PRE-PROPOSAL CONFERENCE

Similar documents
November 2010 PREPARED BY: For:

About us. We specialize in designing, production, assembly, commissioning and service of the airport dedicated

EDS Upgrades and CBRA Improvements. Addendum No. 2 DATE OF ADDENDUM: 08/17/2016

BAGGAGE HANDLING SYSTEM RECAPITALIZATION & OPTIMIZATION

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services

Computerized Maintenance Management System

Metropolitan Washington Airports Authority. Request for Qualifications Information (RFQI) RFQI No C084. for

REQUEST FOR INFORMATION (RFI) 09-I-SM-028 PEOPLE COUNTERS. Issue Date: June 19, Submission Date: July 20, 2009.

1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year.

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

Ground Breaking Designs

Term used to describe concept for storing bags that are not immediately due for Aircraft Loading. Also referred to as Cold Bag Storage (CBS)

This PDF contains diagrams and information related to SFO Baggage Handling Systems

State of West Virginia TABLE OF CONTENTS

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m.

Maine Turnpike Authority Construction Resident Engineer/Inspector SCOPE OF WORK July 14, 2014

Implementation Services. 1.0 Executive Summary

RAPID INCIDENT SCENE CLEARANCE (RISC)

The time and attendance system is separate from the payroll system therefore it interfaces with Sage ABRA to fully process various payrolls.

Aviation Capital Construction Program Update

WMS vs. WCS vs. WES. Jim Barnes, President & CEO. Presented by:

Annex A. Statement of Requirements. Supply of IT Computer Hardware and Software to UNICEF

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

REQUEST FOR PROPOSAL. Commissioning Services College of Pharmacy Building Construct New Facility University of Iowa #

Metropolitan Washington Airports Authority (MWAA)

Master Service Level Agreement

GROUND RULES AND PRICING INSTRUCTIONS:

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

REQUEST FOR PROPOSALS

DESKTOP SUPPORT SERVICE LEVEL AGREEMENT

REQUEST FOR PROPOSAL FOR NETWORK/DATA MAINTENANCE AND SUPPORT SERVICES

Architectural Services

Job Skills at Ford Motor Company

Contractor Management and Purchasing

CITY OF PORTLAND, TEXAS

Presentation Virgin Islands Waste Management Authority on the St. Croix Transfer Station Project

The Columbus Regional Airport Authority (CRAA) hereby issues addenda to the subject solicitation:

1.07 SUPPLEMENTS PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION

Solicitation No Passenger Wait Time System, please be advised of the following clarifications to the above referenced Solicitation.

NSK Steering Systems America

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

Questions and Answers (Q and A) ITB UNHCR/PMCS/2016/GOODS/MI ITB/001

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

SIX MONTHS TO A STRONGER OPERATION SORTATION SYSTEMS EDITION

Attachment 11 Notarized Signature Page Attachment 12 Exceptions and Alternates (1) Signed Master Copy of Proposal (technical and price,

Ohio Public Employees Retirement System. Request for Proposal

Notice is hereby given of the following changes to the above-referenced SOLICITAITON:

REQUEST FOR PROPOSALS

Request for Qualifications. Career Pathways for English Language Learners. April 21, 2014

SARASOTA MANATEE AIRPORT AUTHORITY JOB OPPORTUNITY ANNOUNCEMENT

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

House Doctor Consulting Services Application Package

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

Auto Bag Drop Application Architecture

2) The mode of payment to contractor would be on a per unit output basis. 3) Please refer to the followings for further details:

FACILITIES MANAGEMENT

I. Purpose of Written Hazard Communication Program for

Airport Passenger Terminals

Washington Meal Period and Rest Break Policy and Acknowledgement Form

B. Accept materials on site in original factory packaging, labeled with manufacturer s identification.

SECTION I: Corrections, Deletions, Revisions to RFP

STAGING AREA MANAGER. REPORTS TO: Incident Commander Operations Section Chief

Sendero Drilling Company

Statement of Work. 1.0 Executive Summary. Assembly Service. Implementation Services. Table of Contents. 1.0 Executive Summary. 2.0 Features & Benefits

LETTER AGREEMENT NO. R PGE

REQUEST FOR PROPOSALS

WHITE PAPER SERIES. Guide to Mobile CMMS

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS

REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR OWNER S REPRESENTATIVE March 21, 2014

Service Level Agreement For Interconnect Paths

CONTINUITY OF OPERATIONS (COOP) WORKSHEETS

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Manufacturer Contract Information

PROMAT S LATEST & GREATEST

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

Quality Assurance Policy and Procedures

Tango Strategic Equipment Management Software Package

CLARIFICATIONS, CHANGES AND ADDITIONS TO THE BID DOCUMENTS

UC Berkeley Research Reports

FACILITIES MANAGEMENT

Service Option Attachment - Acquired from an IBM Business Partner - Enhanced Technical Support for IBM i

Identify challenges IFTA presents to carriers and the impact it has on carriers.

SECTION 6.2: CONTRACT MANAGER

Business/School Organics Hauling Services

SERVICE LEVEL AGREEMENTS

IBM TRIRIGA Version 10 Release 5.2. Inventory Management User Guide IBM

Text Club $500 a Day Cash Prize Sweepstakes OFFICIAL SWEEPSTAKES RULES

Material Handling Solutions Worldwide

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

Furnish, Deliver and Install New Generator USC Aiken

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

NORFOLK AIRPORT AUTHORITY 2200 Norview Avenue Norfolk, VA 23518

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

Avanco International, Inc. TRANSPORTATION PLAN FOR THE TRANSFER OF CLASSIFIED MATERIAL

Macau International Airport Environmental Optimization Design Competition Rules and Regulations

University Systems Desktop Support Service Level Commitment

Texas Department of Transportation Page 1 of 9 Request for Information

Transcription:

PRE-PROPOSAL CONFERENCE RFP 1-16-C027 Baggage Handling System (BHS) Operation and Maintenance Services Washington Dulles International Airport March 15, 2016

Disclaimer The information contained in this presentation 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.

Summary of Solicitation The Contractor shall provide Baggage Handling System Operation and Maintenance Services at the Main Terminal at Washington Dulles International Airport Performance Period: Three (3) year base period from effective date of contract One (1) Three Year Period Option, with three (3) one (1) year options 100% Performance Bond Minimum Wage Requirements - $13.74 Anticipated start date: November 2016 This will be a combined firm-fixed-unit-price and fixed-unit-price contract Terms and Conditions of the Solicitation are not negotiable in any material way

Proposal Requirements Questions Due Before 3:00 PM 03/17/16 Proposals are due on March 31, 2016 by 2:00 PM local time at the address indicated on the solicitation. Price is only one of several criteria upon which proposals will be evaluated. Refer to Section X, Attachment 02, Evaluation Criteria, for documentation required in response to this solicitation.

LDBE Participation Requirements This RFP has a 25% Local Disadvantaged Business Enterprise (LDBE) participation requirement. Firms located within a 100-mile radius and whose 3 year average gross receipts, including all affiliates, do not exceed the specified size standards are eligible for consideration For any LDBE/MBE/WBE information, including other LDBE size standards, contact Richard Gordon, Department of Supplier Diversity at 703-417-8360

Proposal Submissions Part 1 Representation Package Submit an original and one (1) copy of the following documents: Solicitation Offer and Award Page, Section I Representations and Certifications, Section IV Special Provisions, Use of Contract by Other Jurisdictions, Section VI * Failure to extend a contract to any participating Jurisdiction will have no effect on consideration of proposals 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

Proposal Submissions Part 2 Price Proposal Submit an original and one (1) copy of the following documents: Price Schedule, Section III Contract Participation Form, Exhibit D

Proposal Submissions Part 3 Technical Proposal Submit an original and Six (6) copies 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 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: Past Performance and Prior Experience (Section is limited to 20 pages) Criterion 2. Project Understanding (Section is limited to 10 pages) Criterion 3. Personnel, Organization and Management (Section is limited to 10 pages) Criterion 4. Quality Control (Section limited to 5 pages)

On-Line Resources The Pre-Proposal Conference Attendees List and this presentation will be posted to the Airports Authority website: http://www.mwaa.com/business/1-16-c027-baggage-handling-systemmaintenance-services-dulles-airport All questions must be submitted through the Airports Authority website by 3:00 PM March 17, 2016 Answers to all questions received will be posted on-line, and all registered Plan Holders will be notified

Planholder List

Scope of Services Contractor shall provide Baggage Handling Systems in a safe, high quality, reliable and uninterrupted service in accordance with the Statement of Work (SOW) Contractor will be responsible for License, Permits, Background Checks Contractor is responsible for Standards of Conduct Authority will provide Radios, Operations and Maintenance Manuals, On-Site Office Computer and Utilities.

Scope of Services (Continued) Contractor will provide operation, maintenance and fault monitoring of the Maintained Systems in their entirety in a manner consistent with the original equipment manufacturer s recommended guidelines. Contractor will be responsible for 24-hour, 7-day-a-week to maintained systems. The Contractor response time to fault conditions shall be 5 minutes. Contractor will provide preventive maintenance, Corrective Maintenance Services, High Level Control Systems Maintenance, CCTV System Maintenance and System Expansion

Scope of Services (Continued) Contractor shall provide a qualified and experienced full time on-site Contract Manager, full time non-working Shift Supervisors and qualified and experienced full time Inventory Control Supervisor Contractor will be responsible for the procurement of all tools, parts, supplies, lubricant and any other items required to perform the services defined herein. Communication and Coordination with Airports Authority and Airlines

BHS OVERVIEW

Main Terminal Layout KIOSK 1 - BHS Constructed in 1996 KIOSK 2 - BHS Constructed in 2002 KIOSK 3 - BHS Constructed in 2002 KIOSK 4 - BHS Constructed in 1996

KIOSK 1 WEST BAG BASEMENT Outbound System 5-ticket Counter Lines 1-oversize Line 2-curbside Lines WBB Includes TSA Inline EDS/CBIS/CBRA Automatic Sortation System With ATR`S 2 Manual Encode Station Lines 4 Make-up Devices In WBB Inbound System Contains: 2 Claim Devices And Feed Conveyors (Cd - 13 & Cd - 14)

KIOSK 2 & 3 FEED SBB Outbound System 8 Ticket Counter Lines 2 Oversize Lines - 1 Inbound & 1 Outbound 4 Curbside Lines TSA Inline EDS/CBIS/CBRA Automatic Sortation W/ ATR Arrays 2 Manual Encoding Stations 4 Make-up Units Inbound System 4 Baggage Claim Devices (Cd-5 Through Cd-8 ) Associated Feed Conveyors For (Cd5- Cd8)

KIOSK 4 OPERATED & MAINTAINED *BY UNITED AIRLINES * NOT A PART OF THIS CONTRACT FOR INFORMATION ONLY East Bag Basement & Annex Sortation Outbound System (United Airlines Maintained) 5 Ticket Counter Lines 2 Curbside Lines TSA Inline EDS/CBIS/CBRA Tilt Tray Distribution System & Annex *INBOUND SYSTEM SUPPORTING KIOSK 4IS IN THE CONTRACT S.O.W. INCLUDES,4 CLAIM DEVICES & FEED CONVEYORS (CD 1 THROUGH CD 4 )

INTERNATIONAL ARRIVALS BUILDING INBOUND SYSTEM 6 Direct Lines 6 Baggage Claim Devices ( CD1 - CD6 ) CD1-CD4 Are Normal Size CD5 & CD6 Are Extra Large 2 Re-Check Lines for Transfer Bags

OPERATIONAL SERVICES Record Keeping & Work Order Entry Work Force Training & Safety Program Monitoring System Operations QA Analysis And Reporting Inventory Management

OPERATIONAL SERVICES PROVIDE DIRECT CUSTOMER SERVICE CORRECTIVE MAINTENANCE PREVENTIVE MAINTENANCE BAG JAM RESOLUTION BAG TUB COLLECTION AND DISTRIBUTION HOUSEKEEPING

BHS CONTROL ROOM Monitoring graphic displays, CCTV Monitors & Alarm Screens CRO Work Station In The South Baggage Basement (SBB)

HIGH LEVEL CONTROL SYSTEMS MAINTENANCE Section IV BASE SERVICES PART 08 The Contractor shall engage, manage, and be responsible for the performance of a 3 rd party specialist service provider. The 3 rd party provider shall be the same company that was the original (OEM) and programmer Of the system.

HIGH LEVEL CONTROL SYSTEMS MAINTENANCE Requirements Of The 3 rd Party Contractor Include: Server Maintenance Software Upgrades Webb-view Operating System Maintenance

CONTROL ROOM OPERATOR (CRO) The Control Room must be staffed during all operational hours. The CRO (Control Room Operator) is responsible for monitoring the graphic displays and operating system alarm monitors, answering the trouble phone, dispatching the work force and logging all actions that impact the operation of the BHS. The CRO communicates with airport operations and airline managers when required.

TSA INLINE EDS INSTALLED 2012 SBB & 2015 EBB-WBB

PROVIDE DIRECT CUSTOMER SERVICES Baggage Tub Management Attend Bhs Meetings Direct Assistance To Carriers (Missing Bags, tracking Issues)

MAINTENANCE RESPONSIBILITIES Vertical Sorters Automatic Tag Reader Arrays (ATR)

MAINTENANCE RESPONSIBILITIES PM & CORRECTIVE TO PLC RACKS

MAINTENANCE RESPONSIBILITIES PM & CORRECTIVE SBB & WBB BHS Servers * 3 RD Party Service Provider UPS

MAINTENANCE RESPONSIBILITIES INCLUDES PM & CORRECTIVE MERGES DIVERTERS

MAINTENANCE RESPONSIBILITIES PM & CORRECTIVE POWER TURNS FIREDOORS

PREVENTIVE MAINTENANCE (PM) TYPICAL TASKS: Load Belt Replacement Roller & Bearing Replacement Gearbox Repairs & Replacement Motor & Clutch Brake Repairs Electrical & Controls Repair PLC Maintenance

CORRECTIVE MAINTENANCE (CM) TYPICAL TASKS : Load Belt Replacement Roller & Bearing Replacement Gearbox Repairs & Replacement Motor & Clutch Brake Repairs Electrical & Controls Repairs, Logic Adjustments & PLC Programming

BAGGAGE CAROUSELS PM & CORRECTIVE MAINTENANCE MAKE-UP CAROUSELS BASEMENT LEVEL BAG CLAIM DEVICES ARRIVALS LEVEL

PM & CORRECTIVE MAINTENANCE CONTINUED MOTORS & GEARBOXES

PREVENTIVE & CORRECTIVE MAINTENANCE CONTINUED BAG PUSHERS

PREVENTIVE & CORRECTIVE MAINTENANCE CONTINUED MOTOR CONTROL PANELS (MCP)

FACILITIES MAINTENANCE MANAGEMENT & CONTROL CMMS - Computerized Maintenance Management System WORK ORDERS Corrective Maintenance Work Orders - (Repair Work) Tracking All Work Orders - (Active, complete, closed, Parts Used) PM SCHEDULER Preventive Work Orders (PM) All Maintenance & Material Control Is Tracked Through FIMS. Initial Training Is Provided By The Authority.

PARTS AND MATERIAL MANAGEMENT COST MONITORING Parts & Expendable Supplies - Must Shop & Compare Products/Pricing From Multiple Vendors Whenever Possible INVENTORY & COST CONTROL Maintain the Supply of Critical Spare Parts, General Spare Parts, Tracking & Storage of Material MONITORING ALL CM & PM WORK ORDERS Assure That Work Orders Have All Parts Used Listed on W/O

QA ANALYSIS & REPORTING The Service Contractor Shall Establish & Maintain a Well Documented Quality Assurance (QA) Program BHS System Availability (Up Time) Of 99% or Greater The Contractor will Run Reports and Analyze Data to Improve BHS Efficiency at a Minimum as Listed in the SOW Under Section (IX- 02 Part A) The Contractor will Assist the Authority with Trend Analysis, Failure & Root Cause, & Cost VS Benefit Analysis

RECORD KEEPING & WORK ORDER ENTRY Daily Logs (Hand Written) Work Order Entry Into The System & Closeout Completed Work Orders General Filing & Preparation Of Reports

AUTHORITY FURNISHED SPACE & EQUIPMENT THE FOLLOWING SPACE IS PROVIDED BY THE AUTHORITY BHS Control Room in the SBB, Contractor Site Manager`s Office Located in BHS Control Room & a Maintenance Shop Located in SBB WBB Office, Three (3) Parts Storage Areas/Rooms One (1) in WBB & Two (2) in IAB Basement

AUTHORITY FURNISHED SPACE & EQUIPMENT PARTIAL LISTING OF PROVIDED EQUIPMENT BHS Operating System Control Servers For SBB & WBB Located in SBB Graphics Displays, CCTV & Alarm System MONITORS 2 Multi-line Phones In BHS Control Room 1 For CRO & 1 For The Sub-contractor. Additionally - 2 Multi-line Phones In Supervisor Office Two Way Radio System Multiple ~ 20 Portable Radios & Chargers Several Desktop Computers, Printers, and Scanner 47

WORKFORCE TRAINING & SAFETY PROGRAM THE O&M CONTRACTOR IS REQUIRED TO ESTABLISH AND MAINTAIN A VERY QUALIFIED & WELL TRAINED WORK FORCE Experienced Operators (CRO), BHS Conveyor Mechanics, Jam Runners, Manual Encode Operators & Particularly PLC/Control S/ Electricians On The Job Training Should be Continuous for Both New Hires and Seasoned Employees. THE SERVICE CONTRACTOR SHALL DEVELOP & MAINTAIN A WELL DOCUMENTED SAFETY PROGRAM Hold Periodic Safety Meetings & Keep Records Of Incidents, Meeting Attendees And Current Safety Issues

AUTHORITY BAGGAGE OFFICE Inside the Control Room in the SBB is the Baggage Manager`s Office. This Space is Provided for the Service Contractor`s onsite Management Staff.

WBB OFFICE & PARTS STORAGE WBB BHS OFFICE WBB PARTS STORAGE

MAINTENANCE SHOP & TOOL ROOM The BHS Maintenance Shop & Tool Room is Located Adjacent to the Baggage System Control Room in the SBB. Included in the Shop are Testing and Training Benches for Conveyor Components, Storage for Lubricants and Expendable Parts & Material Bins.

MANUAL ENCODE STATIONS STAFFED WHENEVER THE BHS IS OPERATING ROUTING UNREAD BAGS TO CARRIER ASSIGNED MAKE-UPS

HOUSE KEEPING OFFICE AREAS (AUTHORITY CUSTODIAL SERVICES) SHOP AREAS (CONTRACTOR RESPONSIBILITY) OILY RAGS, WASTE OIL, & SCRAP MATERIALS (CONTRACTOR) CATWALKS & ACCESS PLATFORMS (CONTRACTOR) BAGGAGE DEBRIS UNDER CONVEYORS (CONTRACTOR) TRASH CANS IN OFFICES & SHOP AREAS (AUTHORITY )

MANLIFT The Contractor will be Required to Access Multiple Areas Defined in this Contract to Perform Duties Where Catwalk Have Been Removed. THE AUTHORITY WILL NOT PROVIDE MANLIFT TO CONTRACTOR FOR THIS SOLICITATION.