Customer Support: 866-526-9266
Thu. Apr 25, 2024
05:54 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
Thu. Apr 25, 2024
05:54 PM 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 #:
8162018
Date Posted on the System:
08/16/2018 03:40 PM
Agency:
Housing Authority of Savannah
Main Service Category:
Plumbing Repair Services
Sub Service Description:
On-Call Plumbing/Sewer & Drain Services
Buyer Information
Buyer Name:
Monifa Johnson
Buyer Phone Number:
912-235-5800 x115
Buyer Fax Number:
Buyer E-mail:
mjohnson@savannahpha.com
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:
08/28/2018
Pre-proposal Conference Time:
10:00 AM
Pre-proposal Conference Location:
(Address and/or Videoconference Link)
HAS Administrative Offices (1407 Wheaton Street, Savannah, GA 31404)
Deadlines
Q/A Cutoff Date:
09/13/2018
Q/A Cutoff Time:
09:00 PM UTC
Proposal Due Date:
09/25/2018
Proposal Due Time:
07:00 PM UTC
To change your Time Zone, click on "Company Profile" in the navigation menu to the left.
Deadline Revision:
Deadline has been revised,
click here
to view the revision history.
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
10/22/2018
End Date
10/21/2019
1st Estimated Contract Renewal Option:
Start Date
10/22/2019
End Date
10/21/2020
2nd Estimated Contract Renewal Option:
Start Date
10/22/2020
End Date
10/21/2021
3rd Estimated Contract Renewal Option:
Start Date
10/22/2021
End Date
10/21/2022
4th Estimated Contract Renewal Option:
Start Date
10/22/2022
End Date
10/21/2023
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:
Indefinite-delivery Contract [
Section 10.1.C.3
]
(Definite-quantity; Requirements; Indefinite-quantity)
"Ship To" Information
A. Delivery of Purchased Items or Services
Name:
Mr. Robert Faircloth
Location:
Address:
1407 Wheaton Street
City:
Savannah
State:
GA
Zip Code:
31404
Phone Number:
912-235-5800x122
Fax Number:
E-mail:
faircloth@savannahpha.com
B. Delivery of "Hard Copy" Proposal Submittal
Name:
Mr. Robert Faircloth
Location:
Address:
1407 Wheaton Street
City:
Savannah
State:
GA
Zip Code:
31404
Phone Number:
912-235-5800x122
Fax Number:
E-mail:
faircloth@savannahpha.com
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 Agency intends to retain the successful proposer pursuant to a "Best Value" basis, not a "Low Bid" basis. Therefore, so that the Agency 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 Agency has published herein or will issue by addendum.
Tab 1: Form of Proposal
This Form is attached hereto as Attachment A to this RFP 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 RFP 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 RFP 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 proposerâs services and showing how the proposer intends to fulfill the requirements of the preceding Section 2.0 herein, including, but not limited to (NOTE: Though proposers are free to submit as much information as they wish under this tab to satisfy the following detailed requirements, the Agency anticipates that the documentation under this tab will not exceed 4-8 pages, at most.:
As detailed within Section 4.1, Evaluation Factor No. 2, herein, the proposerâs DEMONSTRATED UNDERSTANDING of the AGENCYâS REQUIREMENTS.
As detailed within Section 4.1, Evaluation Factor No. 3, herein, the APPROPRIATENESS of the TECHNICAL APPROACH and the QUALITY of the SERVICES PROPOSED.
As detailed within Section 4.1, Evaluation Factor No. 4, herein, the proposerâs TECHNICAL CAPABILITIES (in terms of personnel) and the MANAGEMENT PLAN (including the ability to provide the services detailed herein).
As detailed within Section 4.1, Evaluation Factor No. 5, herein, the proposerâs DEMONSTRATED EXPERIENCE in performing similar work and the proposerâs 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 other means. NOTE: The Agency will place particular importance on EXPERIENCE and PAST PERFORMANCE with HUD agencies, City of Savannah and Chatham County governments.
Indicate 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: 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 within areas (5) and (6) of Attachment C, Profile of Firm Form. Such information shall include the proposerâs qualifications to provide the services; a description of the background and current organization of the firm (including a current organizational chart). NOTE: A copy of the most recent independently prepared financial statements and/or tax return may be requested for any awarded proposer.
Tab 6: Client Information.
The proposer shall submit a listing of former or current clients, including any other Public Housing Authority, for whom the proposer has performed similar or like services to those being proposed herein. The listing shall, at a minimum, include:
The clientâs name;
The clientâs contact name;
The clientâs telephone number and email address;
A brief description and scope of the service(s) and the dates the services were provided.
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 the following Section 3.6 herein pertaining to supplier diversity (e.g. small, minority-, and women-owned businesses).
Tab 8: Subcontractor Information (Optional Item).
The proposer shall identify hereunder whether or not 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 preceding 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 hereto as Attachment D 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 Agency 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 = 50
The PROPOSED COSTS the proposer proposes to charge the Agency.
No. 2: Demonstrated Understanding
Maximum Point Value = 5
The proposerâs DEMONSTRATED UNDERSTANDING of the AGENCYâS REQUIREMENT.
No. 3: Technical Approach
Maximum Point Value = 10
The APPROPRIATENESS of the TECHNICAL APPROACH and the QUALITY of the SERVICES PROPOSED.
No. 4: Technical Capabilities
Maximum Point Value = 10
The proposerâs TECHNICAL CAPABILITIES (in terms of personnel) and the MANAGEMENT PLAN (including the ability to provide the services detailed herein).
No. 5: Demonstrated Experience
Maximum Point Value = 20
The proposerâs DEMONSTRATED EXPERIENCE in performing similar work and the proposerâs 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 other means. NOTE: The Agency will place particular emphasis on the proposerâs above described EXPERIENCE and PAST PERFORMANCE with HUD agencies, City of Savannah and Chatham County governments.
No. 6: Overall Quality
Maximum Point Value = 5
The OVERALL QUALITY and PROFESSIONAL APPEARANCE OF THE PROPOSAL SUBMITTED, based upon the opinion of the evaluators.
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 within Attachments D and D-1 (NOTE: A max of 15 points awarded).
Total Maximum Points = 115
Advertisement
Did the Agency place an advertisement in any publication pertaining to this RFP?
Yes
Publication:
Savannah Herald
Advertising Dates:
8/29/2018 and 9/5/2018
Publication:
Savannah Tribune
Advertising Dates:
8/22/2018 and 8/29/2018
Publication:
Savannah Morning News
Advertising Dates:
8/19/2018 and 8/26/2018
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 RFP Document .pdf
462.77 KB
2.0-Attachment A (Form of Proposal).pdf
126.27 KB
3.0-Attachment B (HUD-5369-C).pdf
186.35 KB
4.0-Attachment C (ProfileOfFirmForm).pdf
128.18 KB
5.0-Attachment D (Section3SubmittalForm).pdf
121.95 KB
5.1-Attachment D-1 (Section3Explanation).pdf
171.78 KB
6.0 Attachment E (HUD 5369-B).pdf
210.3 KB
7.0-AttachmentF(SIPC).pdf
440.42 KB
8.0-Attachment G (Sample Contract).pdf
669.62 KB
8.1- Attachment G-1 (HUD 5370-C1).pdf
150.2 KB
8.2-Attachment G-2 (HUD 5370-C2).pdf
228.14 KB
8.3-Attachment G-3 (Section3Plan).doc.pdf
799.74 KB
8.4-Attachment G-4 (Georgia E-Verify Affidavit).pdf
505.31 KB
8.5 - Attachment G-5 (HUD-92010).pdf
22.68 KB
8.6-Attachment G-6 2018 HUD Maintenance Wage Rate Determination.pdf
217.11 KB
8.7- Attachment G-7 (HUD-50071).pdf
28.87 KB
8.8- Attachment G-8 (SF-LLL_DisclosureOfLobbyingActivities).pdf
28.36 KB
8.9- Attachment G-9 Task Order Form.doc.pdf
712.6 KB
9.0- Attachment H Justification of Contractor Availability Form.doc.pdf
678.47 KB
10.0-Attachment I (Agency Profile of Properties) .pdf
210.87 KB
Addenda
Issued: 09/06/2018 - 07:35 PM UTC
-
Addendum No. 1
Questions and Answers
View Unanswered Questions
- 0 Unanswered Question(s)
View Answered Questions
- 0 Answered Question(s)
Pricing Items for Solicitation #: 8162018 - On-Call Plumbing/Sewer & Drain Services
Pricing Item#
Agency Stock Code
Qty
U/M
Lot # 1 - Plumbing Services
1
100
Hour(s)
Specification:
Plumber
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
2
100
Hour(s)
Specification:
Plumber Laborer
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
3
10
Hour(s)
Specification:
Backhoe/Mini-excavator & Operator
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
4
5000
Dollar(s)
Specification:
Agency approved Plumbing-related supplies/materials that may be needed to complete the Plumbing Services
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
Lot # 2 - Sewer & Drain Services
5
10
Hour(s)
Specification:
Sewer & Drain Technician
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
6
10
Hour(s)
Specification:
Sewer & Drain Laborer
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
7
10
Hour(s)
Specification:
"Jetter-type" Line Cleaner & Operator
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
8
10
Hour(s)
Specification:
"Snake-type" Line Inspection Camera & Operator
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
9
10
Hour(s)
Specification:
“Grinder/Shredder” Line Cleaner (minimum 100’) & Operator
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
10
5000
Dollar(s)
Specification:
Agency approved Sewer/Drain-related supplies/materials that may be needed to complete the Sewer/Drain Services
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
Lot # 3 - Under-slab Leak Detection
11
100
Hour(s)
Specification:
Plumber
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
12
100
Hour(s)
Specification:
Plumber Laborer
No Alternate Specification Allowed
Reason:
n/a
Vendor SKU:
NOT REQUIRED for this item.
No Bid:
ALLOWED for this item.
No Charge:
NOT ALLOWED for this item. You must enter pricing for this item.
End of Solicitation # 8162018 04/25/2024 05:54:34 PM UTC
Contact
Customer Support: 866-526-9266
© Copyright 2024, International eProcurement