Upload
others
View
28
Download
0
Embed Size (px)
Citation preview
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 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 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 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 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 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 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 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 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 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 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 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 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