RFP 1-15-C025 Parking Access and Revenue Control System (PARCS) Dulles International Airport METROPOLITAN WASHINGTON AIRPORTS AUTHORITY (MWAA) PRE-PROPOSAL CONFERENCE August 12, 2015 (Please use the sign-in sheet on the table) 1
MWAA INTRODUCTIONS Richard Myrah - Contracting Officer Contracting Officer s Technical Representatives Gregg Wollard - Planning Dept., Office of Engineering Matt Sherwood - Landside Contracts Division, Dulles Airport Michele Krakowski Lumin Advisors 2
3 M E T R O P O L I T A N W A S H I N G T O N A I R P O R T S A U T H O R I T Y PRE-PROPOSAL AGENDA Opening and Introductions - Gregg Wollard Procurement Process - Richard Myrah Project Overview - Matt Sherwood and Michele Krakowski Q & A Parking Facilities Tour
PRE-PROPOSAL GUIDELINES All remarks and explanations made by MWAA personnel during the pre-proposal conference do not qualify, change, or otherwise alter the terms of the solicitation Only formal written amendments to the solicitation are binding 4
SOLICITATION OVERVIEW Provide all management, supervision, labor, administrative support, materials, tools, parts, supplies, equipment and transportation necessary to design, construct, manufacture, install, test and make operational a PARCS solution for Washington Dulles International Airport Method of Procurement: Competitive, negotiated Best Value. Award will be made to that proposer: Whose offer is judged by an integrated assessment of the evaluation criteria to be the most advantageous to the Authority based on technical merit and price ( best value ); and That the Authority deems responsible in accordance with the MWAA Contracting Manual. 5
SOLICITATION OVERVIEW (cont d) Best Value Determination The technical merit of the proposal is significantly more important than the price, and price must be fair, reasonable and affordable. The Authority may select other than the lowest price proposal if it is determined by value analysis, or technical/cost tradeoffs, that the proposal is most advantageous. As proposals become more technically equivalent, then price becomes more important. Price Evaluation Price evaluation will be based, in part, on the information presented by the Offerors in Section III Price Schedule. Affordability. The price proposals will be assessed for affordability. The Authority will not make an award for any proposal which proposes prices that would render the procurement infeasible. 6
SOLICITATION OVERVIEW (cont d) Period of Performance: 500 days from Notice-To-Proceed Insurance Liability: Section VII Clause 20 The deadline for questions is 3:00 pm local time, August 21, 2015. All questions must be submitted in writing via our website at www.mwaa.com/8142.htm Proposals are currently due at 1:00pm local time, September 16, 2015 at the address indicated on the solicitation 7
RFP SECTION X ATTACHMENT 02 INSTRUCTIONS TO PROPOSERS Volume 1: Technical Proposal - Submit an original and eight (8) copies in the Technical Proposal envelope. Do not include any reference to price. Submit on typewritten 8 ½ x 11 plain white paper. Assemble in a three ring binder or staple. No other binding methods are acceptable. Address the evaluation criteria in the order they are presented. 8
RFP SECTION X ATTACHMENT 02 EVALUATION CRITERIA Volume 2: Price and Contract Information Submit an electronic copy of the price schedule in Excel format on a flash drive, along with the entire technical proposal and features matrix. The correct number of copies of the following documents in the Volume 2 envelope: Price Schedule, Section III Exhibit D1, Contract Participation Form Solicitation Offer and Award Page Representations and Certifications, Section IV Section VI, Special Provisions, Use of Contract by Other Jurisdictions LDBE Certification Exhibits as applicable Other items required by the Instructions to Offerors 9
RFP SECTION X ATTACHMENT 02 INSTRUCTIONS TO PROPOSERS EVALUATION CRITERIA Criterion 1 - Technical Solution will consider: Solution System performance System flexibility and upgradeability System integrity Criterion 2 - Qualifications will consider: Commitment and quality of resources Project management plan Previous experience Past performance (references) 10
PROJECT OVERVIEW 11
DULLES AIRPORT PARKING FACILITIES 12
PARCS SYSTEM COMPONENTS Entry Stations Pay-on-Foot (Bankcard only) Exit Stations Cashier Stations with Booth Transaction Panel (BTP) License Plate Recognition (LPR) Mobile License Plate Inventory (MLPI) Facility Management System (FMS) Valet System Access Credential Management System (ACMS) Space Count System (SCS) Pre-Booking Reservation System Customer Loyalty Program Validation/Discount Production Unit Clamshell Validators Variable Message Signage (VMS) Point of Sale Handhelds 13
PARCS READ TECHNOLOGY 1D/Quick Response (QR) Barcode Readers EuroPay Mastercard Visa (EMV) Bankcard Chip Readers Near Field Communication (NFC) Readers Proximity Card Readers Automated Vehicle Identification (AVI) Readers 14
PROPOSED SYSTEM ARCHITECTURE 15
SYSTEM ARCHITECTURE HOSTING OPTIONS Cloud environment solution uparcs unified solution Within five years, both MWAA airports (IAD and DCA) will share PARCS servers/network and operate using a single PARCS solution 16
VERIFICATION OF EXISTING CONDITIONS Post-Award Vendor will evaluate PARCS devices and components considered for re-use Existing power supplies, communication conduit/cabling components and conduit for PARCS Server rooms provided by MWAA or locally hosted solution Existing PARCS network 17
PARCS VENDOR and MWAA RESPONSIBILITIES MWAA Responsibilities Onsite space for primary and redundant servers if locally hosted Power, telecommunications, fiber and conduit costs from verification of existing conditions Workstations PARCS Vendor Responsibilities Provide, maintain and monitor field equipment, servers, network, CDMS 18
PARKING FACILITIES TOUR MWAA will provide shuttle for tour of the parking facilities Bus will start and end tour at the pre-proposal conference location Time for questions and answers at each stop Stops: Hourly entry and exit plazas Valet entry lane and office Daily garage 1 and 2 entry and exit plazas Economy entry and exit plazas One employee lot Parking Operations office LPR, remote cashiering, intercoms, FMS reviews, camera feeds Terminal office POF camera fee backup POF locations terminal and garage Maintenance workspace 19
SUMMARY Questions Due: 3:00 PM EST, August 21, 2015 Project Duration: Bond Requirements: LDBE Requirements: 500 Days 100% Payment and Performance None Deadline for Proposals: 1:00 PM EST, September 16, 2015 Interviews/Discussions: End of October, 2015 Tentative Award: November, 2015 20
QUESTIONS & ANSWERS 21