Request for Qualifications Information RFQI Special Systems A/E Study and Design Services Task Order Contract At Washington Dulles International Airport And Ronald Reagan Washington National Airport March 2011
METROPOLITAN WASHINGTON AIRPORTS AUTHORITY REQUEST FOR QUALIFICATIONS SPECIAL SYSTEMS A/E Study and DESIGN SERVICES TASK ORDER CONTRACT AT WASHINGTON DULLES INTERNATIONAL AIRPORT AND RONALD REAGAN WASHINGTON NATIONAL AIRPORT I. DESCRIPTION OF WORK The Metropolitan Washington Airports Authority plans to retain professional Special Systems A/E Study and Design services for a Task Order Contract for work at Washington Dulles International Airport and Ronald Reagan Washington National Airport. The Special Systems A/E firm shall provide all facilities, labor (including all required professional disciplines), materials, and equipment to perform task order assignments directed by the Authority. The Special Systems A/E will be required to work and coordinate with the Authority s consultants including Parsons Management Consultants (PMC) the Authority s Capital Construction Projects Management Consultant. Extensive professional airport experience is required both in conceptual design and in construction documentation preparation for a functional design. Significant design detail will be incorporated into the construction documents to ensure constructability and to carry the design intent to a quality completion. The Special Systems study and design services may include the following: Multiple Users Flight Information Display System (MUFIDS) (Ex MWAA System INFAX, ComNet) Virtual Multi-User Systems Equipment (vmuse) (Ex MWAA System ARINC) Access Control and Monitoring System (Ex MWAA System Software House) Badging System (Ex MWAA System Intellisoft Airport ICE) Video Management Systems (Ex MWAA System NICE/VERINT) High Definition and IP Camera Systems Public Address Audio and Visual Paging System (Ex MWAA System IED) Fire Station Alerting System (Ex MWAA System ComTech) Conveyance (elevator, escalator, moving walks) Monitoring Sys (Ex MWAA System IDS Lift Net, Siemens BAS) Automated External Defibrillator (AED) Monitoring (Ex MWAA System Siemens Fire Alarm) 800 MHz Public Safety Radio Supplemental Radiating System (Ex MWAA System Axell Wireless) CrashNet (Ex MWAA - Voice Interop) Telecommunications Premise Distribution System Telecommunications Outside Plant System Network Architecture The general types of projects that may be assigned during the first year include: access control and monitoring study, design of access control and monitoring system interim infrastructure upgrades, customs and border patrol sterile corridor critical access control and monitoring systems, fire station alerting systems, multiple users flight information display systems, etc. Concurrent tasks may be assigned under this contract. II. QUALIFICATIONS Relevant professional experience with similar projects listed above is required of the key personnel. Additional design level experience is desired performing comparable tasks such as: Page 2
Special system studies Special system investigation of existing facilities Special system concept drawings Special system cost estimates Special system life cycle analysis Special system construction documents Special system construction schedules and phasing plans Support during procurement Support services during construction (submittal review On-site observation of construction Attendance at progress meeting Preparation of record drawings, associated electrical power and raceway design III. ESTIMATED CONTRACT VALUE The design contract will be issued for a one-year base period, with two one-year options to be exercised at the discretion of the Authority. The annual cap for fees is $900,000 per year not to exceed $2,700,000 over the life of the contract if the two one year options are exercised. IV. SELECTION OF THE A/E WILL BE BASED ON THE FOLLOWING CRITERIA IN DESCENDING ORDER OF IMPORTANCE 1. Experience of the Special Systems A/E firm as prime consultant and subcontractor performing studies and designs for the systems and tasks listed above in Sections I and II over the last 5 years on Task Order or similar projects. Experience involving work in operational facilities, and work that required conformance with specialized codes, design standards, and operational procedures should be emphasized. 2. Qualifications and availability of key personnel who will have day-to-day project responsibility in the following roles. Identify lead professionals and supporting staff listing experience, training, professional certificates and/or licenses in each discipline listed below: Project manager Network Security System Professional (all systems) Project Security Systems (ACAM/BS/VMS) Project Airport Systems (MUFIDS/vMUSE/Conv MS) Project Public Address Systems Project Public Safety Radio Systems Project Telecomm Systems Project IT Systems Project Electrical Cost estimator/ scheduler 3. Proposed management strategy of the project team, to manage the design process and project team. Provide an organizational chart and describe the specific strategy proposed to manage the design process in order to achieve timely and high quality project delivery, and completion of concurrent Task Order projects. Page 3
4. Past performance of the prime consultant and subcontractors with respect to working within the original project budget and schedule. Include performance on projects listed as examples of relevant design experience and provide an explanation of variances between original budget, award amount and final construction cost. Provide similar information comparing design schedule and actual performance. Tabular responses are preferred. 5. Past performance of the prime consultant and subcontractors with respect to the successful application of quality control procedures to ensure completeness of construction documents with a minimum of construction change orders. Provide a brief description of the firm s approach to coordination between disciplines; management of CADD standards to achieve graphic quality and correct topology; and coordination between specifications and construction drawings. The criteria are listed in descending order of importance; e.g., criterion no. 1 is equal to or greater in scoring than criterion no. 2. V. REQUEST FOR PROPOSAL (RFP) A Request for Proposal (RFP) will result from the evaluation of qualifications submitted by offerors responding to this announcement. It is anticipated that a short list of submitters will be interviewed by a selection committee for final selection. The subsequent contract will be a negotiated, indefinite delivery fixed unit price contract and will include a requirement that there be a minimum of 25% percent Local Disadvantaged Business Enterprise (LDBE) participation in this contract. An LDBE is defined as a small business concern, which is organized for profit, and which is located within a 100-mile radius of Washington D.C. s zero mile marker. To qualify as a small business concern for purpose of this advertisement, the average gross receipts of the professional A/E firm (NAICS 541310) must not exceed $4.5 million, based on the average receipts of the last three years. The receipts of all affiliates shall be counted in the total of the business entity s gross receipts. The Authority encourages the participation of minority and women owned businesses. For information on this program, or for additional information on small business standards pertaining to other specialty areas in this project, please call the Equal Opportunity Programs Department at 703-417-8625. VI. SUBMISSION INFORMATION REQUIRED Firms which meet the requirements of this announcement are invited to submit an ORIGINAL and NINE COPIES (10 TOTAL) of the following: A. Cover Letter. B. Standard Form 330 together with no more than ten (8 ½ x 11") pages of correspondence describing the organization and responsibilities of the firm, subconsultants, or joint venture partners, and five pages of supporting graphic exhibits. Anything in excess of the limit will not be reviewed. C. Statement of commitment to meeting the 25% LDBE participation requirement. D. Identification of the proposed LDBE firm(s) and their tasks. E. Documentation of LDBE certification (e.g. letter from the Equal Opportunity Programs Office or current certification number). Page 4
F. LDBE certification application or indication that the firm has a pending LDBE certification application, for each proposed LDBE (waiver of this requirement shall be considered under extreme extenuating circumstances). The due date and time for submissions is April 25, 2011 at 2:00 PM Local Time. Please identify the package with an exterior label stating RFQI No., Special Systems A/E Study And Design Services Task Order Contract at Washington Dulles International Airport and Ronald Reagan Washington National Airport Responses to this RFQ must be submitted to: Metropolitan Washington Airports Authority Procurement and Contracts Department, MA-440 1 Aviation Circle, Suite 154 Ronald Reagan Washington National Airport Washington, DC 20001-6000 Attention: Shirley Diamond, Contracting Specialist All questions concerning this solicitation must be submitted by 3:00 PM, April 15, 2011 via the Authority s website at: http://www.mwaa.com/3744.htm No other general notification of this project will be made and no further action beyond submission of the information listed above is required or encouraged. This is not a request for proposal. Note: The Airports Authority is not an agency of the United States Government. Do not contact Airports Authority consultants or Airports Authority personnel, other than the Contracting Officer, regarding this solicitation. Page 5
Appendix A Additional Instructions Standard Form 330 The following provides clarification to the Standard Form (SF) 330. Section D should include the proposed team organization chart. Sections E and F are to contain all information necessary to address the Selection Criteria. The project experience listings of individuals (in Section E) and firms (in Section F) are expected to contain that individual s or firm s specific role on each project listed. Experience listings that are for related vs. direct project experience should contain a brief statement as to why that project s experience is considered related and/or relevant. All projects listed should include a brief description of the type of project, the specific role of the firm or individual, and other information that is considered relevant to this project. Cleary identify if work experience cited for an individual was done while working for another firm; and if previous work experience cited for a firm (or business unit within a firm) was performed while operating under another name, was performed before acquisition by the current parent firm, or was performed by persons not proposed for this project. Section F, Line 24 should include project presentation drawings and/or photographs. Section F, Line 24, should include the estimated cost and should show both the firm s fee amounts and the project construction cost amounts, differentiated by parentheses around the fee amounts. Section H, Should include all information and discussion necessary to address Selection Criteria. May contain up to 10 pages (in addition to the 10 page limit specified in paragraph VI. B.), with a minimum 11-point type size. (If double sided printing is used, only 5 pages is permitted.) Is not to contain extensive repetition of material presented in previous sections. Should include discussion of the proposed project organization and specific reasons that the for organizing the team as presented including successful previous working relationships, etc. Should be used to elaborate on any relevant issues expected to influence the course of this project, your ideas on dealing with them, and your experience in dealing with them in the past, including Should emphasize coordination with large multi-departmental client organizations Tabbing and/or other easy-to-follow cross references between SF 330 text and the Selection Criteria being addressed would be greatly appreciated. Page 6