NYCHA Seeks Architecture and Engineering Firms for Design Services
NYCHA, by issuing this RFP, seeks proposals ( Proposals ) from qualified New York State licensed Architecture, Engineering, and Landscape Architecture firms (the Proposers ) to provide NYCHA with professional design services at various developments ( Developments or Sites ), in connection with the construction, rehabil…
Source ID: us-nyc-current-solicitations-20251030001
Scope overview
NYCHA, by issuing this RFP, seeks proposals ( Proposals ) from qualified New York State licensed Architecture, Engineering, and Landscape Architecture firms (the Proposers ) to provide NYCHA with professional design services at various developments ( Developments or Sites ), in connection with the construction, rehabilitation/renovation and/or expansion, or new construction of NYCHA owned or managed residential and non-residential facilities.
Professional services for design will be procured and provided on an as-needed basis as detailed more fully within Section II of this RFP (collectively, the Services ). The Term of this Contract is five (5) years, with NYCHAS option to renew for 5 additional years. The release date of this RFP is November 6th, 2025 (the Release Date ).
A non-mandatory Proposers conference ( Proposers Conference ) will be hosted in-person at 90 Church Street, New York, NY 10019 in the Ceremonial Room, 5 th Floor , on November 17, 2025 , at 3:30 P.M . Although attendance is not mandatory at the Proposers Conference, it is strongly recommended that all interested Proposers attend.
Proposers who wish to attend must RSVP by e-mail to NYCHA s Coordinator by no later than 2:00 P.M. on Friday, November 14, 2025 . Proposal Submission Deadline is 01/16/2026. For Proposers who are unable to attend in-person, the meeting will also be hosted online via Microsoft Teams.
To participate in the Pre-Bid Conference via Microsoft Teams, please follow the instructions below: Microsoft Teams meeting Join on your computer, mobile app or room device Option 1: Copy and paste the below into your browser.
https://teams.microsoft.com/l/meetup-join/19%3ameeting_NjBmYWU0MTEtYTI1NC00ZDg2LWE4YmEtNGY1MDczOTc0Nzk5%40thread.v2/0?context=%7b%22Tid%22%3a%22709ab558-a73c-4f8f-98ad-20bb096cd0f8%22%2c%22Oid%22%3a%22ef815ab7-7e97-4049-b186-e0d9a7c2da0f%22%7d Option 2: call in (audio only) +1 646-838-1534,,792522436# United States, New York City Phone conference ID: 792522436# If a Proposer seeks a full or partial waiver from complying with the M/WBE Program s Utilization Goal requirements set forth in Section IV(1)(o) then Proposer shall email the RFP Coordinator the NYCHA Application for Waiver of M/WBE Utilization Goal (Attachment I-1) by November 28th, 2025 (the M/WBE Waiver Submission Deadline ).
See Section IV(1)(o) for details. Proposals must be successfully submitted into iSupplier in final form no later than 2 p.m. on January 16th, 2026 (the Proposal Submission Deadline ). Proposals which are saved in iSupplier as a draft but not successfully submitted will not be considered. Proposers should refer to Section IV(2) of this RFP for details on Proposal submission requirements.
The anticipated award date of the Agreements to the Selected Proposers is on or about May 2026. All times stated above are Eastern Standard Time (EST). Option 3: Access the document TEAMS Meeting Link RFP 503366 and click on the embedded link to join. Interested firms are invited to obtain a copy of the RFP on NYCHA`s website.
To conduct a search for the RFP number; vendors are instructed to open the link: http://www1.nyc.gov/site/nycha/business/isupplier-vendor-registration.page. Proposers should refer to Section IV(2) of this RFP for details on Proposal packaging and submission requirements. RFP PROCEDURES AND SELECTED CONTRACTUAL REQUIREMENTS 1. General Information a.
Communications with NYCHA From the Release Date of this RFP until NYCHA awards the Agreements, the only contact the Proposer may initiate with NYCHA regarding this RFP is with NYCHA s Coordinator. It is the Proposer s responsibility to ensure that it has a complete and thorough understanding of all requirements regarding what NYCHA expects from the Proposer, as set forth in this RFP, prior to submitting its Proposal.
By submitting a Proposal, the Proposer covenants that it will not make any claims for or have any rights to damages because of any misinterpretation or misunderstanding of the Scope of Services, as described in Section II of this RFP, or because of any misinformation or lack of information concerning this RFP. 3. Proposal Content Requirements a. PROPOSAL PART I - REQUIRED PROPOSAL DOCUMENTS.
The Proposer must demonstrate, to the satisfaction of NYCHA, that it has the skill and experience, as well as the necessary personnel and financial resources, to provide the required Services in a satisfactory and timely manner. The following documents must be included in this section of the Proposer s Proposal, in the order shown below: A table of contents.
A cover sheet with all the information requested below: The Proposer s name and address. Identification of Discipline(s) Selection (Architecture, Engineering and/or Landscaping). The name, title, email, and telephone number and signature of a principal or officer authorized to commit the Proposer and its resources to an Agreement with NYCHA. Explain this person s position in the Proposer s organization.
If requested by NYCHA, Proposer shall provide documents or instruments including, but not limited to, corporate resolutions, incumbency certificates, or other forms of verification, to confirm that the signatory thereon is duly authorized to execute such Proposal on behalf of the Proposer.
If a joint venture is submitting a Proposal, the Proposal must be signed by a principal or officer of each member of the joint venture and include a detailed description of the form of the joint venture. The name, title, email, and telephone number of the individual to be contacted regarding the content of the Proposer s Proposal, if it is different from the person named in sub-paragraph (b), immediately above.
A statement that the Proposal will remain in effect for One Hundred (150) calendar days from the date of the Proposal Submission Deadline. A statement that the Proposer is able to commence the performance of the Services immediately after the Agreement is fully executed by the parties.
A statement confirming whether the Proposer s PASSPort account and disclosure filings are up to date as of the Proposal Submission Deadline, as set forth in Section IV(1)(B) of this RFP. A statement confirming the Proposer is registered with Dun & Bradstreet ( D&B ) and provide the assigned DUNS Number. A completed Bid/Proposal Face Sheet ( Attachment B ) .
Documentation that demonstrates the Proposer s ability to satisfy the Minimum. Qualifications Requirements, as defined in Section V1 of this RFP. A completed Cost Proposal as described in Section III of this RFP ( Attachment A ). No alterations to the Cost Proposal are allowed, unless otherwise noted. Doing so will result in your proposal being deemed non-responsive.
An organization outline or chart identifying the names, titles and reporting relationships of key personnel who will be assigned to perform the Services, and a résumé for each such person, including training, education, and prior experience. The foregoing information must also be provided for any subcontractor that the Proposer proposes to utilize.
Key Personnel: The Proposer must identify by name and title the key personnel who will be on the project team performing the required professional services A résumé for each of the Key Personnel on the project team should also be submitted including past performance on similar projects and a summary of those projects.
One person from the Proposer s staff must be identified as the Project Manager (the PM ), who will be responsible for coordinating the work effort. The Proposal must contain a narrative description of the Proposer s experience in completing services of similar size and scope.
Proof of the Proposer s legal existence as a business entity; if the Proposer was not organized under the laws of the State of New York, proof that the Proposer is qualified to do business in New York; and, if the Proposer is conducting business under an assumed name, a copy of the certificate required to be filed pursuant to the General Business Law of the State of New York.
If the Proposer is a joint venture, provide information regarding the percentage of profit and loss allocable to each member of the joint venture. Three non-NYCHA business references pertinent to the Scope of Services with contact information (company name, address, short description of the nature of reference, contact name and telephone number).
Should NYCHA communicate to the Bidder that it is the intended awardee, Bidder must provide, within 10 business days of NYCHA s written request, a completed Contractor's Net Liquid Assets (NLA) Calculation/Test in form and content acceptable to NYCHA that is signed by its Chief Financial Officer or equivalent, attesting to the accuracy of all entries in the Bidder s NLA Worksheet ( NLA Worksheet ).
The vendor must prove to the satisfaction of the Authority the possession of net liquid assets available in an amount equal to 15% of the proposed contract and any active contract balance up to $100,000.00 and 7.5% of the amount over $100,000.00. A summary of any non-financial resources the Proposer requires from NYCHA, if any, to fulfill its Agreement. If none, please state as such.
Proposer s Commitment To M/WBE and Section 3 Compliance All proposers are to demonstrate their commitment to MWBE and Section 3 compliance by providing responses to the below questions within their proposal Agency: Housing Authority Status: Solicitation
Buyer & contacts
Tags & Signals
Similar tenders
Parks and Recreation Awards Engineering and Architecture Services Contract Renewal
The Parks and Recreation agency has renewed a contract for engineering, architecture, and landscape architecture services. The award was made through a renewal selection method. The contract involves professional design services for park infrastructure and facilities.
Naval Architecture Services Contract Extension for Ferry Division
The Department of Transportation has extended an existing contract with Glosten Associates to continue providing naval architecture and related services for the Ferry Division. This negotiated acquisition extension allows for service continuity while the agency processes a new contract for these essential services. The extension covers the period from April 2024 to April 2025.
Naval Architecture Services Contract Extension for Ferry Division
The Department of Transportation has extended an existing contract with Glosten Associates to continue providing naval architecture and related services for the Ferry Division. This negotiated acquisition extension allows for service continuity while the agency processes a new contract. The extension covers the period from April 2024 through April 2025.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.