Customer Support: 866-526-9266
        

Sat. Apr 27, 2024
12:55 AM 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
        

Sat. Apr 27, 2024
12:55 AM UTC
     
 

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

You may print this Solicitation.

RFP Information
Solicitation #: P17008
Date Posted on the System: 06/16/2017 08:52 PM
Agency: Minneapolis Public Housing Authority
Main Service Category: Architectural and Engineering Services
Sub Service Description: Architectural/Engineering Services
 
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]?

No
 
Deadlines
Q/A Cutoff Date: 06/26/2017
Q/A Cutoff Time: 08:00 PM UTC
Proposal Due Date: 07/13/2017
Proposal Due Time: 08:00 PM UTC
To change your Time Zone, click on "Company Profile" in the navigation menu to the left.
Cancellation: Submital Deadline has passed. Please use award features to do an award/non-award notice or an online evaluation.
Estimated Initial Contract Period:  
Start Date
07/24/2017
End Date
07/23/2018
1st Estimated Contract Renewal Option:  
Start Date
07/24/2018
End Date
07/23/2019
2nd Estimated Contract Renewal Option:  
Start Date
07/24/2019
End Date
07/23/2020
3rd Estimated Contract Renewal Option:  
Start Date
07/24/2020
End Date
07/23/2021
4th Estimated Contract Renewal Option:  
Start Date
07/24/2021
End Date
07/23/2022
Economic Price Adjustment: Do you wish to include an Economic Price Adjustment Option as a part of Solicitation  [Section 10.1.C.1.b]?
No
 
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
Five (5) copies of the proposal submittal (one original signature + 4 exact copies, including extending tabs), submitted in a sealed package, properly addressed and tabbed.

The MPHA intends to retain the successful proposer pursuant to a "Best Value" basis, not a "Low Bid" basis. Therefore, so that the MPHA can properly evaluate the offers received, all proposals submitted in response to this RFP 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 MPHA has published herein or has issued by addendum.
Tab 1: Form of Proposal (Attachment A).
This 2-page Form must be fully completed, signed 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 (Attachment B).
This 2-page Form must be fully completed, signed and submitted under this tab as a part of the proposal submittal.
Tab 3: Profile of Firm Form (Attachment C).
This 2-page Form must be fully completed, signed and submitted under this tab as a part of the proposal submittal.
Tab 4: Proposed Services.
As more fully detailed in Section 2.0, Scope of Proposal/Technical Specifications, the proposer shall, at a minimum, clearly detail within the information submitted under this tab documentation showing:

(4.1) As detailed in Section 4.1, Evaluation Factor No. 1, Evidence of the proposer’s ABILITY TO PERFORM THE WORK as indicated by profiles of the principals’ and staffs’ professional and technical competence and experience, and their facilities.

(4.2) As detailed in Section 4.1, Evaluation Factor No. 2, Evidence of the proposers CAPABILITY TO PROVIDE PROFESSIONAL SERVICES in a timely manner.

(4.3) As detailed in Section 4.1, Evaluation Factor No. 3, Evidence of the proposers PAST PERFORMANCE in terms of cost control, quality of work, and compliance with performance schedules, and utilization of green design and technologies.

(4.4) As detailed in Section 4.1, Evaluation Factor No. 4, the proposer’s DEMONSTRATED KNOWLEDGE of local building codes and Federal building alterations requirements.

(4.4.1) A fully completed copy of Attachment H, Standard Form 330 (6/2004), Architect-Engineer Qualifications.

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

(4.6) The proposed quality control program.

(4.7) 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.).

(4.8) A complete description of the products and services the firm provides.
Tab 5: Managerial Capacity/Financial Viability/Staffing Plan.
The proposer entity must submit under this tab a concise description of its managerial and financial capacity to deliver the proposed services, including brief professional resumes for the persons identified in areas (5) and (6) of Attachment C, Profile of Firm Form. Such information shall include the proposer’s qualifications to provide the services and a description of the background and current organization of the firm (including a current organizational chart).
Tab 6: Client Information.
The proposer shall submit a listing of former or current clients, including Public Housing Agencies, for whom the proposer has performed similar or like services to those proposed. The listing shall, at a minimum, include:

(6.1) The client’s name;

(6.2) The client’s contact name;

(6.3) The client’s telephone number and e-mail address;

(6.4) A brief narrative description and scope of the service(s) and the dates the services were/are provided.
Tab 7: Equal Employment Opportunity/Supplier Diversity.
The proposer must submit under this tab a copy of its Equal Employment Opportunity Policy and a complete description of the positive steps it will take, including a description of proposer’s proactive outreach plan, to ensure compliance with the regulations detailed in Section 3.7 pertaining to supplier diversity (e.g. small, minority- and women-owned businesses).
Tab 8: Subcontractor/Joint Venture Information (Optional Item).
The proposer shall identify hereunder 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 9: 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 10: Other Information (Optional Item).
The proposer may include hereunder any other general information that the proposer believes is appropriate to assist the MPHA in its evaluation.
Proposal Evaluation Factors
The following Factors will be utilized by the Agency to evaluate each proposal submitted.
No. 1: Proposed Cost
Maximum Point Value = 20
The PROPOSED COSTS submitted by the proposer.

(Objective Factor)
No. 2: Ability to Perform the Work
Maximum Point Value = 10
Evidence of the proposer’s ABILITY TO PERFORM THE WORK as indicated by profiles of the principals’ and staffs’ professional and technical competence and experience, and their facilities.

(Subjective Factor)
No. 3: Capability to Provide Professional Services
Maximum Point Value = 10
Evidence of the proposer’s CAPABILITY TO PROVIDE PROFESSIONAL SERVICES in a timely manner.

(Subjective Factor)
No. 4: Past Performance
Maximum Point Value = 20
Evidence of the proposer’s PAST PERFORMANCE in terms of cost control, quality of work, how the proposer manages errors & omissions, compliance with performance schedules, and utilization of green design and technologies.

(Subjective Factor)
No. 5: Demonstrated Knowledge
Maximum Point Value = 30
The proposer’s DEMONSTRATED KNOWLEDGE of and EXPERIENCE with local building codes and Federal building alterations requirements.

(Subjective Factor)
No. 6: Overall Quality and Professional Appearance)
Maximum Point Value = 10
The OVERALL QUALITY and PROFESSIONAL APPEARANCE OF THE PROPOSAL SUBMITTED, based on the opinion of the evaluators.

(Subjective Factor)
No. 7: Section 3 Business Preference
Maximum Point Value = 15
SECTION 3 BUSINESS PREFERENCE PARTICIPATION. A firm may qualify for Section 3 status as detailed in Attachments E and E-1 (NOTE: A max of 15 points awarded).

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.

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.

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

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.

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.

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.

Priority VII, Category 4b. Business concerns that subcontract in excess of 25 percent of the total amount of subcontracts to Section 3 business concerns.

(Objective Factor)
Total Maximum Points = 115  
Advertisement
Did the Agency place an advertisement in any publication pertaining to this RFP?  Yes
Publication: Finance & Commerce Advertising Dates: June 21, 2017
Publication: Finance & Commerce Advertising Dates: June 28, 2017
 
Terms, Conditions and 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 any of 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.
RFP Documents  
Attached Documents:
  Filename Size
1.0-Architectural Engineering Services (RFP Document).pdf 1.0-Architectural Engineering Services (RFP Document).pdf 424.17 KB
2.0-Attachment A (Form Of Proposal).pdf 2.0-Attachment A (Form Of Proposal).pdf 90.99 KB
3.0-Attachment B (HUD-5369-C).pdf 3.0-Attachment B (HUD-5369-C).pdf 81.98 KB
4.0-Attachment C (Profile Of Firm Form).pdf 4.0-Attachment C (Profile Of Firm Form).pdf 68.88 KB
5.0-Attachment D (Statement of Contractor's Qualifications).pdf 5.0-Attachment D (Statement of Contractor's Qualifications).pdf 139.91 KB
6.0-Attachment E (Section 3 Submittal Form).pdf 6.0-Attachment E (Section 3 Submittal Form).pdf 78.28 KB
6.1-Attachment E-1 (Section 3 Explanation).pdf 6.1-Attachment E-1 (Section 3 Explanation).pdf 128.06 KB
7.0-Attachment F (HUD-5369-B).pdf 7.0-Attachment F (HUD-5369-B).pdf 213.51 KB
8.0-Attachment G (HUD Form 51915).pdf 8.0-Attachment G (HUD Form 51915).pdf 4.49 MB
8.1-Attachment G-1 (Addendum to HUD Form 51915).pdf 8.1-Attachment G-1 (Addendum to HUD Form 51915).pdf 250.15 KB
8.2-Attachment G-2 (HUD 5370-C).pdf 8.2-Attachment G-2 (HUD 5370-C).pdf 169.76 KB
8.3-Attachment G-3 (Section 3 Plan).pdf 8.3-Attachment G-3 (Section 3 Plan).pdf 143.74 KB
8.4-Attachment G-4 (Sample Implementing Order).xlsx 8.4-Attachment G-4 (Sample Implementing Order).xlsx 17.44 KB
8.5-Attachment G-5 (Data Privacy Statement).pdf 8.5-Attachment G-5 (Data Privacy Statement).pdf 267.19 KB
9.0-Attachment H (Standard Form 330).pdf 9.0-Attachment H (Standard Form 330).pdf 4.98 MB
10.0-Attachment I (MPHA's Profile Of Properties).pdf 10.0-Attachment I (MPHA's Profile Of Properties).pdf 231.85 KB
 
Addenda
Issued: 06/27/2017 - 03:39 PM UTC - Addendum #1
 
Post-submittal Deadline Notices
Issued: 08/03/2017 - 03:01 PM UTC - Notice of Successful Offeror #1
 
Questions and Answers
View Unanswered Questions - 0 Unanswered Question(s)

View Answered Questions - 2 Answered Question(s)


Pricing Items for Solicitation #: P17008 - Architectural/Engineering Services
Pricing Item# Agency Stock Code Qty U/M
  450  Hour(s) 
Specification: Principal
No Alternate Specification Allowed
Reason:
not applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  600  Hour(s) 
Specification: Senior Project Engineer / Architect
No Alternate Specification Allowed
Reason:
not applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  200  Hour(s) 
Specification: Project Engineer / Architect
No Alternate Specification Allowed
Reason:
not applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  100  Hour(s) 
Specification: Project Manager
No Alternate Specification Allowed
Reason:
not applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  100  Hour(s) 
Specification: Designer / CAD Technician
No Alternate Specification Allowed
Reason:
not applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  50  Hour(s) 
Specification: Administrative / Clerical
No Alternate Specification Allowed
Reason:
not applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
 
End of Solicitation # P17008 04/27/2024 12:55:50 AM UTC


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