Service Type:
IT Services
Location(s):
Bronx, Brooklyn, Manhattan, Queens
Due Date:
February 28, 2025 - 5:00 pm
Fiscal Year:
2026

Table of Contents

Network Infrastructure, Security, and Server Maintenance Services – FY26

Who We Are

In 1989, NAICA was designated a Neighborhood Preservation Company by the State Division of Housing and Community Renewal. Since then, NAICA has received annual administrative awards to provide a variety of housing related services and develop affordable housing opportunities in the Bronx. For the last 20 years, DHCR has provided funds to NAICA for the purpose of helping Bronx residents with their housing needs. As a designated Neighborhood Preservation Company, NAICA offers services to residents, building owners, businesses, and community stakeholders to ensure that their housing needs are met, without displacing current community residents.

As part of the overall transformation, NAICA has played a major role in rehabilitating run-down buildings, developing tenants’ associations, addressing building code violations, and developing new housing throughout the Bronx. NAICA continues to build and expand its commitment to the economic, social and cultural resurgence of Bronx neighborhoods.

Our primary focus is geared towards single adults, families and seniors who are indigent and/or homeless or at risk of losing their homes. NAICA is a not-for-profit, multi-service, family-oriented housing and human service agency that provides culturally sensitive services to children, youth, seniors and families.

Purpose

NAICA is seeking proposals from qualified subcontractors to provide infrastructure management services for NAICA facilities at various locations, identified in Table (A). Provide second and third level IT support and engineering services, assisting NAICA’s IT Department with all day-to- day IT operations.

NAICA needs an MSP to provide network infrastructure, security, and server maintenance for our computer systems. Our goals for the chosen MSP are as follows:

  • Provide security AV and anti-malware licenses for all workstations and laptops
  • Provide email security filtering services
  • Provide DNS filtering service
  • Provide network security, maintenance and monitoring
  • Provide VPN infrastructure
  • Provide remote support software for NAICA IT team
  • Provide test and maintain two levels of disaster recovery backups both on-site and off-site
  • Provide timely disaster recovery when needed
  • Provide server update and maintenance
  • Provide level three engineering support when needed

Subcontractor is required to submit proposals for each available site listed in Table (A). Carefully examine the specifications. The selection of the successful Subcontractor will be made based on NAICA’s evaluation and determination of the relative ability of each Bidder to deliver quality service in a cost-effective manner.

The following specific criteria will be evaluated and must be addressed in the proposal:

  1. Company History and Organization
  2. Assessment Summary for Servers, Desktops, Laptops, and Firewalls
  3. Complete Support Package for Security, Intrusion Prevention, Remote Access, Anti- virus, Monitoring Firewall, Onsite Support, Disaster Recovery
  4. Cost Proposal and Invoicing
  5. Transition Plan and Network Recommendations

NAICA is not obligated to accept the lowest bid and reserves the right to reject any and all bids or amend the contractual obligations. All of the Bidders must be duly licensed or otherwise have the ability to perform work in accordance with all governing local authorities and to the satisfaction of those authorities.

Insurance

The successful Bidder(s) shall carry and maintain, with respect to any work or service to be performed at NAICA Locations, insurance written by a responsible insurance company, to provide for the following:

  • Workers’ Compensation as required by applicable statute and Employer’s Liability Insurance.
  • Commercial General Liability Insurance.
  • Excess-umbrella Insurance, including terrorism coverage.
  • Include a sample Certificate of Insurance including limits with the response. All policies and certificates shall provide for thirty (30) days notification to NAICA in the event of cancellation, reduction in limits or changes in coverage.

Cost Proposal and Invoicing

Propose invoicing frequency and procedures and applicable discounts. All invoices will clearly identify applicable job site coding in order to associate contractor’s actual costs with NAICA’s job locations or job codes.

Value Added Features

  • Indicate features or programs not covered elsewhere in the response which are offered to enhance your firm’s ability to effectively manage this project.

Area of Requirements

PASSPort and PIP registration

  • The bidder is to provide proof of registration in PASSPort and the Payee Information Portal (PIP) VIA attachment directly from PASSPort and PIP containing the following information:
    • Passport vendor status
    • Vendor name
    • Filing Date
    • Business address
    • EIN
    • DUNS number
    • FMS Vendor Code
    • Existing address and contract assignments – PIP

This document is a Request for Proposal (RFP) for the services described and does not obligate NAICA to accept responses from eligible contractors. This RFP establishes minimum requirements a potential bidder must meet, in order to be eligible for consideration as well as information to be included in the subcontractor’s bid response.

Table (A)

SitesWorkstationsLaptopsServersVirtualsFirewallsFTE’s DirectAllocation % – DirectFTE’s IndirectAllocation % – IndirectTotal Allocation %
Park Avenue6525210254.626.53%2.060.25%6.77%
Holiday Inn81000037.414.47%2.080.25%4.72%
Tremont Avenue272126146.615.57%1.860.22%5.79%
Comfort Inn51500028.363.39%1.800.22%3.60%
IBIS Hotel21500042.525.08%2.260.27%5.35%
Courtlandt Avenue201513124.222.89%0.760.09%2.98%
Southern Blvd20513154.796.55%1.710.20%6.75%
Doña Carmen’s Place351513131.313.74%1.150.14%3.88%
Jerome Avenue25613149.795.95%2.040.24%6.19%
Artel Annex25613154.426.50%2.340.28%6.78%
Legal Offices (4)50110265113.0113.50%2.690.32%13.83%
Casa Bolivar I – Hillcrest02300028.133.36%1.620.19%3.55%
Casa Bolivar II – Days Inn02300031.563.77%0.720.09%3.86%
Casa Bolivar III – Velvet Hotel02500036.624.38%0.830.10%4.48%
Casa Bolivar IV – GWB/Alden Hotel02300034.224.09%0.780.09%4.18%
Casa Bolivar V – Hanbee02300033.063.95%0.600.07%4.02%
Casa Bolivar VI – Van Buren02300037.354.46%0.700.08%4.55%
Casa Bolivar VII – La Quinta01500034.104.07%0.700.08%4.16%
Casa Bolivar VIII – Wolcott01500011.061.32%0.300.04%1.36%
Casa Bolivar IX – Lexington01500026.003.11%0.700.08%3.19%

Submission of Proposals

Responses to this RFP are due by February 28, 2025 - 5:00 pm. Late submittals will be rejected. The method of submission is via naicarfp@naicany.org.

Any questions regarding this RFP should also be addressed to the email mentioned above. Subcontractors may not contact other executives, managers or employees of NAICA without permission from the Vendor Committee.