New York Bids > Bid Detail

South Battery Park City Resiliency Project: Special Inspections and Laboratory Testing Services

Agency: The New York State Contract Reporter
Level of Government: State & Local
Category:
  • Q - Medical Services
Opps ID: NBD15621069274751619
Posted Date: Feb 26, 2023
Due Date: Mar 17, 2023
Source: https://www.nyscr.ny.gov/ifram...
Issue Date: 02/24/2023 Contract Number: TBD
South Battery Park City Resiliency Project: Special Inspections and Laboratory Testing Services
Description:

Description of Goods or Services to Be Bid

BPCA hereby requests proposals from firms qualified to perform special inspection and laboratory testing services (each individually, a “Proposer” and collectively, the “Proposers”). The work to be performed will include a variety of special inspection and laboratory testing services (collectively, the “Services” or the “Work”) for the Wagner Park / Museum of Jewish Heritage Site Work construction component (“Construction Package 2”) and the Pier A / Battery / Near Surface Isolation construction component (“Construction Package 4”) of the South Battery Park City Resiliency Project (the “SBPCR Project”). For the avoidance of doubt, the selected Proposer under this RFP shall be responsible solely for the components of the SBPCR Project outlined in the Scope of Work.

The selected Proposer shall be responsible for complying with all applicable sections of the New York City Building Code and the Rules of the City of New York (“RCNY”) which require, among other things, that certain materials, operations, and equipment be inspected and/or tested to verify the SBPCR Project’s compliance with the special inspections code requirements specified within this RFP.

Interested parties may download the complete request for proposals (“RFP”) via the link provided below or by visiting BPCA’s website at www.bpca.ny.gov and clicking on the “Opportunities” tab. All Proposals must meet the requirements listed in the RFP .

As stated in the RFP, firms interested in responding to the RFP must complete the Mandatory Forms Packet located on BPCA’s website at https://bpca.ny.gov/wp-content/uploads/2015/03/Mandatory-Forms.pdf . The completed forms must accompany the firm’s proposal.

Restricted Period

Proposers are restricted from making contact with anyone other than the Designated Contacts (identified below) during the period from the time of publication of this advertisement through approval of the procurement contract by BPCA (the “Restricted Period”). Employees of BPCA are required to record certain contacts during the Restricted Period, including, but not limited to, any oral, written or electronic communication with a governmental entity under circumstances where a reasonable person would infer that the communication was intended to influence the governmental entity’s conduct or decision regarding the governmental procurement, and to make a determination of responsibility based, in part, upon any such contact. Failure to abide by this process may result in a finding of non-responsibility.

These goods or services have been purchased from an out-of state/foreign vendor within the past 3 years:

Eligibility / Qualifications Requirements / Preferences

Minority-Owned Business Enterprises (“MBE”), Women-Owned Business Enterprises (“WBE”) and Service-Disabled Veteran-Owned Business Enterprises (“SDVOB”) are encouraged to submit Proposals. All Proposers must submit with their proposal a copy of its Equal Employment Opportunity or Diversity policy along with a breakdown of all company staff by job classification, race and gender. For questions on MBE/WBE/SDVOB participation, joint ventures and sub-contracting goals ONLY, please contact “Diversity Designated Contact”: Mr. Justin McLaughlin-Williams at 212-417-2337.

MBE/WBE UTILIZATION GOAL REQUIREMENTS FOR BPCA CONTRACTS: In accordance with Article 15-A of the New York State Executive Law and regulations adopted pursuant thereto, BPCA has established separate goals for participation of New York State Certified minority and women-owned business enterprises for all state contracts. BPCA is required to implement the provisions of Article 15-A and 5 NYCRR Part 143 for all state contracts (1) in excess of $25,000 for labor, services, equipment, materials or any combination for the foregoing and (2) in excess of $100,000 for real property renovations and construction. For purposes of this procurement, the Organization hereby establishes a goal of 15% for Minority-owned Business Enterprises (MBE) participation and 15% for Women-owned Business Enterprises (WBE) participation. (We are happy to work with you to help you identify opportunities for M/WBE participation, joint ventures and sub-contracting). As a condition of this procurement, the Proposer and BPCA agree to be bound by the provisions of §316 of Article 15-A of the Executive Law regarding enforcement. Proposers must document “good faith efforts” to provide meaningful participation by certified M/WBE subcontractors or suppliers in the performance of the awarded contract. For guidance on how BPCA will determine a Proposer’s “good faith efforts,” refer to 5 NYCRR § 143.8. Additionally, Proposers must refer to Mandatory Forms of this document for a list of forms that must be provided in order to fully comply with Article 15-A of the New York State Executive Law and 5 NYCRR Part 143.

SDVOB UTILIZATION GOAL REQUIREMENTS FOR BPCA CONTRACTS: In accordance with Article 17-B of the New York State Executive Law and regulations adopted pursuant thereto, BPCA has established separate goals for participation of New York State Certified service-disabled veteran-owned business enterprises for all state contracts. BPCA is required to implement the provisions of Article 17-B and 9 NYCRR Part 252 for all state contracts (1) in excess of $25,000 for labor, services, equipment, materials or any combination for the foregoing and (2) in excess of $100,000 for real property renovations and construction. For purposes of this procurement, the Organization hereby establishes a goal of 6% for Service-Disabled Veteran-Owned Business (SDVOB) participation. (We are happy to work with you to help you identify opportunities for SDVOB participation, joint ventures and sub-contracting). As a condition of this procurement, the Proposer and BPCA agree to be bound by the provisions of 9 NYCRR §252.2 regarding enforcement. Proposers must document “good faith efforts” to provide meaningful participation by certified SDVOB subcontractors or suppliers in the performance of the awarded contract. For guidance on how BPCA will determine a Proposer’s “good faith efforts,” refer to 9 NYCRR § 252.2(s).

BPCA reserves the right to cancel or withdraw in whole or in part this RFP at its sole discretion. Proposers will be notified in the event the RFP is cancelled via the BPCA website.

Due Date: 03/17/2023 5:00 PM

Contract Term: Thirty (30) months

Location: Battery Park City Authority d/b/a Hugh L. Carey Battery Park City Authority, 200 Liberty Street, 24th Floor, New York, NY

Ad Type: General

Primary Contact: Hugh L. Carey Battery Park City Authority
Public Information
Procurement
Michael LaMancusa
Assistant Contracting Officer
200 Liberty Street
24th Floor
New York, NY 10281
United States
Ph: 212-417-4335
Fax:
michael.lamancusa@bpca.ny.gov
Secondary contact: Hugh L. Carey Battery Park City Authority
Public Information
Procurement
Michael LaMancusa
Assistant Contracting Officer
200 Liberty Street
24th Floor
New York, NY 10281
United States
Ph: 212-417-4335
Fax:
michael.lamancusa@bpca.ny.gov

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >