B).pdf 213.51 KB
07.0 - Attachment F (SIPC).doc 07.0 - Attachment F (SIPC).doc 195 KB
08.0-Attachment G (Application Priority Certification).doc 08.0-Attachment G (Application Priority Certification).doc 27.5 KB
08.1 - Attachment G-1 (HUD-5370-C1).pdf 08.1 - Attachment G-1 (HUD-5370-C1).pdf 77.05 KB
08.2 - Attachment G-2 (HUD-50071).pdf 08.2 - Attachment G-2 (HUD-50071).pdf 45.88 KB
08.3 - Attachment G-3 (SF-LLL).pdf 08.3 - Attachment G-3 (SF-LLL).pdf 39.42 KB
08.4 - Attachment G-4 (Section 3  Plan - Contract).doc 08.4 - Attachment G-4 (Section 3 Plan - Contract).doc 124 KB
09.0-Attachment H (References).doc 09.0-Attachment H (References).doc 57.5 KB
 
Addenda
Issued: 02/27/2019 - 06:04 PM UTC - Addendum #1
Issued: 03/07/2019 - 03:09 PM UTC - Addendum #2
 
Post-submittal Deadline Notices
Issued: 04/22/2019 - 02:01 PM UTC - #1 Notice Of Proposal Eval-Competitive Range(2019-S01)
Issued: 08/15/2019 - 06:03 PM UTC - #2 Notice Of Successful Offeror (2019-S01)
 
Questions and Answers
View Unanswered Questions - 0 Unanswered Question(s)

View Answered Questions - 0 Answered Question(s)


 
END OF Solicitation #2019-S01 04/26/2024 11:07:03 PM UTC


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