RFQ for On-Call Airport Architectural and Engineering Services

expired opportunity(Expired)
From: Manchester Boston Regional Airport(Airport)
FY24-805-03

Basic Details

started - 10 Jul, 2023 (9 months ago)

Start Date

10 Jul, 2023 (9 months ago)
due - 25 Aug, 2023 (8 months ago)

Due Date

25 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
FY24-805-03

Identifier

FY24-805-03
Manchester Boston Regional Airport

Customer / Agency

Manchester Boston Regional Airport
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR: ON-CALL AIRPORT ARCHITECTURAL AND ENGINEERING (“A/E”) SERVICES Solicitation Number FY24-805-03 MANCHESTER-BOSTON REGIONAL AIRPORT MANCHESTER, NEW HAMPSHIRE Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 2 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx REQUEST FOR STATEMENT OF QUALIFICATIONS FOR ON-CALL AIRPORT ARCHITECTURAL AND ENGINEERING (“A/E”) SERVICES MANCHESTER-BOSTON REGIONAL AIRPORT MANCHESTER, NH Solicitation Number FY24-805-03 In accordance with FAA Advisory Circular 150/5100-14E, The City of Manchester, New Hampshire acting by and through its Department of Aviation (hereinafter called the “AIRPORT”), being the duly
and lawfully constituted municipal corporation owning and operating the Manchester-Boston Regional Airport, located in the City of Manchester and Town of Londonderry, New Hampshire hereby solicits Statements of Qualification (“STATEMENTS”) from Airport Architectural & Engineering Consulting Firms for On-Call Architectural and Engineering Services. Specific categories for airport consulting services include but are not limited to: 1. Architectural Design Services 2. Airside Civil Engineering and Land Surveying Services 3. Landside Civil Engineering and Land Surveying Services 4. Project and Construction Management Services Interested firms are highly encouraged to formulate teams and to submit one STATEMENT that conforms to the requirements of this RFQ and addresses the various consulting services listed above. It is the intent of the AIRPORT to select two RESPONDENTS for a term of three (3) years fixed with two (2) one (1) year options. Title VI Solicitation Notice: Manchester-Boston Regional Airport, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 3 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx TABLE OF CONTENTS SECTION I – DESCRIPTION OF WORK ................................................................................................................................. 5 1.1 General Description of Responsibilities ......................................................................................................................... 5 1.2 Responsibilities of Consultant – Grant Management Services ....................................................................................... 5 1.3 Responsibilities of Consultant – Preliminary Phase Services ......................................................................................... 5 1.4 Responsibilities of Consultant –Design Phase Services ................................................................................................. 6 1.5 Responsibilities of Consultant –Bidding/Negotiation Phase Services ............................................................................ 6 1.6 Responsibilities of Consultant –Construction Phase Services ........................................................................................ 6 1.7 Responsibilities of Consultant – Project Closeout Phase ................................................................................................ 7 1.8 Special Services .............................................................................................................................................................. 7 1.9 Knowledge, Skills and Abilities of the Consultant ......................................................................................................... 8 SECTION II – INSTRUCTIONS FOR PREPERATION OF STATEMENT ............................................................................. 9 2.1 Statement Content and Organization .............................................................................................................................. 9 2.1.1 Section 1: General Corporate Overview and Capabilities .......................................................................................... 9 2.1.2 Section 2: Project Organization and Staffing ............................................................................................................. 9 2.1.3 Section 3: Progress, Quality Assurance, and Cost Control ...................................................................................... 10 2.1.4 Section 4: Disadvantaged and Local Small Business Opportunity Goals ................................................................ 10 2.1.5 Section 5: Location................................................................................................................................................... 11 2.1.6 Section 6: Experience with Similar Projects ............................................................................................................ 12 2.1.7 Section 7: Previous Airport Contract Awards .......................................................................................................... 12 2.1.8 Section 8: Certifications ........................................................................................................................................... 12 2.2 Statement Organization ................................................................................................................................................ 13 2.3 Submission Date and Procedures .................................................................................................................................. 13 SECTION III – SELECTION PROCESS .................................................................................................................................. 14 3.1 Selection Process .......................................................................................................................................................... 14 3.2 Selection Schedule ........................................................................................................................................................ 14 3.3 Preliminary Review ...................................................................................................................................................... 14 3.4 Formal Evaluation and Scoring .................................................................................................................................... 14 3.5 Phase I Tiebreaker ........................................................................................................................................................ 15 3.6 Phase I: Shortlist Development.................................................................................................................................... 15 3.7 Phase II: Interviews ..................................................................................................................................................... 15 3.8 Final Selection .............................................................................................................................................................. 16 SECTION IV – GENERAL CONDITIONS ............................................................................................................................. 17 4.1 Airport Right to Reject and Waive Minor Irregularities ............................................................................................... 17 Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 4 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx 4.2 Inquiries ........................................................................................................................................................................ 17 4.3 Contact With Airport Staff ........................................................................................................................................... 17 4.4 Addendums and Clarifications...................................................................................................................................... 17 4.5 Additional Provisions ................................................................................................................................................... 18 4.6 Rejection of Irregular Statements ................................................................................................................................. 18 4.7 Cost ............................................................................................................................................................................... 18 4.8 Contract Agreement ...................................................................................................................................................... 18 4.9 Project Manager ............................................................................................................................................................ 18 4.10 Non-Discrimination Provisions .................................................................................................................................... 18 4.11 Sub-Consultants ............................................................................................................................................................ 19 APPENDIX A: ANTICIPATED FEDERALLY-FUNDED CIP PROJECTS .......................................................................... 20 APPENDIX B: ANTICIPATED NON-FEDERALLY FUNDED CIP PROJECTS ................................................................ 22 APPENDIX C: SAMPLE PROFESSIONAL SERVICES AGREEMENT FOR AIP-FUNDED CONSULTING SERVICES ................................................................................................................................................................................................... 24 APPENDIX D: NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY........................................................................................................................................................................ 58 APPENDIX E: CERTIFICATIONS ......................................................................................................................................... 59 Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 5 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx SECTION I – DESCRIPTION OF WORK 1.1 General Description of Responsibilities The AIRPORT plans to make application to the Federal Aviation Administration (“FAA”) and/or the State of New Hampshire Department of Transportation, Bureau e of Aeronautics (“NHDOT”) over the course of the next five years for grants related to airport development. A copy of the Airport Capital Improvement Projects (“ACIP”) is included in Appendix A. The ACIP projects, timeframes and estimates are subject to change at any time due to constraints outside of AIRPORT control. The detailed scope of each ACIP project will be determined as each project is approved and funded through the development of a Task Order which will serve as an amendment to the Professional Services Agreement (“AGREEMENT”). In addition to those projects identified in the ACIP, the CONSULTANT will assist the AIRPORT on non-AIP funded projects. These projects are provided in Appendix B. The following sections present some of the responsibilities the AIRPORT will expect the CONSULTANT to perform during the term of the AGREEMENT. 1.2 Responsibilities of Consultant – Grant Management Services In concert with airport management, the CONSULTANT shall assist in managing federal and state grants both those currently open and those that will be issued during the term of the AGREEMENT. Responsibilities as they relate to grant management services include, but are not limited to, the following: a) Preparing and submission of grant pre-applications; b) Preparing and submission of grant applications; c) Preparing of grant award for Airport Director and City Legal approval; d) Preparing of FAA and NHDOT grant reimbursement requests; e) Preparing of periodic FAA and NHDOT reports for approval and submission by Airport Director; and, f) Preparing of required grant close-out reports for approval and submission by Airport Director. 1.3 Responsibilities of Consultant – Preliminary Phase Services This phase involves those activities required for defining the scope of a project, establishing preliminary budgetary estimates, and presenting a project funding plan for consideration by the AIRPORT. Some examples of activities within this phase of a project include, but not limited to the following: a) Conferring with owners and stakeholders on project requirements, budget preparation, financial impact, schedules and other pertinent matters; b) Planning, procuring, and/or preparing necessary surveys, permits, geotechnical engineering investigations, field investigations and architectural and engineering studies required for preliminary design; c) Developing design schematics, sketches, environmental and aesthetic considerations, preliminary layouts, cost estimates and project recommendations; d) Preparing project design criteria and other bridging documents commonly used for alternative project delivery methods such as design-build contracting; e) Conducting environmental compliance, reporting, planning and cleanup supervision; f) Managing Independent Fee Estimates (“IFEs”) required for AIP-funded projects; and, Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 6 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx g) Assisting in preparation of grant applications for subsequent phases of project life cycle. 1.4 Responsibilities of Consultant –Design Phase Services This phase includes all activities required to undertake and accomplish a full and complete project design. Examples include, but not limited to the following: a) Coordinating and attending meetings to obtain information and to coordinate or resolve design matters with all critical project stakeholders; b) Collecting engineering data and undertaking field investigations; performing geotechnical engineering studies and performing architectural, engineering, and special environmental studies; c) Preparing necessary engineering reports and recommendations; d) Preparing construction safety phasing plans (“CSPPs”); e) Preparing detailed plans, specifications, cost estimates, and construction schedules; f) Printing and distributing necessary copies of contract drawings and specifications; g) Providing value engineering services if required to meet overall budgetary constraints; and, h) Conducting environmental and construction permitting. 1.5 Responsibilities of Consultant –Bidding/Negotiation Phase Services These activities involve assisting the AIRPORT in advertising, securing and recording bids, negotiating for services, analyzing bid results and furnishing recommendations on the award of contracts. Examples include, but not limited to the following: a) Overseeing public announcement of project availability and public bid openings; b) Analyzing bid results via bid tabulations; c) Conducting negotiation for services; d) Preparing a recommendation for award; e) Preparing required contract documents; and, f) Preparing necessary grant applications for construction phase service. 1.6 Responsibilities of Consultant –Construction Phase Services This phase includes all basic services rendered after award of a construction contract including, but not limited to, the following activities: a) Providing consultation and advice to the Owner during all phases of construction; b) Participating in pre-construction conferences; c) Inspecting and testing work-in-progress periodically and providing appropriate reports to the Owner; d) Reviewing and approving shop drawings, product submittals, Requests for Information (RFIs), etc. submitted by the Contractor for compliance with the contract documents; e) Reviewing, analyzing, and approving detailed mill, shop and/or laboratory inspections of materials and equipment; f) Assisting in review and negotiation of change orders and supplemental agreements; g) Observing or reviewing performance tests required by the specifications; h) Reviewing contractor pay requests for approval by Airport Director; i) Conducting final inspection, creating required punch-lists, ensuring punch-list items are corrected and meet contract specifications and documents, and preparing all project closeout documents for the Owner; j) Preparing as-built/as-constructed drawings using CADD and providing CADD drawings and electronic files for each project; Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 7 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx k) Providing all testing and evaluation services which may be required through a wide range of construction projects; l) Preparing quality control plans, and all required contingent documentation, appropriate logs, daily reports and progress schedules and specific procedures for the coordination of information between the Contractor, the design professional and the Owner; and, m) Ensuring contractor compliance with Airport Disadvantaged Business Enterprise plan and/or contract-specific DBE goal. 1.7 Responsibilities of Consultant – Project Closeout Phase This phase includes all basic services rendered after completion of a construction contract including, but not limited to, the following activities: a) Making final inspections and submitting punch-lists and a report of the completed project to the Owner; b) Providing record drawings; c) Preparing summary of material testing report; d) Preparing summary of project change orders; e) Preparing grant amendment request and associated justification, if applicable; f) Preparing final project reports including financial summary; and, g) Obtaining release of liens from all contractors. 1.8 Special Services In addition to the responsibilities listed above, the AIRPORT may seek assistance from the CONSULTANT for the following services: a) Providing subject-matter expert for major operation and maintenance (O&M) projects; b) Managing contracts for major maintenance projects; c) Providing procurement guidance as needed; d) Managing scope, fee, and contract development for any required facility condition assessments; e) Assisting in migration of legacy CAD drawings into a new property management system; f) Assisting in review of non-aeronautical development for compliance with the Airport Master Plan and FAA Orders and Advisory Circulars; g) Conducting geo-technical investigations including core sampling, laboratory testing, related analysis, and reports; h) Preparing land surveys and topographic maps; i) Conducting field and/or construction surveys; j) Providing photogrammetric surveys; k) Providing onsite construction inspection and/or management involving the services of a fulltime resident engineer(s), inspector(s), or manager(s) during the construction or installation phase of a project. This differs from the periodic responsibilities included as part of the basic services. l) Conducting environmental studies and assessment reports for specific development projects; m) Providing expert witness testimony in litigation involving specific projects; n) Preparing project feasibility studies; o) Providing public information activities for certain studies and/or surveys; p) Updating the airport layout plan; and, q) Updating of Exhibit A. Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 8 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx 1.9 Knowledge, Skills and Abilities of the Consultant As part of their STATEMENT, the RESPONDENT shall exhibit the following knowledge, skills, and abilities: a) Comprehensive knowledge of civil engineering principles, practices, and techniques; b) Knowledge of the FAA Airport Improvement Program (AIP); c) Knowledge of Capital Improvement Planning; d) Knowledge of 14 CFR Part 139, Certification of Airports; e) Knowledge of 14 CFR Part 77, Objects Affecting Navigable Airspace; f) Knowledge of Advisory Circulars for Airfield Design; Airfield Lighting Systems; Safety and Security During Construction; Pavement Condition Index; g) Knowledge of FAA Order 8260.3D Terminal Instrument Approach Procedures (“TERPs”) h) Knowledge of security requirements under Subchapter C to Chapter XII of Title 49 to the United States Code of Federal Regulations; i) Knowledge of ICAO Annexes; j) Ability to maintain and update Airport Layout Plan and other FAA required documents; k) Knowledge of FAA Notice of Proposed Construction and Alteration procedures; l) Comprehensive knowledge of construction methods, materials, and equipment; m) Ability to communicate effectively with others, both orally and in writing, using both technical and non-technical language; n) Ability to understand and follow oral and/or written policies, procedures and instructions; o) Ability to use logical and creative thought processes to develop solutions according to written specifications and/or oral instructions; p) Ability to identify and perform a wide variety of duties and responsibilities with accuracy and speed under the pressure of time-sensitive deadlines; and, q) Integrity, ingenuity and inventiveness in the performance of assigned tasks. Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 9 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx SECTION II – INSTRUCTIONS FOR PREPARATION OF STATEMENT 2.1 Statement Content and Organization RESPONDENTS interested in providing the services as described in this RFQ must include in their STATEMENTS the following information: 2.1.1 Section 1: General Corporate Overview and Capabilities The STATEMENT shall include a letter of interest that introduces the Prime Consultant and any Sub-Consultants proposed to conduct the work contemplated in this procurement action. The Letter shall be signed by a person that is authorized to bind the RESPONDENT to the STATEMENT. This letter shall provide a description of the team organization (including subconsultants or team members) and the general workload for each firm included in the STATEMENT. In this section, the RESPONDENTS shall describe those capabilities for each firm included in the STATEMENT that will facilitate accomplishment of the types of work contemplated under this procurement action. The RESPONDENT shall identify items of originality or specific capability that would promote the orderly progression and successful completion of the projects contemplated. A current audited financial statement for the Prime Consultant only shall be included in this section. FAILURE TO PROVIDE A SIGNED LETTER FROM A DULY AUTHORIZED REPRESENTATIVE WILL RESULT IN A NON-RESPONSIVE STATEMENT. FAILURE TO PROVIDE AN AUDITED FINANCIAL STATEMENT FOR THE PRIME CONSULTANT WILL RESULT IN A NON-RESPONSIVE STATEMENT. 2.1.2 Section 2: Project Organization and Staffing This section should describe the RESPONDENTS organizational plan, including responsibility for major design disciplines, e.g., civil, structural, mechanical, electrical, architectural, etc. The relationship between individuals and/or subconsultants should be clearly indicated. The role and scope of both managerial and technical functions, by name of the individual performing the function, must be clearly identified. This should be done whether or not the individual is a staff member of the Prime Consultant or a sub-consultant. The purpose of this requirement is to clearly identify the technical capability that exists within the Prime Consultant’s regular staff and the extent to which the Prime Consultant will rely on the services of outside technical assistance. In addition, this section should contain a resume of the professional qualifications of key individuals of the proposed Prime Consultant and/or subconsultants whose contribution is considered by the Prime Consultant as essential to the successful completion of the assignment. Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 10 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx RESPONDENTS are cautioned to include only those individuals that would make a significant contribution to the project if the RESPONDENT is selected. RESPONDENTS are further cautioned that the AIRPORT expects that the individuals included in the STATEMENT will be those individuals assigned to Task Orders generated during the term of the AGREEMENT. Failure of the CONSULTANT to provide the proposed individuals will be considered default under the AGREEMENT unless the failure to provide the proposed individuals is due to circumstances outside the control of the RESPONDENT. 2.1.3 Section 3: Progress, Quality Assurance, and Cost Control This section shall detail in a clear and concise manner the administrative procedures RESPONDENTS will use to ensure the accuracy, timeliness and cost effectiveness of all work produced by the RESPONDENT. This section shall include specific examples of procedures and/or methods that have been used in the past and would be applicable to the work contemplated under this procurement action. This section shall also address, but not be limited to, each of the following concerns: a) Methods utilized to determine the required scope of services to complete the assignment and minimize the probability of scope creep and/or additional task orders to complete the work; b) Methods used to coordinate the work effort of the various disciplines and/or sub- consultants required to complete the assignments; c) Methods utilized to ensure the accuracy and completeness of construction documents; d) Methods utilized to maintain control over costs and periodically report a realistic, detailed summary of the technical and financial status of the assignment; e) Methods used to control the quality of all deliverables and ensure that all applicable Federal, State and/or Local regulations, codes or ordinances are satisfied; f) Methods used to respond in a timely and accurate manner to the inquiries of the Owner, regulatory agencies and/or others with a legitimate interest in the project; and, g) Methods to ensure appropriate staffing levels over the anticipated life of the assignment. If the STATEMENT is a team, joint venture, or any other Prime/Sub-Consultant relationship, this section should present a discussion of how the team will address items contained in Section 2.1.3 (a) through (g) above and not just how the Prime will address these items. 2.1.4 Section 4: Disadvantaged and Local Small Business Opportunity Goals This section is intended to allow the RESPONDENT an opportunity to discuss any past or present demonstrated commitment to small and minority businesses and contributions. The RESPONDENT is asked to state its: a) past efforts to mentor, train and otherwise demonstrate their corporate commitment to the growth and development of the small and minority business community; and, Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 11 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx b) present intentions to mentor, train, and include Disadvantaged Business Enterprises (“DBE”) in any scope of work contemplated under this procurement action. A Disadvantaged Business Enterprise shall be defined as a business firm satisfying the requirements of 49 CFR Part 26, as amended. It is the official policy of the AIRPORT to recognize the authority and applicability of the United States Department of Transportation's Rules and Regulations governing Disadvantaged Business Enterprise participation. The AIRPORT is also fully committed to the implementation of these rules and regulations through its approved DBE program. The minimum DBE participation goal established for this contract is 5.6% however, RESPONDENTS are encouraged to exceed this goal. While this RFQ does not consider price as an evaluation factor, and recognizing that the total value of potential task orders issued as part of the AGREEMENT is not known at the time of STATEMENT submission; RESPONDENTS are encouraged to estimate the portion of work that each DBE will be assigned and to estimate the total value of DBE participation in their STATEMENT. The method used by the RESPONDENT to determine this value shall be explained in this section of the STATEMENT. Firms desiring to participate as a Disadvantaged Business Enterprise (DBE) on AIRPORT projects or contracts must be duly certified as a DBE by the New Hampshire Department of Transportation Office of Federal Compliance (“NHDOT-OFC”) at: https://www.nh.gov/dot/org/administration/ofc/dbe.htm As part of their STATEMENT, RESPONDENTS shall include documentary evidence that proposed DBE firms contained in the STATEMENT are duly certified by the NHDOT-OFC. Any proposed firm that has not received such certification from NHDOT-OFC at time of STATEMENT submission must receive certification prior to the execution of the AGREEMENT by the RESPONDENT. Should a firm not receive their certification prior to execution of the AGREEMENT by the RESPONDENT, the proposed DBE shall be replaced by the RESPONDENT with a certified DBE subject to the approval by the AIRPORT. RESPONDENTS ARE HEREBY NOTIFIED THAT FAILURE TO MEET THE AIRPORT’S ESTABLISHED DBE PARTICIPATION RATE FOR FEDERALLY FUNDED PROJECTS, OR FAILURE TO PROVIDE SUFFICIENT DOCUMENTARY EVIDENCE OF GOOD FAITH EFFORTS TO MEET THE DBE GOAL, WILL CONSTITUTE A DEFAULT OF THE AGREEMENT AND MAY RESULT IN THE TERMINATION OF THE AGREEMENT OR OTHER SUCH REMEDY AS DEEMED APPROPRIATE BY THE AIRPORT. 2.1.5 Section 5: Location This section requires the RESPONDENT to list the office location proposed by the Prime Consultant and all Sub-Consultants that will be used to manage the work contemplated under this procurement action, the number of employees at each office location, the years in business at these locations, and the anticipated percentage of work to be assigned to each location. https://www.nh.gov/dot/org/administration/ofc/dbe.htm Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 12 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx 2.1.6 Section 6: Experience with Similar Projects The RESPONDENT should include a detailed discussion on projects similar in scope to those identified in Appendix A and Appendix B in enough detail to present the unique qualifications of the RESPONDENT. The STATEMENT should include three (3) projects addressing three (3) of the project types from the following five (5) major projects: runway and taxiway reconstruction and rehabilitation, PCC ramp reconstruction and rehabilitation, terminal and HVAC modifications, deicing containment and remediation, and jetbridge replacement and rehabilitations. Projects that are included in the STATEMENT must have been completed in the previous five (5) federal fiscal years. Each project discussion should include, at a minimum, the following information: a) Project location; b) Project fee: The project fee should include the original engineer’s estimate of probable cost and the final cost at project close-out; c) Project schedule: the project schedule should include both the baseline schedule estimated date of final acceptance and the actual date of final acceptance of the project; d) Owner/Sponsor Reference: Include correct contact information for the Owner’s Project Manager; e) Project Scope: A brief description of project scope in enough detail to allow the reader to grasp how the project relates to the work contemplated under this procurement action; and, f) Project Discussion: A candid discussion about the RESPONDENTS approach to project management including any issues faced during the project and how the RESPONDENT successfully resolved these issues. This is an opportunity for the RESPONDENT to demonstrate their capabilities in addressing issues faced during a project, how they creatively addressed these issues, and what issues the AIRPORT should anticipate in projects that are similar in scope. This discussion should clearly demonstrate the RESPONDENT’S knowledge of FAA policies, rules, regulations, circulars, orders and programs. Each project discussion should present the information organized in a manner consistent with Sections 2.1.6 (a) through (f). 2.1.7 Section 7: Previous Airport Contract Awards This section requires the RESPONDENT to list all contracts over the last five (5) years awarded to the RESPONDENT by the AIRPORT, including project name, award date, completion date and final professional services contract value. Individual assignments awarded as part of on-call contracts should be listed separately. 2.1.8 Section 8: Certifications This section requires the RESPONDENT to incorporate signed and duly notarized copies of the federal certifications found in Appendix E. STATEMENTS THAT DO NOT CONTAIN SIGNED AND NOTARIZED CERTIFICATIONS WILL BE CONSIDERED NON-RESPONSIVE BY THE AIRPORT AND NO FURTHER CONSIDERATION WILL BE GIVEN. Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 13 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx 2.2 Statement Organization The STATEMENT shall be organized in sections consistent with Section 2.1.1 through 2.1.8 above. STATEMENTS are limited to 50-single sided pages (NOTE: letter of interest, required DBE forms, audited financial statements, certifications, etc. will not be counted toward the 50-page limit). The RESPONDENT is free to use either 8.5”x11” or 11”x17” paper for their submission understanding that the entire proposal shall use the same size paper (e.g. no z-folds or mixing of page sizes). Under no circumstances shall the paper size exceed 11”x17”. Any pages beyond the 50-page limit or any information submitted on paper size in excess of 11”x17” will not be considered by the AIRPORT. 2.3 Submission Date and Procedures Each RESPONDENT must submit five (5) hard copies of their STATEMENT. The envelope/package containing the STATEMENTS shall be marked: “ON-CALL AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES RFQ FY24-805-03” with the RESPONDENT’S name clearly stated at the bottom left of the envelope/package in which the Statement is contained. STATEMENTS shall be delivered by 2:00 pm on August 25, 2023, to the offices of the Manchester-Boston Regional Airport and addressed to: Manchester-Boston Regional Airport Attn: Procurement 1 Airport Road Suite 300 Manchester, NH 03103 Email: procurement@flymanchester.com STATEMENTS RECEIVED AFTER 2:00 P.M. ON THE SUBMISSION DATE LISTED ABOVE WILL BE CONSIDERED NON-RESPONSIVE BY THE AIRPORT AND NO FURTHER CONSIDERATION WILL BE GIVEN. Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 14 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx SECTION III – SELECTION PROCESS 3.1 Selection Process The AIRPORT intends to use a two-phase selection process. The first phase is the written STATEMENT and the second phase will be oral interviews (“INTERVIEWS”) of short-listed RESPONDENTS. Should an insufficient number of STATEMENTS be received by the AIRPORT to develop a competitive shortlist of RESPONDENTS, then the AIRPORT reserves the right to reject all STATEMENTS received and reissue the RFQ or select directly from the responses received. 3.2 Selection Schedule The AIRPORT intends to adhere to the following schedule: Solicitation Step Date Advertise RFQ July 19, 2023 Mandatory Pre-Proposal Meeting August 9, 2023 @ 10:00am Final Date for RFIs August 16, 2023 Addendum Acknowledgment Form August 21, 2023 RFQ Submission Deadline August 25, 2023 @ 2:00pm RFQ Review and Scoring by Committee September 1, 2023 Evaluation Committee Meeting September 6, 2023 Notification of Short List September 8, 2023 Interviews September 20, 2023 Notification of Intent to Award September 25, 2023 Professional Services Agreement Executed September 27, 2023 Notice to Proceed October 2, 2023 3.3 Preliminary Review Upon receipt of submittals, the AIRPORT will conduct a preliminary review to assure that each submittal is generally responsive to the published criteria. STATEMENTS deemed non- responsive will be returned to the RESPONDENT with a brief explanation of the reason for the rejection. 3.4 Formal Evaluation and Scoring Following preliminary review, an Evaluation Committee will convene to independently review and score each STATEMENT based on the information requested in Sections 2.1.1 through 2.1.7. A detailed and objective evaluation will be conducted, the sole intent of which will be to identify Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 15 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx the most responsive and responsible RESPONDENT to perform the work contemplated under this procurement action. The following criteria, scoring, and review process will be employed by the AIRPORT: Criteria Max Score General Corporate Overview 10 points Project Organization and Staffing 35 points Progress, Quality Assurance, and Cost Control 25 points Disadvantaged Business Enterprise Participation 25 points Location 15 points Experience with Similar Projects 35 points Previous Airport Contract Awards 5 points TOTAL MAXIMUM SCORE 150 points The maximum score per evaluator is 150 points. RESPONDENTS should note that 80% of points are available from four criteria: Project Organization and Staffing; Experience with Similar Projects; Progress, Quality Assurance, and Cost Control; and Disadvantaged Business Enterprise Participation. 3.5 Phase I Tiebreaker In the event of a tie between two or more RESPONDENTS, the RESPONDENT with the greater percentage of DBE participation presented in Section 2 of their STATEMENT will be awarded the tie-breaker. 3.6 Phase I: Shortlist Development Notwithstanding the provisions of Section 3.1 above, the AIRPORT may shortlist up to five (5) STATEMENTS for Phase II of the selection process. Short-listed RESPONDENTS will be provided a minimum of two-weeks to prepare. 3.7 Phase II: Interviews Shortlisted RESPONDENTS shall have the opportunity to present their qualifications to the Evaluation Committee. This is an opportunity for shortlisted RESPONDENTS to clarify their STATEMENTS and present any additional information that the shortlisted RESPONDENTS wish the Evaluation Committee to consider. No more than five (5) personnel from each shortlisted RESPONDENT shall be at the interview but two (2) members shall be the Principal-in-charge and the proposed Project Manager for the Prime Consultant. Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 16 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx 3.8 Final Selection Upon completion of the Phase II Interviews, the Evaluation Committee shall independently score each shortlisted RESPONDENT. The criteria used to score the presentations shall be included in notification of shortlist issued to shortlisted RESPONDENTS. After each committee member independently scores each shortlisted RESPONDENT, the Evaluation Committee shall convene and select the two (2) highest scored RESPONDENTS by summing their respective Phase I and Phase II scores. Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 17 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx SECTION IV – GENERAL CONDITIONS 4.1 Airport Right to Reject and Waive Minor Irregularities The AIRPORT reserves the right to reject any and all STATEMENTS or to re-advertise for additional STATEMENTS. The AIRPORT reserves the right to waive minor irregularities. The selection shall be at the sole discretion of the AIRPORT. No RESPONDENT shall have any cause of action against the AIRPORT arising out of a failure by the AIRPORT to consider the qualifications of the RESPONDENT, or the methods by which the AIRPORT evaluated the STATEMENTS received. 4.2 Inquiries Inquiries on all matters pertaining to this RFQ or the process the AIRPORT is following should be directed to: Manchester-Boston Regional Airport 1 Airport Road Suite 300 Manchester, NH 03103 Email: procurement@flymanchester.com 4.3 Contact With Airport Staff From the time of receipt or publication of the RFQ, all parties who intend to directly or indirectly submit a response to the solicitation shall direct all contact with the AIRPORT to the point of contact listed in Section 4.2. If the question or comment deals with a subject matter that is outside of the knowledge or responsibility of this person, the AIRPORT point of contact will direct the question or comment to the appropriate person or authority. Other than as permitted herein, respondents to this solicitation may not contact AIRPORT executives or staff beyond the person identified in Section 4.2, any members of the evaluation committee, or those representing any AIRPORT interests in this solicitation for the purpose of discussing the same. VIOLATION OF THIS PROVISION MAY RESULT IN REJECTION OF THE STATEMENT AND/OR RESPONDENT DEBARMENT FROM FUTURE SOLICITATIONS. 4.4 Addendums and Clarifications No interpretation of the meaning of any part of the RFQ, or corrections of any apparent ambiguity, inconsistency or error therein, will be made to any RESPONDENT orally. All requests for written interpretations or corrections shall be submitted in writing and addressed to the AIRPORT using the contact information in Section 4.2 by the date listed in Section 3.2. All such interpretations and supplemental instructions will be in the form of a written ADDENDUM to the RFQ documents, which, if issued, will be posted on the AIRPORT website, www.flymanchester.com. http://www.flymanchester.com/ Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 18 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx Only the interpretations or corrections so given by the AIRPORT in writing will be binding, and prospective RESPONDENTS are advised that no other source is authorized to give information concerning, or to explain or interpret the RFQ. It is the responsibility of the RESPONDENT to incorporate any ADDENDUM into their STATEMENT and to acknowledge receipt of any ADDENDUMS by signing the Addendum Acknowledgement Form and including the same in their STATEMENT. If a RESPONDENT fails to acknowledge receipt of any such ADDENDUM through signing the Addendum Acknowledgement Form, their STATEMENT will be construed as though the ADDENDUM has been received and acknowledged. 4.5 Additional Provisions The AIRPORT reserves the right to add, delete, or revise any section of this RFQ. The AIRPORT reserves the right 1) to accept the RESPONDENT(S) it deems most suitable and beneficial and 2) to reject any or all STATEMENTS received as part of this RFQ. The AIRPORT also reserves the right to retain all copies of STATEMENTS submitted by RESPONDENTS. 4.6 Rejection of Irregular Statements The AIRPORT reserves the right to reject STATEMENTS that are considered irregular in the sole discretion of the AIRPORT. STATEMENTS will be considered irregular if they show omissions, alterations of form, additions not called for, conditions, limitations, or other irregularities of any kind. The AIRPORT reserves the right to waive minor irregularities that will not result in an unfair economic or competitive advantage or disadvantage to any RESPONDENT. 4.7 Cost RESPONDENTS are responsible for any and all costs associated with their STATEMENT including, but not limited to, the creation of the STATEMENT and any interviews (if applicable). The AIRPORT will not accept any promotional items as part of the proposal process and any such items included will either be discarded or, if so requested, returned to the RESPONDENT at no cost to the AIRPORT. 4.8 Contract Agreement The AIRPORT intends to enter into a Professional Services Agreement with two CONSULTANTS for a three (3) year fixed term with two (2) one-year options. A sample contract is provided in Appendix C to this RFQ. 4.9 Project Manager The selected firms shall commit to maintaining the proposed and accepted project manager for the duration of the contract. The project manager shall only be changed with the approval of the DIRECTOR or if the project manager is no longer available due to circumstances beyond the control of the CONSULTANT. Should the project manager become unavailable during the course of this agreement, the AIRPORT reserves the right to either accept the proposed substitute or to terminate the contract for convenience and issue a new RFQ. At all times, the AIRPORT shall maintain the option of requesting an alternative project manager. 4.10 Non-Discrimination Provisions The RESPONDENT agrees to comply with all applicable federal, state and local laws, including the Civil Rights Act of 1964 as amended. The Equal Employment Opportunity Clause in Section Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 19 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx 202, paragraph 1 through 7 of Executive Order 11246, as amended, relative to Equal Employment and the implementing Rules and Regulations of the Office of Federal Contract Compliance Programs are incorporated herein by specific reference. The Affirmative Action Clause in Section 503 of the Rehabilitation Act of 1973, as amended, relative to Equal Opportunity for the disabled is incorporated herein by specific reference. The Affirmative Action Clause in 38 USC Section 2- 12 of the Vietnam Veterans' Readjustment Assistance Act of 1974, relative to Equal Employment Opportunity for the special disabled Veteran and Veterans of the Vietnam Era, is incorporated herein by a specific reference. The RESPONDENT specifically agrees to comply with: (i) Title VI of the Civil Rights Act of 1964, which prohibits discriminations on the grounds of race, color or national origin; and (ii) Title 49 of the U.S. Code Section 47123, which further prohibits discrimination on the grounds of sex, based on gender, and creed, based on religion. 4.11 Sub-Consultants If any sub-consultant(s) are to be used by the Prime Consultant in the discharge of its duties in performance of the work contemplated in this procurement action, then the Prime Consultant is as fully responsible to the AIRPORT for the acts and omissions of any sub-consultant and of persons either directly or indirectly employed by any sub-consultant, as they are for the acts and omissions of persons directly employed by the Prime Consultant. It is the responsibility of the Prime Consultant to ensure that any and all subconsultants comply with all terms and conditions of the AGREEMENT. Nothing contained in the AGREEMENT or any STATEMENT creates any contractual relationship between the subconsultants and the AIRPORT. The AIRPORT requires that all subconsultants enter into a formal agreement with the Prime Consultant that clearly lists all of the agreed upon conditions, including all required Federal Contract Provisions contained in Contract Provision Guidelines for Obligated Sponsors and Airport Improvement Program Projects published by the FAA on June 19, 2018. After each subconsultant agreement is executed, the Prime Consultant is required to issue a letter to the Airport Director that certifies the sub- consultant agreement contains required federal contract provisions. Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 20 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx APPENDIX A: ANTICIPATED FEDERALLY-FUNDED CIP PROJECTS Federal Fiscal Year Project Estimated Cost* 2024 Taxiway A Retaining Wall Rehabilitation (Construction Phase) $2,226,067 Airfield Electrical Vault Replacement (Design Phase ) ARFF Vehicle Replacement $400,000 $1,000,000 Taxiway Hotel (Design Phase) Airport Master Plan Update Main Escalator to Pedestrian Bridge Replacements (Design Phase) $500,000 $1,200,000 $321,750 2025 Airfield Electrical Vault Replacement (Construction Phase) Runway 17-35 Perimeter Road (Construction Phase) $5,200,00 $1,500,000 Main Escalator to Pedestrian Bridge Replacements (Construction Phase) Taxiway Hotel (Construction Phase) Terminal Loop Road Rehabilitation and Landside Signage Upgrade (Planning) $2,692,244 $5,000,000 $200,000 2026 Glycol Recovery System (Phase I Reimbursement) $5,000,000 Terminal Loop Road Rehabilitation and Landside Signage Upgrade (Construction) Taxiway Echo and November Rehabilitation (Design) $5,000,000 $5,000,000 2027 Taxiway Echo and November Rehabilitation (Construction) Taxiway Juliet Rehabilitation (Design) $6,000,000 $500,000 Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 21 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx Taxiway Mike Rehabilitation (Design) Glycol Recovery System (Phase II Reimbursement) Engineered Materials Arresting System (EMAS) $500,000 $5,000,000 $7,000,000 2028 Taxiway Juliet (Construction) Taxiway Mike Rehabilitation (Construction) Taxiway Golf and Delta Rehabilitation (Design) SRE Equipment Replacement $5,000,000 $5,000,000 $5,000,000 $800,000 *Project cost reflects total estimated cost (federal grants, state grants, and local share) **Airport Master Plan Update will be procured via separate RFQ Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 22 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx APPENDIX B: ANTICIPATED NON-FEDERALLY FUNDED CIP PROJECTS City Fiscal Year Project 2024 Parking Garage Maintenance/Upgrades Rolling Stock Replacement Airport Operations Center – Construction Terminal Roof Repair - Annual Maintenance Landside Signage Modifications - Project Definition Rental Car QTA – Design Jet Bridge Rehabilitation - Gate 11 2025 Parking Garage Maintenance/Upgrades Jet Bridge Replacement – Gates 10, 11 and 14 Terminal Roof Repair - Annual Maintenance Terminal Restroom Modernization - Phase I Design Jet Bridge 10 Upgrade Rental Car QTA - Construction Phase Rolling Stock Replacement 2026 Jet Bridge Replacement – Gates 1 and 4 Rolling Stock Replacement Terminal Restroom Modernization - Phase I Construction Terminal Restroom Modernization - Phase II Design Document Management System 2027 Terminal Roadway and Curbside Sign Upgrade - Design Lot C Phase I Rehabilitation - Exit Canopy Terminal Restroom Modernization - Phase II Construction Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 23 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx Employee Screening Area Refurbishment - Design and Construction Rolling Stock Replacement Jet Bridge Rehabilitation - Gate 5 2028 Terminal Roadway and Curbside Sign Upgrade - Phase I Construction Terminal Loop Road Rehabilitation - Design Lot B Rehabilitation - Design Jet Bridge Rehabilitation - Gates 6, 14 & 15 Rolling Stock Replacement Solicitation FY24-805-03 On-Call Airport Architectural and Engineering Services RFQ Page 24 of 64 https://flymanchester.sharepoint.com/sites/Procurement-Procurement/Shared Documents/PROCUREMENT/FY24/FY24-805-03 On-Call Architectural and Engineering Services RFQ/On-Call RFQ - A&E FY24-805-03.docx APPENDIX C: SAMPLE PROFESSIONAL SERVICES AGREEMENT FOR AIP-FUNDED CONSULTING SERVICES

One Airport Road, Suite 300 Manchester, NH 03103Location

Address: One Airport Road, Suite 300 Manchester, NH 03103

Country : United StatesState : New Hampshire

You may also like

ARCHITECTURAL/ENGINEERING SERVICES

Due: 15 May, 2024 (in 17 days)Agency: New York Department of Transportation

ARCHITECTURAL/ENGINEERING SERVICES

Due: 08 May, 2024 (in 10 days)Agency: New York Department of Transportation

Architectural and Engineering Services

Due: 16 May, 2024 (in 18 days)Agency: Colleton County School District

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.