Customer Support: 866-526-9266
        

Tue. Apr 23, 2024
03:13 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
        

Tue. Apr 23, 2024
03:13 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 #: RFP 2022-002
Date Posted on the System: 08/02/2022 07:04 PM
Agency: Crosby Housing & Redevelopment Authority
Main Service Category: Garbage Cans and Dumpsters
Sub Service Description: Garbage Cans and Dumpsters
 
Buyer Information
Buyer Name: John Schommer
Buyer Phone Number: 218-824-3432
Buyer Fax Number:
Buyer E-mail: procurement@crosbyhra.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: 09/07/2022
Q/A Cutoff Time: 08:00 PM UTC
Proposal Due Date: 09/14/2022
Proposal Due Time: 08:00 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
10/01/2022
End Date
09/30/2023
1st Estimated Contract Renewal Option:  
Start Date
10/01/2023
End Date
09/30/2024
2nd Estimated Contract Renewal Option:  
Start Date
10/01/2024
End Date
09/30/2025
3rd Estimated Contract Renewal Option:  
Start Date
10/01/2025
End Date
09/30/2026
4th Estimated Contract Renewal Option:  
Start Date
10/01/2026
End Date
09/30/2027
Economic Price Adjustment: Do you wish to include an Economic Price Adjustment Option as a part of Solicitation  [Section 10.1.C.1.b]?
Yes

See Page 11 in the RFP document, section 3.3.3 for potential escalation of rates.

3.3.3 Potential Escalation of Rates. Pertaining to the ensuing contract, the successful bidder may receive an escalation in costs as detailed following:

3.3.3.1 Labor Costs. At the discretion of the Agency, at the end of the first one-year contract period (and at the end of any ensuing extended contract period), there may be an escalation of costs allowed in the same amount of any escalation that occurs pertaining to the corresponding or most similar State of Minnesota Prevailing Wage Rates for the Crow Wing County area ("most similar," as determined by and at the sole discretion of the Agency). For example, if, at the end of the first contract period the listed prevailing wage rates increase 5% as compared with the listed rates on the date of contract execution, then the Contractor will, at the CO’s discretion, be entitled to a 5% increase in the labor rates that he/she submitted in response to this IFB. Similarly, for ensuing years, the end-date of the previous contract period shall be the base-line date to determine the previous listed wage rate.

3.3.3.1.1 Notification must be received from the Contractor. The Contractor must notify the ED, in writing, of such desired escalation at least 60 days prior to the end of the noted contract period(s). Such escalations may occur no more than once in any 12-month period without the express written consent of the ED.

3.3.3.1.2 Right to Reject. As stated within this Section 3.3.3, the Agency reserves the right to reject any such request for an increase in fees if the Agency feels doing so is in its best interests. Similarly, the Contractor has the right to terminate services if the Agency rejects the request for an increase. This will occur in the following manner (procedure):

3.3.3.1.2.1 Step No. 1. The Contractor submits his/her written request for an increase, accompanied by the required documentation, to the Agency ED within the required 60-day period (please see the preceding Section 3.3.3.1 herein); then,

3.3.3.1.2.2 Step No. 2. The Agency considers the requested increase and, within 10 days of receipt of such, issues a written response to the Contractor as to whether the request is approved or rejected; and,


3.3.3.1.2.3 Step No. 3. If rejected and the Contractor wishes to, as a result, cease providing the services to the Agency, the Contractor has 10 days from the receipt of the written notice of rejection to deliver to the Agency ED a written notice that he/she is hereby invoking his/her right to discontinue the services within 120 days of the date this notice was delivered to the Agency (the specific date 120-days hence shall be written within the notice); then,

3.3.3.1.2.4 Step No. 4. The Agency will then endeavor to ensure that it makes other arrangements to replace the Contractor (i.e., contract with another firm; do the services in-house; etc.); further, if such other arrangements are completed by the Agency prior to the aforementioned 120-day date, the Agency shall retain the right to deliver to the original Contractor a 10-day written notice to cease services (meaning, the 120-day period is a maximum additional contract period that the Agency may, at its discretion, shorten with such written notice).
 
Contract (Award) Types:
  Firm Fixed-price Contract [Section 10.1.C.1]
 
"Ship To" Information
A. Delivery of Purchased Items or Services
Name: Crosby Housing and Redevelopment Authority
Location: Dellwood & Edgewood Apartments
Address: 300 Third Ave. NE
City: Crosby
State: MN
Zip Code: 56441
Phone Number: 218-824-3432
Fax Number:
E-mail: procurement@crosbyhra.org
 
Proposal Format
All proposals shall be submitted and received on time in the eProcurement Marketplace by no later than the submittal deadline stated herein (or within any ensuing addendum).

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 section as a part of the proposal submittal.
Tab 2: Form HUD-5369-A (11/92), Representations, Certifications, and Other Statements of Bidders.
This Form is attached hereto as Attachment B to this RFP document. This 4-page Form must be fully completed, executed where provided thereon and submitted under this section 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 section as a part of the proposal submittal.
Tab 4: Proposed Services
As more fully detailed within Section 2.0, Scope of Proposal/Technical Specifications, of this document, the proposer shall, at a minimum, clearly detail within the information submitted under this section documentation showing:

4.1:
As detailed within Section 4.1, Evaluation Factor No 2, the proposer's DEMONSTRATED UNDERSTANDING of the REQUIREMENT, the APPROPRIATENESS of the TECHNICAL APPROACH and the QUALITY of the WORK PLAN.

4.2:
As detailed within Section 4.1, Evaluation Factor No. 3, herein, the proposer's TECHNICAL CAPABILITIES (in terms of personnel, equipment and materials) and the MANAGEMENT PLAN (including staffing of key positions, method of assigning work and procedures for maintaining level of service, etc.).

4.3:
As detailed within Section 4.1, Evaluation Factor No. 4, the proposer's DEMONSTRATED EXPERIENCE in performing similar work and the proposer's 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.

4.4:
If appropriate, how staff are retained, screened, trained, and monitored.

4.5:
The proposed quality assurance program.

4.6:
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.).

4.7:
A complete description of the products and services the firms provides.

4.8:
Evaluation Factor No. 5, herein, the proposer's Section 3 Procurement Preference Documentation, Attachment D-3. Include applicable forms and provide description of qualitative activities proposer is or will perform.
Tab 5: Managerial Capacity/Financial Viability
Managerial Capacity/Financial Viability. The proposer entity must submit under this section 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 proposer's qualifications to provide the services; 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 Authorities, for whom the proposer has performed similar or like services to those being proposed herein. 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 email address; and

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 section 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/Joint Venture 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 proceeding sections 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 section 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.

Optional Sections. If no information is to be placed under any of the above noted sections (especially the "Optional" sections), please place there under a statement such as "NO INFORMATION IS BEING PLACED UNDER THIS SECTION" or "THIS SECTION LEFT INTENTIONALLY BLANK." DO NOT eliminate any of the sections.

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 the firm proposes to charge the Agency.
No. 2: Demonstrated Understanding
Maximum Point Value = 10
The proposer's DEMONSTRATED UNDERSTANDING of the REQUIREMENT, the APPROPRIATENESS of the TECHNICAL APPROACH and the QUALITY of the WORK PLAN.
No. 3: Technical Capabilities
Maximum Point Value = 30
The proposer's TECHNICAL CAPABILITIES (in terms of personnel, equipment and materials) and the MANAGEMENT PLAN (including staffing of key positions, method of assigning work and procedures for maintaining level of service, etc.).
No. 4: Demonstrated Experience
Maximum Point Value = 30
The proposer's DEMONSTRATED EXPERIENCE in performing similar work and the proposer's 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.
No. 5: Overall Quality
Maximum Point Value = 10
The OVERALL QUALITY, ORGANIZATION and PROFESSIONAL APPEARANCE OF THE PROPOSAL SUBMITTED, based upon the opinion of the evaluators.
No. 6: 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-2 (NOTE: A max of 15 points awarded).

Reference the RFP for more information, see page 19.
Total Maximum Points = 115  
Advertisement
Did the Agency place an advertisement in any publication pertaining to this RFP?  No
 
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
RFP 2022-002 Crosby.zip RFP 2022-002 Crosby.zip 2.31 MB
 
Addenda
Issued: 08/29/2022 - 07:15 PM UTC - Addendum #1 - Deadline Extension
Issued: 08/29/2022 - 08:39 PM UTC - Addendum #2 - Scope of Work/Pricing Items
Issued: 09/01/2022 - 04:28 PM UTC - Addendum #3 - Question and Answer
 
Questions and Answers
View Unanswered Questions - 0 Unanswered Question(s)

View Answered Questions - 1 Answered Question(s)


Pricing Items for Solicitation #: RFP 2022-002 - Garbage Cans and Dumpsters
Pricing Item# Agency Stock Code Qty U/M
  Each 
Specification: 2 yd Dumpster (Dellwood)
Pick up: 3 x Weekly, or equal. 
Vendor SKU: NOT REQUIRED for this item.
No Bid: ALLOWED for this item.
No Charge: ALLOWED for this item.

 
  Each 
Specification: 2 yd Dumpster (Edgewood)
Pick up: 3 x Weekly, or equal. 
Vendor SKU: NOT REQUIRED for this item.
No Bid: ALLOWED for this item.
No Charge: ALLOWED for this item.

 
  Each 
Specification: 98-Gallon Recycling (Dellwood)

Recycling is optional. Pricing #6 is the alternative option.

Pick up: 1 x Weekly, or equal. 
Vendor SKU: NOT REQUIRED for this item.
No Bid: ALLOWED for this item.
No Charge: ALLOWED for this item.

 
  Each 
Specification: 98-Gallon Recycling (Edgewood)

Recycling is optional. Pricing #6 is the alternative option.

Pick up: 1 x Weekly, or equal. 
Vendor SKU: NOT REQUIRED for this item.
No Bid: ALLOWED for this item.
No Charge: ALLOWED for this item.

 
  Each 
Specification: 8 yd Dumpster ((1)Dellwood & (1)Edgewood)
Pick up: 1 x Weekly

Deduct Quantity 4 2-yd Dumpster (3.2.1 & 3.2.2), or equal. 
Vendor SKU: NOT REQUIRED for this item.
No Bid: ALLOWED for this item.
No Charge: ALLOWED for this item.

 
  Each 
Specification: 98-Gallon Trash Carts ((1)Dellwood & (3)Edgewood)
Pick up: 1 x Weekly

Deduct Quantity 4 98-Gallon Recycling (3.2.3 & 3.2.4), or equal. 
Vendor SKU: NOT REQUIRED for this item.
No Bid: ALLOWED for this item.
No Charge: ALLOWED for this item.

 
 
End of Solicitation # RFP 2022-002 04/23/2024 03:13:16 PM UTC


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