13
REQUEST FOR QUALIFICATIONS SARASOTA MANATEE AIRPORT AUTHORITY The Sarasota Manatee Airport Authority, will receive Sealed Request for Qualifications at the Purchasing Department, Third Floor, Terminal Building, 6000 Airport Circle, Sarasota, FL 34243 on or before April 16, 2018, at 3:00 p.m. EDT, for: #RFQ180001 ACCESS CONTROL REPLACEMENT PROJECT CONSULTANT It is the intent of the Authority to secure the services of a qualified Consultant who can advise on how best to modernize/update and design improvements to our current Access Control System. System modifications should include all items listed in the “Scope of Services” on page 3. Interested parties should be able to show their experience in all areas of the Scope of Service items. Goal of the Project is to update system to last the Authority 10 years. NON-MANDATORY PRE-SUBMITTAL MEETING: MARCH 21, 2018, 10:00 AM EXECUTICE CONFERENCE ROOM #1, THIRD FLOOR, TERMINAL BUILDING, 6000 AIRPROT CIRCLE, SARASOTA, FL 34243 PROPOSAL DUE DATE: 3:00 p.m. (EDT), April 16, 2018 PURCHASING DEPARTMENT, ADMINISTRATIVE OFFICES, THIRD FLOOR Proposal documents may be obtained on-line at www.demandstar.com, or www.srq- airport.com under Airport Information, or by contacting DemandStar by Onvia toll free 1-800-711-1712 and requesting current solicitation. Questions should be directed to Bob Joseph, Manager Purchasing, at (941) 359-2770, ext. 4246. LEGAL RUN DATE: March 14, 2018 & March 15, 2018 Please return Affidavit of Publication to: Sarasota Manatee Airport Authority

Access Control Replacement Project

  • Upload
    others

  • View
    28

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Access Control Replacement Project

REQUEST FOR QUALIFICATIONS

SARASOTA MANATEE AIRPORT AUTHORITY

The Sarasota Manatee Airport Authority, will receive Sealed Request for Qualifications at the Purchasing Department, Third Floor, Terminal Building, 6000

Airport Circle, Sarasota, FL 34243 on or before April 16, 2018, at 3:00 p.m. EDT, for:

#RFQ180001 ACCESS CONTROL REPLACEMENT PROJECT CONSULTANT

It is the intent of the Authority to secure the services of a qualified Consultant who can advise on how best to modernize/update and design improvements to our current

Access Control System. System modifications should include all items listed in the “Scope of Services” on page 3. Interested parties should be able to show their experience in all areas of the Scope of Service items. Goal of the Project is to update

system to last the Authority 10 years.

NON-MANDATORY PRE-SUBMITTAL MEETING: MARCH 21, 2018, 10:00 AM EXECUTICE CONFERENCE ROOM #1, THIRD FLOOR, TERMINAL BUILDING,

6000 AIRPROT CIRCLE, SARASOTA, FL 34243

PROPOSAL DUE DATE: 3:00 p.m. (EDT), April 16, 2018

PURCHASING DEPARTMENT, ADMINISTRATIVE OFFICES, THIRD FLOOR

Proposal documents may be obtained on-line at www.demandstar.com, or www.srq-airport.com under Airport Information, or by contacting DemandStar by Onvia toll

free 1-800-711-1712 and requesting current solicitation. Questions should be directed to Bob Joseph, Manager Purchasing, at (941) 359-2770, ext. 4246.

LEGAL

RUN DATE: March 14, 2018 & March 15, 2018

Please return Affidavit of Publication to: Sarasota Manatee Airport Authority

Page 2: Access Control Replacement Project

Page 2 of 13

RFQ-180001 ACCESS CONTROL REPLACEMENT PROJECT CONSULTANT

TABLE OF CONTENTS

1.0 INTRODUCTION: ..................................................................................... 3

2.0 INSTRUCTIONS TO PROPOSERS: .............................................................. 6

3.0 TIME SCHEDULE: .................................................................................... 6

4.0 INTERPRETATIONS AND ADDENDA: .......................................................... 7

5.0 LOBBYING: ............................................................................................ 7

6.0 MINIMUM ELIGIBILITY REQUIREMENTS: .................................................... 7

7.0 PROPOSAL EVALUATION PROCESS: ........................................................... 7

8.0 LEGAL REQUIREMENTS: ........................................................................... 8

9.0 FEDERAL AND STATE TAX: ....................................................................... 8

10.0 CONFLICT OF INTEREST: ......................................................................... 9

11.0 PUBLIC RECORDS LAW: ........................................................................... 9

12.0 PERMITS, LICENSES AND FEES: ............................................................... 9

13.0 PUBLIC ENTITY CRIMES: .......................................................................... 9

14.0 INSURANCE REQUIREMENTS:........................................................................ 9

15.0 BADGING SAFETY AND SECURITY (as applicable): .................................... 11

16.0 ANTI-COLLUSION STATEMENT .................................................................. 12

Page 3: Access Control Replacement Project

Page 3 of 13

1.0 INTRODUCTION:

The Sarasota Manatee Airport Authority is accepting competitive sealed qualifications for

#RFQ180001, ACCESS CONTROL REPLACEMNT PROJECT. Proposals are due in the

Purchasing Department on or before April 16,2018, 3:00 P.M. (EST).

1.1 Background:

This is a Request for Qualifications ("RFQ") for companies (the "proposer") to provide the

services of a qualified Consultant who can advise on how best to modernize/update,

design improvements or replace our current airport Access Control System. System

modifications should include all items listed in the “Scope of Services” on page 3.

Interested parties should be able to show their experience in all areas of the Scope of

Service items. Goal of the Project is to update system to last the Authority 10 years.

An Evaluation Selection Committee (the Committee) will be selected to develop a shortlist

for a recommendation to the Authority's Board of Commissioners, President and Chief

Executive Officer. It is anticipated that the Committee will review the proposals received

in response to this RFQ.

1.2 General Information about the Authority:

A. The Sarasota Manatee Airport Authority is an Independent Special District created

to own and operate the Sarasota Bradenton International Airport. The Authority

employs approximately 129 employees and administers an annual operating

budget of approximately $18,000,000. The Airport encompasses approximately

1,100 acres located in Sarasota and Manatee Counties and the City of Sarasota.

The Federal Aviation Administration classifies it as a small hub airport. The

Authority is self-supporting, using aircraft landing fees, fees from terminal and

other rentals, and revenues from concessions to fund operating expenses. The

Authority is not taxpayer funded.

1.3 Request for Qualifications:

Vendors will be required to submit qualifications of their company to the Purchasing

Department prior to the deadline given on the cover of this solicitation. Qualifications

received after this date and time will not be accepted.

All of the qualifications received will then be reviewed and evaluated by staff, and a

decision made as to which companies are best qualified and which are not. Each company

submitting qualifications will receive a letter stating whether they are selected or not.

In order for a company to be considered responsive, it must submit all information

requested, including appropriate signatures. Failure to meet these requirements may

cause your company to be declared non-responsive.

1.4 Scope of Services:

The scope of services consists of, but shall not be limited to:

• The new/updated security system should be in a condition when completed to last us

10 years

• Integrate seamlessly with Avigilon CCTV system to recall cameras with activated

door alarms

Page 4: Access Control Replacement Project

Page 4 of 13

• Integrate with FIS system that meets Federal standards and reuse those devices

• Redundancy of servers, 2-server system preferred

• Make use the existing airport fiber optic backbone and network – fiber should be

tested as part of the design. This should be inspected to insure it will last for at least

10 years and has the bandwidth needed.

• Reuse as much hardware as possible: readers, maglocks, cabinet enclosures – an

assessment should be completed to determine if new hardware is needed or if

existing hardware can last 10 years

• Must have one ID badge station

• Make use of MS Excel for all reports

• Store 12 months of ID badge activity data

• Include 4 biometric readers for 2 high traffic locations TBD

• ID management integration to eliminate duplicate tasks

• Must share data with Telos ID or AAAE Clearinghouse, approved providers of Security

Threat Assessments and CHRCs

• Computer based training records, testing & results integration

• Remote access to system to limited individuals

• Three-year warranty support included, quote for 2 subsequent years

Firms shall address the following items in their responses:

A. QUALIFICATIONS AND EXPERIENCE:

Please provide detailed information regarding the Company’s qualifications and

experience which enable it to respond to the needs of the Authority in its operations of

the Airport. Please format your response to this request in the following order to

facilitate comparisons between respondents:

1. Executive Summary

The transmittal/cover letter should consist of an executive summary and should

include the Firm's organization and experience as it relates to Access Control System

designs. Interested firms or individuals requesting consideration should submit

information detailing the firm's or individual's experience, qualifications, personnel,

and capability to provide and perform all of the professional services necessary to

produce and complete the tasks in an effective and timely manner.

2. Project Team

Provide the name, address and telephone number of one person who will serve as the

project manager responsible for the timely provision of all services and to whom all

communications will be directed. Provide three references of previous projects on

which the individual identified as project manager has worked. For each project,

provide the name, title and current telephone number of the reference. In addition,

provide brief summaries of recent project experience of other project team members

who would be responsible for fulfilling any requests by the Authority. Resumes of the

project team should be included.

3. Key Issues

Page 5: Access Control Replacement Project

Page 5 of 13

Describe what you believe would be the key issues your firm would have to address if

it were retained as an Consultant for the Access Control Replacement Project with the

Authority.

4. Experience

• Describe your organization, date founded, ownership of your firm, any subsidiaries

and affiliates, locations of all offices, and number of employees. State the location of

the office from which the work on this engagement will be conducted. Provide a list

of airport Access Control projects successfully completed.

B. PROGRAM MANAGEMENT:

Please provide recommendations for program management, suggested approach to the

teaming arrangement specifically: what is the best method to use in managing the

Authority's program. If appropriate, recommend changes which would be of greater

benefit/savings to the Authority.

C. RECORD OF SERVICES:

Please discuss the Firm's record and ability to respond to customer service and security

effectiveness.

D. COMPLETE RESPONSE:

Please provide detailed and complete information with your submittal response.

In order to be considered "responsive", Firms should respond to each item requested in

this Request for Qualifications.

Please indicate whether the Firm and all companies it proposes to use are authorized to

do business in Florida.

In addition to the above, please include any additional information the Firm believes will

help the Authority in its selection.

Interviews may be scheduled, at the sole discretion of the Authority, to assist in the

evaluation/selection process.

E. Additional Considerations:

1. The SMAA encourages the participation of professional, minority, and disadvantaged

individuals and firms. No one shall be discriminated against on the basis of race,

color, national origin, age, sex, or handicap in consideration of any agreement or

agreements entered into pursuant to this notice and in compliance with Title 49, Part

23, Code of Federal Regulations.

2. Pursuant to the Americans with Disabilities Act, persons needing assistance to

participate in any meetings should contact Bob Joseph (941) 359-2770 ext.4246 or

by fax at (941) 359-5055.

Page 6: Access Control Replacement Project

Page 6 of 13

3. The Airport Authority encourages the participation of DBEs, MBEs, and WBEs. The

Authority welcomes any participation level to help us meet our stated goal of 9.5

percent participation on airport projects.

4. These documents constitute the complete set of specifications, requirements, and/or

proposal forms.

5. All terms and conditions of this RFQ, any addenda, proposer’s submissions and

negotiated terms, are incorporated into the contract by reference as set forth herein.

6. Document files may be examined, during normal working hours; thirty days after

proposals have been opened.

2.0 INSTRUCTIONS TO PROPOSERS:

DEFINITIONS: For the purposes of this Request for Qualifications (RFQ), Proposer

shall mean companies, contractors, consultants, respondents, organizations, firms,

or other persons submitting a response to this Request for Qualifications.

2.1 Any proposal received after the stated time and date, will not be considered and will

remain unopened for the project file.

2.2 One (1) manually signed original and three (3) identical photocopies and one (1)

electronic copy on a Flash/Travel Drive of the response to this proposal, must be sealed

and clearly labeled "REQUEST FOR QUALIFICATIONS, #RFQ180001, ACCESS

CONTROL REPLACEMENT PROJECT, opening date and time on the outside of the

package. The legal name, address, proposer's contact person, and telephone number

must also be clearly annotated on the outside of the package.

2.3 Proposals not conforming to the instructions provided herein will be subject to

disqualification at the sole discretion of the Authority.

2.4 Proposers are solely responsible for their own expenses in preparing, delivering or

presenting a proposal.

3.0 TIME SCHEDULE:

3.1 The Authority will attempt to use the following time schedule that will result in selection

of a proposer(s).

March 21, 2018, 10:00 a.m. (EST) NON-Mandatory Pre-Submittal Meeting

March 28, 2018 Last day for written questions, request for

clarifications

April 04, 2018 Addendum, if any, posted on Authority’s

website and DemandStar

April 18, 2018, 3:00 p.m. (EST) Responses to RFQ due

May 21, 2018. 1:00 p.m. (EST) Presentations to the Board

3.2 The Committee may elect to conduct interviews as a part of its evaluation process. In

this case, firms selected for interviews will be advised via facsimile of the time and place

Page 7: Access Control Replacement Project

Page 7 of 13

a minimum of five working days prior. Selected firms not present at this interview will

not be considered for selection.

3.3 Inquiries regarding the status of a proposal must not be made prior to the posting of

award recommendation.

4.0 INTERPRETATIONS AND ADDENDA:

4.1 All requests for clarification must be made in writing to the Authority's Purchasing

Manager. The firm submitting the request will be responsible for its timely delivery.

Such request must reference the date of request for qualifications opening and RFQ

number and should be received by close of business March 28, 2018. Questions

received after March 28, 2018 shall not be answered. Any interpretation, if made, will

be made only by written Addendum issued by the Authority's Purchasing Department.

The Authority may issue an Informational Addendum if clarification or minimal changes

are required. Usually, a Formal Addendum will be issued when there are any substantial

changes that impact the scope and technical submission. A copy of such Addenda will

be available either via www.demandstar.com, electronic mail or facsimile, through the

U.S. Postal service, or Federal Express, etc. The Proposer shall acknowledge receipt of

the Formal Addendum by signing the Addendum and including the Addendum with their

response. The Authority will not be responsible for any other explanation or

interpretation made verbally or in writing by any other Authority representative.

4.2 The issuance of a written addendum shall be the only official method whereby such an

interpretation or clarification will be binding. Proposer shall acknowledge receipt of any

addendum issued to this RFQ (if any) by returning the completed form issued with the

addendum.

4.3 No verbal or written information that is obtained other than by information in this

document or by addendum to this RFQ will be binding on the Authority.

5.0 LOBBYING:

Any proposer or any individuals that lobby on behalf of proposer will result in

rejection/disqualification of said proposal. Proposers shall refrain from any contact with

Authority Board members and staff or the Evaluation Committee regarding this proposal.

6.0 MINIMUM ELIGIBILITY REQUIREMENTS:

Must show that companies can work in the state of Florida and meet the required

insurance minimums.

7.0 PROPOSAL EVALUATION PROCESS:

7.1 RFQ’s are received and publicly opened. Only names of respondents are read at this

time.

Page 8: Access Control Replacement Project

Page 8 of 13

7.2 The Committee reserves the right to interview any or all proposers.

7.3 The Purchasing Department will prepare and submit an agenda item for review to the

Board. The AUTHORITY will select the vendor found to be best suited to provide the

needed materials and/or services.

7.4 EVALUATION OF PROPOSALS: Proposals will be evaluated by various Authority

representatives to ascertain which proposal best meets the needs of the Authority.

PLEASE NOTE THAT PROPOSALS WILL BE EVALUATED ON CONTENT, NOT

BULK!

Evaluation consideration will include but not be limited to the following:

A. Thoroughness of response to the proposal documents (0-20 possible points).

B. References (0-20).

C. Knowledge, expertise and qualifications of the personnel assigned to this

project (0-30).

D. Capacity and Locale of office handling the Authority’s account (0-10).

E. Customer Support (0-20).

Maximum points = 100

8.0 LEGAL REQUIREMENTS:

8.1 It shall be the responsibility of the contractor to be knowledgeable of all federal, state,

county and local laws, ordinances, rules and regulations that in any manner affect the

items covered herein which may apply. Lack of knowledge by the proposer(s) will in no

way be a cause for relief from responsibility.

8.2 Proposer(s) doing business with the Authority are prohibited from discriminating against

any employee, applicant, or client because of race, creed, color, national origin, sex or

age with regard to but not limited to the following: employment practices, rates of pay

or other compensation methods, and training selection.

8.3 Authority reserves the right at all times to inspect and audit Proposer's records and

performance hereunder. Proposer shall keep full and accurate books, and records in

accordance with generally accepted accounting principles, which shall show all the costs

of operation upon or with the Airport for a minimum of three (3) years. Company further

agrees to keep such books and records in Sarasota County at their cost. No records will

be destroyed without prior authorization from the Authority.

9.0 FEDERAL AND STATE TAX:

The Authority is exempt from federal and state taxes for tangible personal property.

Proposer(s) doing business with the Authority will not be exempted from paying sales

tax to their suppliers for materials to fulfill contractual obligations with the Authority,

Page 9: Access Control Replacement Project

Page 9 of 13

nor will any proposer be authorized to use the Authority's Tax Exemption Number in

securing such materials.

10.0 CONFLICT OF INTEREST:

All proposers must disclose the name of any officer, director, or agent who is also an

employee of the Authority. All proposers must disclose the name of any Authority

employee who owns, directly or indirectly, any interest in the proposers' business or any

of its branches.

11.0 PUBLIC RECORDS LAW:

All proposal documents or other materials submitted by all proposers in response to this

RFQ will be open for inspection by any person and in accordance with Chapter 119,

Florida Statutes.

12.0 PERMITS, LICENSES AND FEES:

The proposer(s) will be responsible for obtaining any necessary permits, licenses, and

give all notices necessary to comply with laws, rules, and regulations whether state or

federal and with all local codes and ordinances without additional cost to the Authority.

13.0 PUBLIC ENTITY CRIMES:

13.1 A person or affiliate who has been placed on the convicted vendor list following a

conviction for a public entity crime may not submit a bid/RFQ on a contract to provide

any goods or services to a public entity, may not submit a bid/RFQ on a contract with a

public entity for the construction or repair of a public building or public work, may not

submit bids/RFQ’s on leases of real property to a public entity, may not be awarded or

perform work as a contractor, supplier, subcontractor, or consultant under a contract

with any public entity, and may not transact business with any public entity in excess

of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period

of 36 months from the date of being placed on the convicted vendor list.

13.2 The proposer(s) certifies by submission of this RFQ, that neither it nor its principals are

presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from participation in this transaction by any Federal department or

agency.

14.0 INSURANCE REQUIREMENTS:

Proof of the following insurance will be furnished by the awarded bidders to

the Authority by Certificate of Insurance. THE SARASOTA MANATEE AIRPORT

AUTHORITY SHALL BE NAMED AS AN ADDITIONAL INSURED ON THE

CERTIFICATE FOR ALL REQUIRED INSURANCE. ALL INSURANCE MUST BE

ISSUED BY A COMPANY OR COMPANIES APPROVED BY THE AUTHORITY.

Certificates of Insurance meeting the specific required provision specified

within this contract/agreement shall be forwarded to the Authority's

Purchasing Department prior to the start of any work or the possession of any

Authority property. Renewal certificates must be forwarded to the same

department prior to the policy renewal date.

Page 10: Access Control Replacement Project

Page 10 of 13

Thirty days’ written notice shall be provided to the Authority via certified mail

in the event of cancellation. The notice must be sent to Purchasing

Department.

The awarded firm(s) shall provide shall provide a copy of Certificate of

Insurance for required coverage within seven days of the date of request by

Purchasing Department, but in any event at least 30 days prior to the

commencement of any term.

A. WORKERS' COMPENSATION: Awarded firm(s) must comply with F.S.

440, Workers’ Compensation and Employees’ Liability Insurance with

minimum statutory limits.

B. COMPREHENSIVE GENERAL LIABILITY: Awarded firm(s) shall procure

and maintain, for the life of this contract/agreement, Comprehensive

General Liability Insurance. This policy shall provide coverage for

death, bodily injury, personal injury, or property damage that could

arise directly or indirectly from the performance of this contract. It

must be an occurrence form policy.

The minimum limits of coverage shall be $1,000,000 per occurrence,

Combined, Single Limit for Bodily Injury Liability and Property Damage

Liability.

C. BUSINESS AUTOMOBILE LIABILITY: Awarded firm(s) shall procure and

maintain, for the life of the contract/agreement, Business Automobile

Liability Insurance.

The minimum limits of coverage shall be $1,000,000 per occurrence,

Combined Single Limit for Bodily Injury Liability and Property Damage

Liability. This coverage shall be an "Any Auto" or "Comprehensive

Form" policy. The insurance must be an occurrence form policy.

In the event the firm does not own any vehicles, hired and non-owned

coverage shall be provided in the amounts listed above. In addition, the

Authority may require an affidavit signed by a principal of the contracted firm

indicating the following:

____________________ (Company Name) does not own any vehicles. In the

event we acquire any vehicles throughout the term of this

contract/agreement, _______________ (Company Name) agrees to purchase

"Any Auto" or "Comprehensive Form" coverage as of the date of acquisition.

D. PROFESSIONAL LIABILITY: The awarded firm(s) shall procure and

maintain Professional Liability Insurance for the life of this

contract/agreement, plus two years after completion. This insurance

shall provide coverage against such liability resulting from this

contract. The minimum limits of coverage shall be $5,000,000 with a

deductible not to exceed $100,000. The deductible shall be the

responsibility of the Contractor.

This policy must be continued or tail coverage provided for two years

after completion of the project.

Page 11: Access Control Replacement Project

Page 11 of 13

15.0 BADGING SAFETY AND SECURITY (as applicable):

Bidder’s officers, invitees, employees, suppliers, and agents must abide by all

applicable security regulations of the Authority and the Transportation Security

Administration (TSA). Any of Bidder’s officers, invitees, employees, suppliers, and

agents who require unescorted access to any areas of the Airport where access is

controlled for security reasons must make application for, and wear, Airport security

badges. Those individuals must submit personal data for a Security Threat

Assessment and fingerprint-based Criminal History Record Check (CHRC) conducted

by the FBI as required by TSA Regulation Part 1542 and attend a security training

session conducted by the Authority’s Operations Department.

At the time the application is made, Bidder is responsible for payment of the then

current fee for fingerprinting and the fee for issuance of an initial security badge for

any persons to whom this provision applies. The current fees are $10 per badge and

$29 per CHRC. Any badge not returned upon completion of work contemplated by

this solicitation is subject to a $50 fee.

Any Bidder’s officers or employees, who will be required to drive inside secured

Airport areas, must attend, and successfully pass, an Airport approved driver training

program. No vehicle shall be driven on the Airport without the driver possessing a

valid State issued operator’s license. No vehicle shall be driven on the Airport without

proper identification (company logo or airport decal), proper safety marking (amber

beacon or orange checkered flag) and proper insurance coverage. All drivers must

comply with Section 3 of the Sarasota Bradenton International Airport Operating

Rules & Regulations handbook.

No person who is authorized to drive inside secured Airport areas

shall enter, cross or be present on any runway or taxiway pavement

or safety areas without an approved airport escort. Any violation of

this clause is subject to immediate suspension of the offender’s

airport access and a fine as levied by lawful authority.

Note: This section may only apply should there be any project work within a

controlled or secure area of the airport.

REST OF PAGE INTENTIONATELY LEFT BLANK

Page 12: Access Control Replacement Project

Page 12 of 13

16.0 ANTI-COLLUSION STATEMENT

The signature below is a guarantee that the Bidder will not withdraw for a period of ninety

(90) days after the scheduled time for opening.

THE BELOW SIGNED BIDDER HAS NOT DIVULGED TO, DISCUSSED OR COMPARED HIS

BID PROPOSAL WITH OTHER BIDDERS AND HAS NOT COLLUDED WITH ANY OTHER

BIDDER OR PARTIES TO A BID WHATSOEVER. NOTE: NO PREMIUMS, REBATES OR

GRATUITIES TO ANY EMPLOYEE OR AGENT ARE PERMITTED EITHER WITH, PRIOR TO,

OR AFTER ANY DELIVERY OF MATERIALS. ANY SUCH VIOLATION WILL RESULT IN

THE CANCELLATION AND/OR RETURN OF MATERIAL (AS APPLICABLE).

Type of Organization (Please Check One): Individual Ownership

Joint Venture

Partnership

Corporation

Name of Bidding Firm

Mailing Address

Location Address

City & State ZIP

Telephone Fax Number

Cellular number

Federal ID# or S.S. #:

E-Mail Address:

State of Florida Registration to do Business:

Name/Title of person authorized to bind the Company:

Name

Printed

Title

Signature of person authorized to bind the Company:

Date:

Page 13: Access Control Replacement Project

Page 13 of 13

17.0 ACKNOWLEDGEMENT OF DUTY TO PROTECT SENSITIVE SECURITY

INFORMATION

The undersigned acknowledges that in order to start work on the Airport Operations Video

Management Software Project Q-150090, as requested by the Sarasota Manatee Airport

Authority, its personnel and representatives will be given access to records and areas of the

Airport containing or constituting Sensitive Security Information (SSI) that is controlled

under 49 CFR parts 15 and 1520, including but not limited to security programs or security

contingency plans; security measures; security screening information; critical aviation

infrastructure asset information; and systems security information as defined in §

1520.5. In this connection, Bidder/Quoter, on its behalf and on behalf of its representatives

and personnel, covenants and agree to:

(1) Take reasonable steps to safeguard SSI in that person’s possession or control from

unauthorized disclosure. When a person is not in physical possession of SSI, the person

must store it a secure container, such as a locked desk or file cabinet or in a locked room.

(2) Disclose, or otherwise provide access to, SSI only to covered persons who have a need

to know, unless otherwise authorized in writing by TSA or the Secretary of DOT.

(3) Refer requests by other persons for SSI to TSA or the applicable component or agency

within DOT or DHS.

(4) Mark SSI as specified in § 1520.13.

(5) Dispose of SSI as specified in § 1520.19.

The undersigned Bidder/Quoter further acknowledges that no part of the SSI may be

disclosed to persons without a “need to know,” as defined in 49 CFR parts 15 and 1520,

except with the written permission of the Administrator of the Transportation Security

Administration or the Secretary of Transportation. Unauthorized release may result in civil

penalty or other action. For U.S. government agencies, public disclosure is governed by 5

U.S.C. 552 and 49 CFR parts 15 and 1520.

Dated this ___ day of ________, 2015

_______________________________

Bidder/Quoter

_______________________________

Title

_______________________________

Firm