Customer Support: 866-526-9266
        

Sun. May 12, 2024
02:19 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
        

Sun. May 12, 2024
02:19 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)#: 821-24
Date Posted on the System: 04/02/2024 06:32 PM
Agency: Lancaster City Housing Authority
Main Service Category: Consulting Services
Sub-service Description: ADMINSTRATION OF THE HOUSING AND URBAN DEVELOPMENT (HUD) COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PROGRAM, HOME INVESTMENTS PARTNERSHIP (HOME) PROGRAM, CALIFORNIA HOUSING AND COMMUNITY DEVELOPMENT (HCD) DEPARTMENT CAL-HOME PROGRAM, AND UPDATE(S) OF THE CI
 
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: 04/15/2024
Q/A Cutoff Time: 09:00 PM UTC
Proposal Due Date: 05/09/2024
Proposal Due Time: 09:00 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
06/10/2024
End Date
06/09/2025
1st Estimated Contract Renewal Option:  
Start Date
06/09/2025
End Date
06/08/2026
2nd Estimated Contract Renewal Option:  
Start Date
06/08/2026
End Date
06/07/2027
 
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
Proposals will be evaluated according to each Evaluation Criteria and scored on a zero-to-five-point rating. The scores for all the Evaluation Criteria will then be multiplied according to their assigned weight to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project is four hundred (400) points. A committee of at least three staff shall evaluate all Proposals.
Tab 1: Introductory Letter with Executive Summary:
This section shall discuss the highlights, key features, and distinguishing points of the Proposal. A separate sheet shall include a list of individuals and contacts for this Proposal and how to communicate with them. Limit this section to a total of three (3) pages including the separate sheet.
Tab 2: Profile of the Proposing Organization(s):
This section shall include a brief description of the Proposer's organization size and structure. Include a discussion of the Proposer organization's financial stability, capacity, and resources. Include all other organizations participating in the Proposal, including similar information about those organizations.

Additionally, this section shall indicate if the proposing Consultant was involved with any litigation in connection with prior projects. If yes, briefly describe the nature of the litigation and the result. Include a listing of any lawsuit or litigation and the result of that action resulting from (a) any public project undertaken by the Proposer or by its subcontractors where litigation is still pending or has occurred within the last five years or (b) any type of project where claims or settlements were paid by the consultant or its insurers within the last five years.
Tab 3: Conflict of Interest Statement:
The proposing Consultant shall disclose any financial, business, or other relationship with the City of Lancaster that may have an impact on the outcome of the contract or the project. The Consultant shall also list current clients who may have a financial interest in the outcome of this contract or the project that will follow.
Tab 4: Qualifications of the Organization/References:
This section shall include a brief description of the Proposer's and any sub-Proposer's qualifications and previous experience on similar or related projects.

Submittals shall include a detailed description of a minimum of three (3) project within the past five (5) years which include the following information:
• Contracting agency
• Contracting agency contact information
• Project Objective
• Project Description
• Project Outcome
Tab 5: Work Plan and Schedule of Work:
This section shall present a well-conceived service plan, including a project schedule and a full description of major tasks and subtasks.

This section for the proposal shall establish that the Proposer understands the City's objectives and work requirements and Proposer's ability to satisfy those objectives and requirements. Elaborate as to how your organization can and will uniquely accomplish the mission of this project. Succinctly describe the proposed approach for addressing the required services and the organization's ability to meet the City's schedule, outlining the approach that would be undertaken in providing the requested services.

This section shall address the cost control and budgeting methodology of the Proposer. The Proposer shall establish they have a system or process for managing cost and budget and provide evidence of successful budget management for a similar project.
Tab 6: Project Staffing:
This section shall discuss how the Proposer would propose to staff this project. Key project team members shall be identified by name, title, and specific responsibilities on the project. An organizational chart for the project and resumes for key Proposer personnel shall be included. Key personnel will be an important factor considered by the review committee. Changes in key personnel may be cause for rejection of the proposal.
Tab 7: Copy of License:
Please provide a copy of any license documentation (if applicable) that relates to the organization being uniquely qualified to support this project.
Tab 8: Sample Curriculum:
Please provide a sample curriculum from another project or program that the organization has developed and managed previously. Include statistics about the project or program for which the curriculum was developed.
Tab 9: Cost Proposal:
Provide a fee schedule/pricing information for the project per Exhibit C – Cost Proposal. This section shall include all proposed costs to provide the services desired. Provide a lump sum for each of the tasks listed and a 10-H1 Form (provided as part of Exhibit C) for each task to show how the lump sum fee was determined. Proposals shall be valid for a minimum of 180 days following submission.
Tab 10: Exceptions to Professional Services Agreement:
The Proposer shall list any exceptions to the Professional Services Agreement/insurance requirements (Exhibit D – Sample Agreement).
Tab 11: 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: ORGANIZATION OF PROPOSAL
Maximum Point Value = 10
Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent addenda and do not address each of the items listed below will be considered incomplete, be rated a Fail in the Evaluation Criteria, and will receive no further consideration. Responses that are rated a Fail and are not considered may be picked up at the delivery location within 14 calendar days of contract award and/or the completion of the competitive process.
No. 2: COST PROPOSAL
Maximum Point Value = 30
Proposal clearly defines cost in spreadsheet format.
No. 3: PROJECT STAFFING AND APPROACH
Maximum Point Value = 10
a. Relevant experience, specific qualifications, and technical expertise of the firm and sub-consultants to conduct services on both federal and non-federal aid projects.
b. Describes familiarity of the project and demonstrates an understanding of work completed to date and project objectives moving forward.
c. Roles and Organization of Proposed Team
i. Proposes adequate and appropriate disciplines for the project team.
ii. Some or all team members have previously worked on a similar project(s).
iii. Overall organization of the team is relevant to City needs.
d. Project and Management Approach
i. Team is managed by an individual with appropriate experience in similar projects. This person's time is appropriately committed to the project.
ii. Team successfully addresses the programming efforts.
iii. Project team and management approach responds to project issues. Team structure provides adequate capability to perform both volume and quality of needed work within project schedule milestones.
e. Roles of Key Individuals on the Team
i. Proposed team members, as demonstrated by enclosed resumes, have relevant experience for their role in the project.
ii. Key positions required to execute the project team's responsibilities are appropriately staffed.
f. Working Relationship with the City
i. Team and its leaders have experience working in the public sector and knowledge of the public sector procurement process.
ii. Team leadership understands the nature of public sector work and its decision-making process.
iii. Proposal responds to the need to assist the City during the project.
No. 4: WORK PLAN AND SCHEDULE OF WORK
Maximum Point Value = 10
a. Detailed Scope of Services to be provided:
i. The proposed scope of services is appropriate for
all phases of the work.
ii. Scope addresses all known project needs and
appears achievable in the timeframes set forth in
the project schedule.
b. Project Deliverables
i. Deliverables are appropriate to the schedule and
scope ser forth in the above requirements.
c. Schedule of Work
i. Schedule shows completion of the work within or
preferably prior to the City overall time limits as
specified in Scope of Work.
ii. The schedule serves as a project timeline, stating
all major milestones and required submittals for
project management and federal-aid compliance.
iii. The schedule addresses all knowable phases of the
project, in accordance with the general
requirements of this RFP.
d. Cost Control and Budgeting Methodology
i. Proposer has a system of process for managing cost and budget.
ii. Evidence of successful budget management for a similar project.
No. 5: SAMPLE CURRICULUM
Maximum Point Value = 10
a. Sample curriculum provided from another project or program that the organization has developed and managed previously.
i. Statistics included about the project or program for which the curriculum was developed.
No. 6: CONFLICT OF INTEREST STATEMENT
Maximum Point Value = 0
Pass or Fail

a. Discloses any financial, business, or other relationship with the City that may have an impact on the outcome of the contract or the project.
b. Lists current clients who may a have a financial interest in the outcome of this contract or the project that will follow.
No. 7: SIGNATURE SHEET
Maximum Point Value = 0
Pass or Fail

a. Attached Signature Sheet is completed in full and signed. The number of each addenda released for the RFP is listed.
No. 8: REFERENCES
Maximum Point Value = 10
a. Provide as reference the name of at least three (3) agencies you currently or have previously consulted for in the past three years.
Total Maximum Points = 80  
Advertisement
Did the Agency place an advertisement in any publication pertaining to this RFQ?  No
 
Terms & Conditions and/or Instructions
All proposals will be evaluated by the City Selection Committee (Committee). The Committee may be composed of City staff and other parties that may have expertise or experience in the services described herein. The Committee will review the submittals and will rank the proposers. The evaluation of the proposals shall be within the sole judgment and discretion of the Committee. All contact during the evaluation phase shall be through the City Purchasing Agent via email (bidinquiries@cityoflancasterca.gov ) only. Proposers shall neither contact nor lobby evaluators during the evaluation process. Attempts by a Proposer to contact members of the Committee may jeopardize the integrity of the evaluation and selection process and risk possible disqualification of the Proposer.

The Committee will evaluate each proposal meeting the qualification requirements set forth in this RFP.
RFQ Documents  
Attached Documents:
  Filename Size
RFP 821-24 CDBG Home Consultant .pdf RFP 821-24 CDBG Home Consultant .pdf 414.91 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 #821-24 05/12/2024 02:19:51 AM UTC


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