Customer Support: 866-526-9266
        

Sat. May 11, 2024
07:02 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. May 11, 2024
07:02 AM 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)#: 823-24
Date Posted on the System: 03/21/2024 09:00 PM
Agency: Lancaster City Housing Authority
Main Service Category: Architectural and Engineering Services
Sub-service Description: Development of A Collection of Pre-approved Detached ADU Building Plans
 
Buyer Information
Buyer Name: City of Lancaster
Buyer Phone Number:
Buyer Fax Number:
Buyer E-mail: Caune@cityoflancasterca.gov
 
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: 04/04/2024
Q/A Cutoff Time: 11:00 PM UTC
Proposal Due Date: 04/29/2024
Proposal Due Time: 11:00 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
07/01/2024
End Date
07/01/2025
 
Contract (Award) Types
  Firm Fixed-price Contract [Section 10.1.C.1]
 
"Ship To" Information
A. Delivery of Purchased Items or Services
Name: City of Lancaster - City Clerk
Location:
Address: 44933 Fern Avenue
City: Lancaster
State: CA
Zip Code: 93534
Phone Number:
Fax Number:
E-mail: caune@cityoflancasterca.gov
 
B. Delivery of "Hard Copy" Proposal Submittal
Name: City of Lancaster - City Clerk
Location:
Address: 44933 Fern Avenue
City: Lancaster
State: CA
Zip Code: 93534
Phone Number:
Fax Number:
E-mail: caune@cityoflancasterca.gov
 
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: TRANSMITTAL LETTER
Provide a transmittal letter that includes a cover letter describing the organization's interest and commitment to the program. The person authorized by the organization to enter into contracts/agreements shall sign the cover letter and the letter shall identify to whom correspondence and other contacts should be directed during the selection process.
Tab 2: PROFILE
Provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, or sole proprietorship); number, size and location of offices; and total number of employees.
Tab 3: EXPERIENCE
Describe the firm's experience in performing work of a similar nature to that solicited in this RFP. Consultant(s) will demonstrate relevant work experience by providing plans and/or images of accessory dwelling unit designs that are similar to the unit type(s) being proposed by the consultant and highlight the participation in such work by the key personnel proposed for assignment to the City.
Tab 4: SPECIALTY
Describe specialized training, experience, and professional competence in the area directly related to this RFP.
Tab 5: REFERENCES
Provide a minimum of three (3) references for completed work similar to that in scope of work contained in this RFP. Furnish the contact name, title, address, and telephone number of the person at each client agency/organization who is most knowledgeable about the work performed.
Tab 6: COST PROPOSAL FORM
Cost Proposal Form: Vendor must include any and all fees for equipment and services that will be required in connection with the scope of work to be provided. City's form MUST be completed in full. Bidder may include additional documentation in support of the City's Cost Proposal Form; if discrepancies are found between the Cost Proposal Form and the Bidder's supporting documentation, the Cost Proposal Form will provide the basis for resolving such discrepancies.
Tab 7: HOURLY BILLING RATES
Hourly billing rates for key personnel and subcontractors.
Tab 8: IDENTIFICATION
Identify sub-consultants by company name, address, contact person, telephone number and project function, if applicable. The list should include a summary of the roles and responsibilities of each sub-consultant
Tab 9: SCHEDULE & COMPLETION DATE
Provide an estimated project schedule and completion date. The City seeks to implement the resulting contract upon selection of consultant(s) in a timely fashion with an estimated start date of June 2024, or as soon as possible thereafter. Proposers should include how the consultant proposes to fulfill this requirement.
Tab 10: LITIGATION & PAST CONTRACT DISQUALIFICATIONS
Litigation and Past Contract Disqualifications – describe any civil or criminal litigation or past contract disqualifications:

• In the State of California, has your firm been the plaintiff or defendant in any civil or criminal litigation during the past five (5) years? If so, briefly explain the nature of the case(s), time frame and outcome.
• Is your company currently involved as a plaintiff or defendant in any civil or criminal litigation? If so, briefly explain the nature of the case(s) and when the case(s) was/were filed.
• The bidder is required under Section 14310.5 of the Government Code to state any and all instances of being disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project due to a violation of a law or safety regulation.

Tab 11: CERTIFICATION OF NON-DEBARMENT
The City of Lancaster may receive Federal or State Grant funds for this project. The potential bidder must go to the following website:

https://www.sam.gov/portal/public/SAM and submit a printout with their proposal that verifies that the contractor, and all subcontractors, are not listed on the Excluded Parties Listing System (EPLS) (Executive Order 12549, 7 CFR Part 3017, 45 CFR Part 76, and 44 CFR Part 17). If awarded a contract, awarded vendor must notify the City immediately if debarred at any time during the contract period.

Vendors must certify that it or any of its subcontractors do not appear on State and Federal exclusionary lists, including but not limited to:

I. General Services Administration (GSA) Excluded Parties Lists System (EPLS)
II. In the event the vendor is excluded, ineligible, or terminated from participation in State and/or Federal programs, the solicitation process shall be subject to immediate termination and a contract will not be awarded.

Tab 12: SIGNATURE SHEET
Complete the included signature sheet and include it with the proposal submission.
Proposal Evaluation Factors
The following Factors will be utilized by the Agency to evaluate each proposal submitted.
No. 1: PRICE TO VALUE
Maximum Point Value = 30
Price to Value.
No. 2: RELEVANT EXPERIENCE
Maximum Point Value = 30
Relevant Experience. Experience with public agencies. Emphasis shall be on work experience with ADU design and structural plans.
No. 3: STAFF EXPERIENCE
Maximum Point Value = 30
Experience of proposed staff. Experience of project staff with similar scope of services. Level of education, training, licensing, and certification of staff.
No. 4: PROJECT APPROACH
Maximum Point Value = 10
Project Approach. Demonstrated understanding of the City's needs and solicitation requirements. Approach is well organized and presented in a clear, concise, and logical manner. Availability and proposed use of technology and methodologies.
Total Maximum Points = 100  
Advertisement
Did the Agency place an advertisement in any publication pertaining to this RFQ?  No
 
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
RFP 823-24 - Accessory Dwelling Unit.pdf RFP 823-24 - Accessory Dwelling Unit.pdf 388.04 KB
Instructions to Offerors Non-Construction.pdf Instructions to Offerors Non-Construction.pdf 216.92 KB
Certifications and Representations of Offerors.pdf Certifications and Representations of Offerors.pdf 52.12 KB
General Conditions for Non-Construction Contracts.pdf General Conditions for Non-Construction Contracts.pdf 71.15 KB
General Conditions for Non-Construction Contracts With Maintenance Work.pdf General Conditions for Non-Construction Contracts With Maintenance Work.pdf 35.38 KB
 
Questions and Answers
View Unanswered Questions - 0 Unanswered Question(s)

View Answered Questions - 0 Answered Question(s)


 
END OF Solicitation #823-24 05/11/2024 07:02:24 AM UTC


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