1-17-C037 Pre-Proposal...

18
PRE-PROPOSAL CONFERENCE RFP No.1-17-C037 Replacement of Electronic Key Access Control Security Systems March 17, 2017 10:00 AM

Transcript of 1-17-C037 Pre-Proposal...

PRE-PROPOSAL CONFERENCE

RFP No.1-17-C037Replacement of Electronic Key Access Control

Security Systems

March 17, 2017 10:00 AM

Disclaimer

The information contained in thispresentation is for informational

purposes only

In the event of a discrepancy between the information contained herein and the RFP documents, the RFP

documents will take precedence

LDBE Participation RequirementsThis RFP has a 0% Local Disadvantaged Business Enterprise (LDBE) participation

requirement and a 0% Voluntary MBE/WBE goal.

Contractor Responsibility• LDBE Contract participation form (Exhibit D) must be submitted with Proposal

• Letter of intent (Exhibit E) must be submitted 3 days upon request of the Contracting Officer

For any LDBE/MBE/WBE information, including other LDBE size standards, contact the Department of Supplier Diversity at 703-417-8625

LDBE Certification Requirements• Race- and gender-neutral program

• Small business, organized for profit, that is not dominant in its field

• Average annual gross receipts (based on the firm's last three years), must not exceed the small business size standard

• Must be located within a 100-mile radius of the Washington, DC’s Zero Mile Marker– As of application date, the business has an established office

where the firm’s owner, management, or employees are present and conduct the firm’s business on a regular and frequent basis

LDBE certification is valid for a period of 3 years Apply for re-certification 60 days before expiration

4

New Supplier Diversity Management System

• On-line certification application and renewal

• Real-time monitoring of certification applications in process

• Targeted outreach for contracting opportunities

• Contractor visibility into MWAA directory of certified firms

• Online contract compliance monitoring

Visit: mwaa.diversitycompliance.com

Summary of Solicitation• Procurement Method: Low Price- Technically Acceptable

• Award will be based on the lowest evaluated price of proposals meeting the “acceptability standards” for non-cost factors.

• Evaluation Criteria are listed in the solicitation.

• Performance Period: One Year from the contract effective date

• Option Years: Nine (9) one year options, at the discretion of the Authority

• Anticipated Contract Award: May 31, 2017

• Contract Type: Firm Fixed-Price Contract

• Term and Conditions are not negotiable in any material way. Contractors are encouraged to ask questions or clarifications during the Q&A period

• Insurance Affidavit, Attachment 03 of the RFP

Proposal Requirements

• Proposals are due April 6, 2017 NLT 3:00 PM (EST) at the address identified on the solicitation:

• Proposal Submission Requirements:• Proposals shall be submitted in three (3) parts, each in

separate sealed envelopes labeled with the Offeror’s name, address, the Solicitation number 1-17-C037 and the envelope name

Proposal SubmissionsPart 1 – Representation Package

• Submit an original and one (1) copy of the following documents:• Solicitation Offer and Award Page, Page I-1

• Representations and Certifications, Section IV

• LDBE Certification Exhibits as applicable: Exhibit A, Voluntary Efforts to Obtain MBE/WBE Participation Exhibit F, LDBE Certification Application or proof of certification Exhibit G, Application for Joint Venture Eligibility Exhibit H, Request for Waiver Exhibit I, LDBE Unavailability Certification

• Insurance Affidavit, Section X – Attachment 03

Proposal SubmissionsPart 2 – Price Proposal

• Submit an original and one (1) copy of the following documents:- Price Schedule, Section III

- Contract Participation Form, Exhibit D (next page)

Proposal SubmissionsPart 3 – Technical Proposal

Do not include any Price Proposal information in any of the technical proposal sections

• Submit an original and Five (5) copies:

• Submit on typewritten 8 ½ x 11” plain white paper

• Font size should be a minimum of 11pt and print should be Arial or Times New Roman. Font size on diagrams and figures should be at least 10pt.

• Page margins should be at least 1” and each page should be numbered with at the least the page number.

• Assemble in a three ring binder or staple. No other binding methods are acceptable

• Do not exceed fifty (50), double-spaced, single sided pages. Exhibits and samples of previous work are not included in the 50-page limit

• Address the evaluation criteria in the order they are presented

Evaluation Criteria

Criterion 1: Technical Solution• The Offeror’s proposal shall demonstrate an understanding of and an ability to execute the

Statement of Work (SOW), including the unique challenges, risks, and opportunities related tomeeting the goals and objectives outlined in the SOW. The offeror shall describe activities,techniques, tools, and resources that will be used and how it would identify solutions to potentialproblems or constraints that may be encountered in performing the work.

Criterion 2: Experience and Qualifications of Past Performance of the Offeror

• The Offeror’s shall provide past performance of current and previous contracts over the past three (3)years in providing a smart key solution which integrates standardized mechanical and electronic locking solutions along with SaaS. Relevancy and how well the contractor performed will be assessed.

Scope of Services

• The contractor shall furnish all necessary labor, materials, tools, equipment and supervision to design and install a replacement to the current intellikeybrand electronic key access control system used at the Ronald Reagan Washington National Airport (DCA), Washington Dulles International Airport (IAD) and the Dulles Toll Road (DTR) in accordance with the Section X, Attachment 01 – Statement of Work.

Planholder List

On-Line Resources• The Pre-Proposal Conference Attendees List and this

presentation will be posted on the Airports Authority website

• All questions must be submitted through the Airports Authority website by 3:00 PM March 20, 2017

• Answers to all questions received will be posted on-line, and all registered Planholders will be notified