Example of RFP



FEMA CAP Grant: ACLS West Tower Floors 2nd and 3rd FloorsRequest for ProposalJune,17 2015Presented by:NYU Hospitals CenterTable of Contents TOC \o "1-3" \h \z \u 1.Objective PAGEREF _Toc422297090 \h 32.RFP Overview PAGEREF _Toc422297091 \h 33.Milestone Calendar PAGEREF _Toc422297093 \h 44.Required RFP Response Format PAGEREF _Toc422297094 \h 45.Proposal Due Date, Delivery Instruction and Communication PAGEREF _Toc422297095 \h 46.Proprietary Information, Non-Disclosure PAGEREF _Toc422297096 \h 57.Costs Incurred PAGEREF _Toc422297097 \h 58.NYUHC Reserves Right to Reject Any and All Bids PAGEREF _Toc422297098 \h 59.Effective Period of Prices PAGEREF _Toc422297099 \h 510.Request for Proposal Scope PAGEREF _Toc422297100 \h 511.Pricing PAGEREF _Toc422297107 \h 812.Past Performance and References PAGEREF _Toc422297108 \h pany Profile and Financial Stability PAGEREF _Toc422297109 \h 814.Work Experience PAGEREF _Toc422297110 \h 915.Technical Criteria PAGEREF _Toc422297111 \h 916.Proposed Staffing Approach PAGEREF _Toc422297112 \h 1017.High Level Timeline PAGEREF _Toc422297113 \h 10ObjectiveNYU Hospitals Center (NYUHC) is currently soliciting quotes in response to this Request for Proposal (RFP) for the Build Out of the Alexandria Center for Life Science-NYC West Tower 2nd and 3rd floors. This work will include but is not limited to, the installation of Low Voltage Cabling to support new Station Drops, Wireless Access Points, Security Cameras, Wall Phones and various other outlet locations typical for LAN, Network and Internet connectivity from a noted data closet(s) specified in this Bid Package.RFP OverviewIntroductionThe NYU Hospitals Center (NYUHC) including NYU Medical Center and NYU Hospital for Joint Diseases (NYUHJD) collectively referred to as “HOSPITALS”, invite you (the “SUPPLIER”) to submit a quote in accordance with the requirements, terms, and conditions in this Request for Proposal (RFP) for the purpose of this Request for Proposal (RFP) is to solicit proposals from low voltage contractors (“Supplier”) for this re-cabling project. It will be the responsibility of the selected supplier to install the cables from each designated data closet following the floor plans provided. All cabling on each floor shall run to the respective telecom closet or IDF on that floor. Only Riser/Tie cabling shall be installed between floors as specified in the Bid documents.This RFP process is your opportunity to demonstrate your strong commitment to partnering with HOSPITALS and ensures highly competitive pricing with quality customer support services.This RFP solicits a detailed offering that includes line item pricing as well as a detailed response regarding your services, initiatives and Contract/Payment Terms compliance. We encourage you to submit a Quote that is aggressively priced which will exceed our expectations and influence the consolidation of our supplies and market share.The RFP submissions will be applicable for NYU Hospitals Center (NYUHC) referred to as “Hospitals” having places of business at Tisch NYU Medical Center 550-560 First Avenue, New York, NY 10016 and NYU Hospital for Joint Disease 301 East 17th Street, New York, NY 10003 and Outpatient Surgery Center 333 E 38th Street (at 1st Avenue) New York, NY 10016.Milestone CalendarThe following calendar of events is based on planned New York University Langone Medical Center (NYUHC) activities and anticipated Supplier delivery capabilities. It is presented for illustrative purposes only. These milestones will be reviewed as necessary at the time a contract is awarded to a Supplier.MilestonesDateTimeRFP Release Date6/17/2015Site Tour & Bidders ConferenceACLS West 430 E 29th Street New York NY 10016LobbyRichard Cavaluzzi6/23/20152:00 PM EST?Additional Questions due6/25/201512:00 PM ESTAnswers to Suppliers due6/29/201512:00 PM ESTProposal due7/2/20155:00 PM ESTUpon completion of the build out, as-built drawings will be documented by the Supplier and provided no later than two weeks after the cabling is 100% complete. As-built drawings are to be provided for the entire project to the Structured Cabling Group designated Project Manager along with LinkWare test results for each cable run.Required RFP Response FormatSuppliers are required to submit their Proposal in the specified electronic format. Supplier will submit their entire RFP response and all completed forms electronically via e-mail to NYUHC with Supplier’s information and responses provided in the appropriate places therein. The required electronic applications formats are Microsoft Word and Microsoft Excel. Any supporting graphic or presentation-based slides may be submitted in a separate PowerPoint file. PDF format is not acceptable for any submitted text, graphics or slides.Proposal Due Date, Delivery Instruction and CommunicationAll Proposals are due by July 2nd 2015 no later than 5:00 P.M. ESTSend your complete electronic response via email to:ITSourcing@Bidders Note: All questions regarding interpretation or specifications must be submitted in writing to ITSourcing@ only. Under no circumstances shall Supplier contact any employee of NYUHC. Any dialogue initiated by the bidder not addressed to contacts above will result in an immediate disqualification. Discussions on other business matters and not related to this RFP are permitted. Proprietary Information, Non-Disclosure Supplier shall have no rights in this document or the information contained therein and shall not duplicate or disseminate said document or information outside the Supplier's organization without the prior written consent of NYUHC.Costs IncurredAll costs incurred in the preparation and presentation of the Proposal shall be borne by Supplier. By submitting a Proposal, Supplier agrees that the rejection of any Proposal in whole or in part will not render NYUHC liable for incurred costs and damages.NYUHC Reserves Right to Reject Any and All BidsNothing in this RFP shall create any binding obligation upon NYUHC. Moreover, NYUHC, at its sole discretion, reserves the right to reject any and all bids as well as the right not to award any contract under this bid process. NYUHC reserves the right to award portion of this bid. All bids should be governed by NYUHC standard Policy and Procedure and Terms and Conditions. Effective Period of PricesAll pricing Proposals by Supplier will remain fixed and firm until September 30th, 2016.Request for Proposal ScopeFor all part numbers, please reference the parts list on drawings./Spec of the Bid Set.Start date: End August 2015End date: End February 2016 The current space is new and being constructed. Contractor to install optical fiber and copper backbone cabling as shown on drawings from each IDF location on 2nd and 3rd floors to existing 5th floor BDF. Dual backbone cables taking separate pathways will be installed.Supplier to fit out new 2nd and 3rd floor IDFS with all Racks, Patch Panels, wire managers, Station Cabling, Riser Cabling, Patch Cords and Jumpers.All ladder rack within the IDF room shall be furnished and installed by the communications contractor.Cable Tray outside the IDF room shall be furnished and installed by the electrical contractor.Contractor to install new cable as specified on IT drawings to all new locations as noted on the drawings. Contractor shall be responsible for all associated fire stopping due to work associated with this contract, labeling, testing and terminating as described in drawing specification and project notes.All fire rated STI EZ path and /or Hilti speed sleeves shown on the drawings shall be furnished and installed by the electrical contractor.Contractor shall submit unit pricing for all material and labor.Pricing shall include all work on straight time.Vender to install caulking in station conduits in designated lab areas as shown on drawings. Supplier should be aware that this work should be planned for Monday-Friday 6am to 3pm. Cabling and pre-patching of station and patch panel ends are all part of scope Actual purchase and mounting of security cameras shall be performed by the security Supplier and NOT the bidder. Provide add/ alternative pricing for installing 6A cabling system for all cabled outlets on 2nd and 3rd floors. This includes all wall phones, access points, RFID and security camera outlets. Include all termination hardware and patch cords.Patching of outlets in IDF will be based on 100% for all ceiling mounted designated for lab bench outlets, cameras, access points, wall phones, BMS, and Kronos designated outlets and 50% of all standard wall outlets. Conference room outlets will be patched at 100%. Standard wall outlet cordage will be installed with (1) 9 foot (outlet to phone) and (1) 5 foot patch cord (phone to computer). Access Point and security cameras outlets will be installed with 1-12 foot cord. Wall phone designated outlets will be installed each with a 1 foot cord. Ceiling outlets above benches require installation of patch cord whips pre installed at lab benches by others. All Bench outlets will be installed with 9 foot cords. Patching switch will be based on left side of switch to left side of patch panel, right side of switch to right side of patch panel. No more than 8- 48 port outlet designated patch panels to be installed in a rack. Contractor shall field determine exact lengths required at outlets and in IDFs. No change orders will be accepted if contractor under esitimating patch cord length. All lab benches and Wiremold raceway outlets shall be labeled by contractor.Contractor will be responsible for firestopping all conduit and conduit sleeves used for cabling 2nd and 3rd floor cabling. Spare sleeves and conduit In NYUMCIT floor space designated for cabling shall also be firestopped by contractor. Contractor will be only be responsible for fire stopping sleeves and conduit utilized in common building spaces. B.DeliverablesThe Supplier shall provide a CD-ROM with the following deliverables for this project:As-built drawings for ACLS 2nd and 3rd floors in DWG and PDF format.Copies of any other relevant documentation created during this project, such as punch lists, meeting minutes, change orders, etc.Copies of the manufacturer’s cable plant certification documentation. Category 6/6A Cable test results in PDF and Manufacturer’s test equipment Native format. Backbone Copper and Optical fiber test results in Manufacturer’s test equipment Native and PDF format. Contractor shall provide field and final as-built termination and patching schedules indicating outlet i.d. switch, blade and port patched. Schedule shall list all security cameras, access points, RFID , and speciality outlet devices such as Kronos, or BMS systems installed.Contractor shall provide current field hard copy of outlet and IDF drawings through out project and make available to NYUMCIT Project manager for copy, review and to justify field changes and change orders during the entire construction project. NYUHC will withhold processing 10% of final payment until Final CD as-built is received and the content is verified.Contractor shall provide a material submittal of all cable and termination hardware components to be used on this project prior to ordering. Submiital must be reviewed and approved by NYUMCIT Designer and NYUMCIT Project Manager prior to contractor ordering.Contractor shall provide detailed installation schedule with milestones throughout the duration of the project. Contractor shall provide schedule in MS project and PDF. weekly throughout duration of project to NYUMCIT Project ManagerC.Meetings and Site Visits1.The Supplier is expected to attend up to 12 required coordination meetings as requested by NYUHC. 2.The Supplier should budget time for weekly on site status meetings. The expected duration of this project is 6 months.D.RFP Questions, Inquiries, Clarifications and AddendaAll inquiries regarding this RFP must be submitted via email to ITSourcing@. Inquiries and questions will be accepted through 25th June 2015. NYUHC will issue responses to inquiries and any other corrections, amendments, and the like which it deems necessary in written addenda. NYUHC will endeavor to email addenda to each person recorded as having been furnished a copy of the RFP to ensure they have obtained and acknowledged all addenda (if any).Proposers must acknowledge receipt of addenda and include it with their submission.Proposers should not rely on any representations or statements of clarifications not made in either this RFP or a formal addendum.NYUHC reserves the right to waive minor informalities in proposal submissions. Pricing Suppliers shall Utilize the attached worksheet to provide a detailed price estimate by floor including a summary of all costs and a detailed list of each item proposed and its associated cost. Please distinguish each proposed cost into categories, for example: consulting, training, travel, etc. SEE Attached Price ExhibitPast Performance and ReferencesPlease provide a list of three academic hospitals who have received services on similar engagements as the one outlined by this RFP and include the information below. Client name and headquarter addressContact nameTelephone numberEmail addressLength of time using your servicesBrief description of the service providedFailure to provide suitable references to NYUHC will result in the Supplier’s bid being rejected without further pany Profile and Financial StabilityPlease provide information that will enable us to evaluate your company’s financial stability. We require that you include the following: Company description: including ownership, number of years in business, strategic direction, mission, history, acknowledgements or awardsRecent financial resultsNumber of W2 employeesPartner relationships Description of selection criteria for contractor or co-implementation partnersWork force distribution by country, city, state, etc.Total number of employees: include number of project managers, employees with an RCDD, CWA employees.Average number of years of application and implementation experience and business process definition for consultants and managers.Work Experience Please provide information that will enable us to evaluate your company’s track record and capabilities. Provide detailed description of value added services that differentiate your company from your competitors.Provide a list of designs and/or implementations of Advanced Scheduling, Timekeeper, Accruals, Leave, and AttendanceShow that you are a CWA (Union) company in good standingNumber of employees certified to provide the Legrand Ortronics/Superior Essex Limited Lifetime WarrantyNumber of certified technicians (OSHA 30 OSHA 10)Provide a list of work previously completed at NYUHC Facility. Previous work, when, how many times and was it similar work.Provide list of Healthcare Experience and Data Center ExperienceProvide a list of work previously completed at the NYUHC Facility (Previous work at the Medical Center, when, how many times, was it similar work)Technical Criteria Lead Technicians must be Certified to provide the Legrand Ortronics/Superior Essex Limited Lifetime WarranteeNumber of Technicians are Legrand Ortronics/Superior Essex CertifiedNumber of W-2 TechniciansPercentage of Technicians OSHA-10 CertifiedHilti Firestop CertifiedNumber of RCDD on StaffAre the Lead Technician and Foreman assigned to project OSHA-30 Certified?Proposed Staffing ApproachProvide an outline of a proposed staffing for this engagement and include the below information. Resource skill setProject role and responsibilityNumber of years of experience relevant to this projectNYU reserves the right to refuse proposed staff.High Level TimelineProvide a high level strategy or approach for the project as defined in this RFP, include milestones, phase deliverables and integration points between requirements. Include a high level timeline based on this approach. Start date: End August 2015, End date: End February 2016 ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download