RFP 1-12-C069 ELECTONIC SECURITY SYSTEM (ESS) MAINTENANCE & REPAIR SERVICES AT WASHINGTON DULLES INTERNATIONAL & RONALD REAGAN WASHINGTON NATIONAL AIRPORTS PRE-PROPOSAL CONFERENCE March 21, 2012 (Please use the sign-in sheet on the table) 2
AIRPORTS AUTHORITY INTRODUCTIONS Kim Westerhaus Contracting Officer Cynthia Lipscomb Equal Opportunity Programs Contracting Officer s Technical Representatives Larry Gosnell Dulles International Airport Mark Baldy Reagan National Airport 3
SOLICITATION OVERVIEW This is a combined solicitation; two separate awards will be made to the same contractor. The Contractor shall furnish all necessary labor, materials, equipment and supervision for Maintenance, Repair and Modification Services for the ESS equipment/hardware/software, including security network infrastructure, automated access control systems, CCTV, security, perimeter detection ti at Dulles International and Reagan National Airports. 4
SOLICITATION OVERVIEW 20% Local Disadvantaged Business Enterprise (LDBE). For any LDBE/MBE/WBE information, including other LDBE size standards, contacts the Equal Opportunity Programs Department at 703-417-8629, Cynthia Lipscomb. Bonding Requirements: 100% Performance within a maximum of ten (10) calendar days of request by the Authority, with a surety or sureties acceptable to the Authority. See RFP, Section V SOLICITATION PROVISIONS 20 PERFORMANCE BOND. 5
SOLICITATION OVERVIEW The Estimated Dollar Cost: $1,000,000 and $5,000,000 annually per airport. The Performance period: Dulles International Airport will be twenty-six (26) months from the effective date of the contract. The first 60 calendar days of the effective date will be for Transition Services. Reagan National Airport will be twenty-five (25) months from the effective date of the contract. The first 30 calendar days of the effective date will be for Transition Services. There are three (3) Option Years. Insurance Liability Section VII Page 3, paragraph 15. 6
SOLICITATION OVERVIEW The deadline for questions is 3:00 pm Local time, April 4, 2012. All questions must be submitted in writing via our website at www.mwaa.com/4704.htm Proposals are currently due on: April 17, 2012 at 1:00 pm Local time at the address indicated on the solicitation. 7
SOLICITATION OVERVIEW RFP Section VII Contract Provisions, 50 Employment Eligibility Verification, page VII-22. E-Verify program operated by U.S. Department of Homeland Security in partnership with the Social Security Administration. Information on registration for and use of the E-Verify program can be obtained via the Internet at the Department of Homeland Security Web site: http://www.dhs.gov/e-verify 8
RFP SECTION III PRICE SCHEDULE 9
RFP SECTION III PRICE SCHEDULE 10
RFP SECTION III PRICE SCHEDULE 11
RFP SECTION III PRICE SCHEDULE 12
RFP SECTION X ATTACHMENT 02 EVALUATION CRITERIA Proposal Submission Instructions Envelope 1: Representation Package - Submit an original and one (1) copy of the following documents in the Representation Package envelope: Solicitation Offer and Award Page Representations and Certifications, Section IV Section VI, Special Provisions, i Use of Contract t by Other Jurisdictions 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 13
RFP SECTION X ATTACHMENT 02 EVALUATION CRITERIA Envelope 2: Price Envelope - Submit an electronic copy on CD ROM or flash drive, an original hard copy and one (1) copy of the following documents in the Price Proposal envelope: Price Schedule, Section III Exhibit D, Contract Participation Form Envelope 3: Technical Proposal - Submit an original and six (6) 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. Do not exceed fifty (50), double-spaced, single sided pages. Exhibits, resumes, and samples of previous work not included in the 50-page limit. Address the evaluation criteria in the order they are presented. 14
RFP SECTION X ATTACHMENT 02 TECHNICAL EVALUATION CRITERIA The following Criteria i are the only ones considered d during the Technical Evaluation. Criterion 2: Offeror s Plan to Meet the Requirement Criterion 3: Management Plan Criterion 4: Experience, Qualifications and Past Performance of the Offeror Criterion 5: Experience and Qualifications of Personnel Each Offeror s technical proposal must demonstrate the Offeror s ability to meet all requirements in this RFP. 15
RFP SECTION X ATTACHMENT 02 TECHNICAL EVALUATION CRITERIA Section B. Format and Instructions ti for Technical Proposal Preparation. Section B requests detailed d information for each of the prior evaluation criteria and will be used in evaluating the proposals. Offeror s Technical Proposals should include a Cover/Title Sheet, and a Table of Contents that lists section numbers and page numbers. Proposals that do not include all requested information as required in the RFP, and do not conform to the instruction ins Section B, may be deemed nonconforming, and rejected without evaluation. 16
ESS Duty Hours: ELECTRONIC SECURITY SYSTEM (ESS) STATEMENT OF WORK Dulles Airport: On-site staff, twenty-four (24) hours a day, seven (7) days a week, three hundred sixty-five days a year, including holidays. National Airport: On-site staffing, Monday Friday, 0600 2200 hours, including holidays. Two (2) hour Recall on-site availability, Monday through Friday, 2200 0600 hours, including holidays. Two (2) hour Recall on-site availability, Friday, 2200 hours through Monday, 0600 hours, including holidays. 17
Transition Period: ELECTRONIC SECURITY SYSTEM (ESS) STATEMENT OF WORK Evaluate and document the Technical Infrastructure, Complete an ESS Condition Survey, Assess the ESS Spare Parts Inventory, Dulles Airport Sixty (60) day transition period. National Airport Thirty (30) day transition period. 18
Base Services: ELECTRONIC SECURITY SYSTEM (ESS) STATEMENT OF WORK Routine Maintenance and Repair Services Alarm and CCTV Inspections, Preventive Maintenance Services Task and Frequencies (Appendix F) Corrective Action Service Call Response 19
ELECTRONIC SECURITY SYSTEM (ESS) STATEMENT OF WORK Supplemental Services services which are outside the requirements of Base Services, excluding minor repairs, or resets. The Contractor shall not utilize on-site employees assigned to perform Base Services to accomplish Supplemental Services during Contractor duty hours. Supplemental Services shall be carried out in addition to Base Service tasks and responsibilities, there shall be no delay or other impact on the performance of Base Service tasks and responsibilities. Supplemental Services shall be requested and approved through Contract Services Call Orders. Labor rates for Supplemental Services will be charged according to Section III Price Schedule, 2.0. 20
ELECTRONIC SECURITY SYSTEM (ESS) STATEMENT OF WORK Section IX - Personnel - identifies minimum positions, certifications, training, and/or experience. Project Manager(s) responsible for the overall contract management and performance at both airports. On-site Personnel: Dulles Airport On-site Personnel: Full time On-site Manager Network Engineer(s) System Administrator(s) Network Administrator(s) PSIM (AEGIS) Technician(s) Maintenance Technicians Lead(s), Technician(s) II, and Technician(s) I 21
ELECTRONIC SECURITY SYSTEM (ESS) STATEMENT OF WORK National Airport On-site Personnel: Full time On-site Manager Network Engineer(s) System/Network Administrator(s) Maintenance Technicians Lead(s), Technician(s) II, and Technician(s) I All Maintenance Technician positions have minimum staffing requirements for areas and shifts at Dulles Airport, or shifts at National Airport. Offerors must meet the minimum requirements for each area and shift to be considered in conformance. 22
AIRPORT SECURITY AND IDENTIFICATION The Contractor shall be responsible for, at its own expense, obtaining the proper security clearance, fingerprinting, training, badges required to access the restricted t areas of the Airport including the Air Operations Area (AOA), Security Identification Display Area (SIDA), and U.S. Customs Seal to gain entrance in the U.S. Customs area at Dulles Airport. Identification badges issued by the Airports Authority must be visibly worn at all times while in the SIDA. Company vehicles utilized on the AOA must be registered with the Airport Operations Division and must meet all the requirements set forth in the applicable Orders and Instructions for the airport. 23
ELECTRONIC SECURITY SYSTEM (ESS) APPENDICES The Electronic Security System at both airports are extremely complex infrastructures. Please review all of the appendices in the Statement of Work to gain a clear understanding of the requirements of this RFP. Due to security reasons the appendices are not representative of the entire system, but rather provides a good overview. Further details will be released to the apparent successful offeror after award. 24