NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL PLANNING SERVICES FOR AIRPOPRT MASTER PLAN AND AIRPORT LAYOUT PLAN UPDATES I. REQUEST FOR QUALIFICATIONS (RFQ) The Norfolk Airport Authority (hereinafter referred to as Authority ), acting by and through its Executive Director, will accept qualification proposals from professional planning firms (hereinafter referred to as Consultant ) to provide professional services as required by the Authority to assist in updating the Master Plan and Airport Layout Plan (hereinafter referred to as Study ) at Norfolk International Airport ( Airport ). Basic Services that may be required to be provided by the selected Consultant: 1. Those services required to meet all of the criteria established by the Federal Aviation Administration (FAA) and the Virginia Department of Aviation for a comprehensive Airport Master Plan Update and Airport Layout Plan Update per FAA Advisory Circular 150/5070-6B, FAA SOP 2.0 Standard Procedures for FAA Review and Approval of ALPs and all other applicable Advisory Circulars, Regulations, Orders, etc. applicable to airport planning, operations, and maintenance. 2. Develop Sustainable Management Plan per the FAA s Interim guidance for the Sustainability Master Plan Pilot Program and ACRP Synthesis 66 Lessons Learned from Airport Sustainability Plans when developing the Sustainable Management Plan. Also reference the Virginia Department of Aviation s Virginia Airports Sustainability Management Plan. 3. The Authority will emphasize the following items during the study: evaluation of Crosswind Runway 14/32 as an ARC C-III runway with adequate length to serve C-III aircraft; evaluation of 14/32 as an ARC B-II runway; the cost benefit analysis for reconstructing or closure of Runway 14/32; reconstruction of the Primary Runway 5/23 and construction of associated improvements as required to maintain commercial service operations at all times; relocation of the Fuel Farm; and construction of additional parking garages for Rental Car Return, Employee Parking and Long Term Parking. Note this list is not intended to represent all areas of focus within the Study. 4. Analyze existing airfield against all current FAA design standards, identify those areas that are not in compliance and perform the cost benefit analysis of deficiencies as selected by the Authority.
5. Analyze Authority property and identify those properties that are available for non-aviation related development. 6. Respondents should include as part of their proposal submittal a general description of the approach that they anticipate taking for this Study, if selected. It is recognized that a detailed scope of work will be developed after the final consultant is selected and is subject to approval by the FAA. 7. It is anticipated that all elements of an Airport Master Plan as found in Part II of FAA Advisory Circular 150/5070-6B will be included in the detailed scope of work for this Study. 8. Perform an aeronautical survey in accordance with latest version of FAA Advisory Circulars 150/5300-16, 17 and 18. Survey will be used for existing inventory analysis and as base mapping in for the Airport Layout Plan. Note there is no existing survey that meets these standards. 9. The selected consultant will coordinate the Study process with all users of the Airport, as applicable, and other federal, state and local agencies, as required. The selected consultant will also be required to organize and conduct public information meetings and other efforts to encourage public involvement in the Study. 10. Respondents are advised that it is the intent of the Authority to submit requests for federal and state funding grants for the Study. 11. Perform such other comparable or related services with regard to the Study as the Authority may require. Information that will be provided by the Authority to those who attend the pre-proposal meeting: 1. Executive Summary of 2008 Master Plan Update 2. Current Existing and Proposed Airport Layout Plan Sheets 3. Current Airport Capital Improvement Program as submitted to the FAA 4. Current Pavement Management Plan Executive Summary 5. All of the above items will be provided via the Authority s file transfer service 6. Additional documents will be provided as available to the selected offeror once the detailed scope of work is determined. II. GENERAL PROPOSAL REQUIREMENTS A. RFQ Response: In order to be considered for selection, Offerors must submit a complete response to this RFQ for receipt not later than 4:00 p.m. (Local Time) on December 6, 2016. One (1) electronic copy (PDF only, on CD only), one (1) 2
original hard copy and four (4) copies of each proposal must be submitted to the Authority s Administrative Office at the following address: Anthony E. Rondeau, P.E. Deputy Executive Director Engineering and Facilities Norfolk Airport Authority Norfolk International Airport 2200 Norview Avenue Norfolk, VA 23518-5807 B. Proposal Format 1. Proposals shall be signed by an authorized representative of the Offeror. All information requested in this RFQ should be submitted. Failure to submit all information requested may result in rejection of the Proposal. 2. Proposals should be prepared simply and economically, providing a straightforward, concise description of capabilities to satisfy the requirements of the RFQ. Emphasis should be on completeness and clarity of content. Do not submit an extensive array of promotional brochures and marketing information. 3. Each copy of the proposal should be bound in a single volume where practical. 4. Ownership of all data, materials and documentation submitted to the Authority pursuant to this RFQ shall belong exclusively to the Authority and shall be subject to public inspection in accordance with the Virginia Freedom of Information Act. 5. Proposals should be organized in the order in which the requirements are presented in this RFQ. All pages of the proposal should be numbered. Information which the Offeror desires to present that does not fall within any of the requirements of the RFQ should be attached at the end of the proposal and designated as additional material. C. Oral Presentation: At the option of the Authority, Offerors who submit a proposal in response to this RFQ may be required to give an oral presentation of their proposal to the Authority at a time and location set by the Authority. If a presentation is required, the members of the team that Offeror proposes to be involved in providing the services must be present and participate. 3
III. SPECIFIC PROPOSAL REQUIREMENTS Offerors are required to submit the following information in their proposal: A. Contact Information: Name of Offeror Mailing Address Telephone Fax Email B. The name and contact information of the staff person who is responsible for the Proposal and is to be contacted regarding any questions the Authority may have about the Offeror s response to this RFQ. C. Biographical sketch of each individual staff member who will perform work covered under this RFQ. D. References from other clients, commercial service airports in particular, where comparable services have been provided. E. Location of office from which the majority of the work would be performed. F. The name and contact information of the staff person who would be the Authority s primary contact for coordination of services, if the Offeror firm is selected. IV. EVALUATION AND AWARD CRITERIA A. Evaluation of Proposals: Each proposal will be evaluated for full compliance with the RFQ instructions to the Offeror and the mandatory terms and conditions set forth herein. The specifications within this RFQ represent the minimum performance necessary for response. An award will be made to the Offeror who is determined by the Authority, in its sole discretion, to best meet its needs and objectives. The Authority will consider a number of factors in combination in evaluating the proposals submitted and will score each proposal based on the criteria below. A total of fifty (50) points will be available. 1. Related Project Experience (20 Points) - Established competence, experience and qualifications of personnel assigned, with particular attention to experience in design and construction of projects similar to the scope of services reference in this RFQ. 4
2. Personnel Qualifications (15 Points) Provide a list of individuals, to include sub-consultants, who will be assigned to this project. Include resumes for each key individual of the team. 3. References (10 Points) Provide references with specific knowledge of Offeror s experience and qualifications with similar projects. 4. Compliance with RFQ Instructions (5 Points) Submittal meets requirements stated in RFQ and information is presented in a way that is easy to understand, follow and free of excessive marketing materials. B. Qualifications of Offerors: The Authority may make such investigations as deemed proper and necessary to determine the ability of the Offeror to perform the services, and the Offeror shall furnish to the Authority all such information and data for this purpose as may be requested. The Authority reserves the right to reject any proposal if the evidence submitted by, and investigations of, such Offeror fail to satisfy the Authority that such Offeror is properly qualified to carry out the obligations of the contract and to provide the services contemplated therein. C. Award and Term of Contract: The Authority shall select the Offeror(s) deemed to be best qualified, responsible and best suited among those submitting proposals. Negotiations shall be conducted with the Offeror(s) so selected. The proposed consultant team of the Offeror may be required to participate at the Airport in at least one negotiation session. If negotiations with a Selected Offeror are successfully completed, the Authority shall award the contract to that Offeror. The Authority may cancel this RFQ or reject any or all proposals at any time prior to an award, and shall not be required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the Selected Offeror s proposal as negotiated except that the Authority shall not be bound to contract for any or all of the Basic Services listed in Section I and shall, at the time of entering into the Contract with the Selected Offeror, be free to add, delete, and/or change any of the Basic Services. Award is expected by February 1, 2017, and the Selected Offeror s performance of service is to begin immediately upon award. The term will be for three (3) years with the option for the Authority to extend annually for a maximum of two (2) additional years. The term initiation date will be the date of the Notice of Award as issued by the Authority. 5
V. GENERAL TERMS AND CONDITIONS A. Applicable Laws and Courts: This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia and any litigation with respect thereto shall be brought in Norfolk, Virginia in the appropriate court having jurisdiction. The Offeror shall comply with all applicable federal, state and local laws, rules and regulations. B. Anti-Discrimination: Norfolk International Airport is committed to ensuring that no person is excluded from participation in or denied the benefits of airport services on the basis of race, color, or national origin, as provide by Title VI of the Civil Rights Act of 1964, as amended. Additionally, 49 U.S.C. 47123 further prohibits recipients of US Department of Transportation financial assistance from engaging in discrimination based on sex and creed. By submitting a proposal, each Offeror certifies to the Authority that the Offeror will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and the Virginia Public Procurement Act. C. Ethics in Public Contracting: By submitting a proposal, each Offeror certifies that the proposal is made without collusion or fraud and that Offeror has not offered or received any kickbacks or inducements from any other Offeror, supplier, manufacturer or subcontractor in connection with its proposal, and that Offeror has not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. D. Immigration Reform and Control Act of 1986: By submitting a proposal, each Offeror certifies that it does not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. E. Assignment of Contract: A contract shall not be assignable by the Selected Offeror in whole or in part, without the written consent of the Authority. Without limitation, this restriction against assignment applies to the Selected Offeror s performance obligations under the contract and its right to payment under the contract. Any assignment in violation of this section shall be void and unenforceable as to the Authority. F. Late Proposals: To be considered for selection, proposals must be received by the Authority by the designated date and time. Proposals received after the date and time designated are automatically disqualified and will not be considered. The 6
Authority is not responsible for delays in the delivery of mail by the U.S. Postal Service or private couriers. It is the sole responsibility of the Offeror to insure that its proposal reaches the Authority by the designated date and time. G. Offeror Understanding of Requirements: It is the responsibility of each Offeror to inquire about and clarify any requirements of this RFQ that are not understood. A pre-proposal meeting will be held at 2:00 p.m. on November 8, 2016 in Conference Room A in the Departures Terminal at Norfolk International Airport. This meeting will provide interested Offerors the opportunity to ask questions and request clarification of this RFQ. The Authority will not be bound by oral explanations as to the meaning of specifications or language contained in this RFQ. Therefore, all inquiries deemed to be substantive in nature must be in writing and submitted to the Authority by 4:00 p.m. on November 14, 2016. All questions must be submitted via email to arondeau@norfolkairport.com. The Authority s responses to questions, comments or requests will be provided in the form of a written Addendum to the RFQ and provided to all entities that attend the pre-proposal meeting and provide contact information as document on the preproposal sign-in sheet. The Offeror s signature on its proposal certifies that the Offeror fully understands all facets of this solicitation. H. Offer Acceptance Period: Any proposal submitted in response to this solicitation shall be valid for 90 days. At the end of 90 days, the proposal may be withdrawn at the written request of the Offeror. If the proposal is not withdrawn at that time, it remains in effect until an award is made or the solicitation is canceled. I. Conflict of Interest: The Offeror represents to the Authority that it s entering into this agreement with the Authority does not entail any violation of the Virginia Conflict of Interest Act. J. Subcontracts: No portion of the work shall be subcontracted without prior written consent of the Authority. In the event that the Selected Offeror desires to subcontract some part of the work specified herein, the Selected Offeror shall furnish the Authority the names, qualifications and experience of the proposed subcontractors. The Selected Offeror shall, however, remain fully liable and responsible for the work to be done by its subcontractor(s) and shall assure compliance with all requirements of the contract. K. Costs: The Authority assumes no obligation for any costs associated with preparation or submission of proposals. L. Unauthorized Contact. Except the proposal meeting and written communications with the Executive Director as specifically authorized herein, contact with any official or employee of the Authority, including any Commissioner, in connection with this RFQ and the service described herein is prohibited and shall be cause for 7
disqualification of the Offeror. The Authority will not meet individually with any Offeror prior to receipt of proposals. M. The Authority's award to the Selected Offeror is expressly conditioned on the required services being performed by the individuals identified in response to Section III.C of the RFQ. Therefore, the Selected Offeror may not change and/or substitute the individuals identified in response to Section III.C with the Authority's advance written consent. Robert S. Bowen, A.A.E. Executive Director 8