REQUEST FOR QUALIFICATIONS: PROFESSIONAL SERVICES FOR PLANNING AND DESIGN PROJECTS

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Level of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD18750979001672189
Posted Date: Mar 6, 2024
Due Date: Apr 2, 2024
Solicitation No: 24-001
Source: Members Only

Bid Information



Type
CCDOA PURCHASING: RFP / RFQ
Status
Issued
Number
24-001 (REQUEST FOR QUALIFICATIONS: PROFESSIONAL SERVICES FOR PLANNING AND DESIGN PROJECTS)
Issue Date & Time
3/5/2024 02:15:00 PM (PT)
Close Date & Time
4/2/2024 02:00:00 PM (PT)
Time Left
27 days 16 hours 58 minutes 27 seconds
Notes
CLARK COUNTY DEPARTMENT OF AVIATION

DIVERSITY, PROCUREMENT & CONTRACTS


REQUEST FOR QUALIFICATIONS

NUMBER 24-001

PROFESSIONAL SERVICES FOR PLANNING AND DESIGN PROJECTS




INVITATION TO PROPOSERS

Harry Reid International Airport and the four general aviation facilities in the Clark County Airport System are owned by Clark County, Nevada, under the policy direction of the Board of County Commissioners, the authority of the County Manager, and operated by the OWNER under the management of the Director of Aviation. Currently, the Facilities and Construction and Engineering (C&E) divisions manage and Planning Division, analyze, and leverage a variety of the airport system’s infrastructures utilizing an Enterprise Asset Management program and historical knowledge. Clark County owns and operates an airport system that includes Harry Reid International Airport, the air carrier airport serving the Las Vegas region, and general aviation airports including North Las Vegas Airport (a GA reliever airport), Henderson Executive Airport (a GA reliever airport), Jean Sport Aviation Airport, and Perkins Field (Overton) Airport.

The Board of County Commissioners, Clark County, Nevada (through its Department of Aviation) invites firms to submit qualifications to provide owner representation for preliminary design, construction cost estimating and environmental assessment of capital projects at any of the five Department of Aviation (DOA) airports and/or the Rent-A-Car Center. The firm selected upon review of the Request for Qualifications, and interviews, will provide:

Professional and or technical staff to assist DOA staff in the daily management of preliminary design, construction cost estimating, and environmental assessment of capital projects at any of six facilities.

The selected CONSULTANT will provide staff to assist the OWNER in managing a project, or group of projects in the design and/or construction phase.

The anticipated term for this contract will be for a five (5) year period, with two (2) one-year renewal options.


Please note that this is a sealed RFQ process.

All questions and/or responses to this Request for Qualifications must be processed through the NGEM website.

Inquiries, documents or other information submitted outside of NGEM (i.e. email, fax, hard-copy, etc.) will not be reviewed or considered.





REGISTRATION FOR THE NGEM SYSTEM

The NGEM System is accessible at www.ngemnv.com .


Potential Proposers MUST be registered register as a “Supplier”. This may be accomplished by clicking on the Supplier Registration link and completing the registration form. There is no cost to register or to use the NGEM System.


RFQ documents may then be viewed by selecting a specific project from the "Current Bid Opportunities" list and clicking on that project.


Once registered, "suppliers” may receive emails notifying them of bid opportunities. Reviewing any project RFQ data will automatically place the proposer’s contact information on the respondents list and the NGEM System will automatically send any and all updates, changes or addenda associated with that project.


An electronic proposal can only be submitted through the NGEM System. The RFQ document(s) can be printed for Proposer’s use, but an electronic proposal MUST be submitted through the NGEM System.





PRE-PROPOSAL CONFERENCE


A pre-proposal conference will be held virtually via Microsoft Teams, Please see the activities tab for the meeting details.




The pre-proposal conference provides the opportunity to ask questions regarding the RFQ, the response requirements, and the electronic proposal process. At the pre-proposal conference the electronic RFQ document is reviewed and questions from the attendees are answered.





Telephone calls regarding this RFQ will not be accepted.

All questions must be submitted electronically through the NGEM website and all responses will be posted on the NGEM website.



DUE DATE & TIME FOR RESPONSE SUBMISSION

All proposals are due to be submitted through the NGEM. Please see the activities tab for the meeting details.




Upon completion of the proposal evaluation(s) by CCDOA, and approval of the Board of County Commissioners (if required) all firms with submitted proposals will receive notification through the NGEM System.



After the contract is awarded, if additional detail is required, a public records request may be submitted at www.LASairport.com/Records.






Contact Information
Name
Tracee Davis
Address
Administration Building
1845 E Russell
Las Vegas, NV 89119 USA
Phone
Fax
Email
contracts@LASairport.com




Bid Documents







Document name Format


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



1 items in 1 pages

Bid Invitation (please login to view this document)

Acrobat / PDF


Bid Attachments











File Name Description File Size


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



5 items in 1 pages

RFQ 24-001 - Professional Services for Planning and Design (5 MAR 2024).pdf
RFQ 24-001 - Professional Services for Planning and Design (5 MAR 2024)

428 KB

FORM - Authority to Submit Proposal.pdf
Authority to Submit (Authorized Signature) Form - MUST BE SIGNED, COMPLETED, AND INCLUDED WITH ALL PROPOSAL SUBMISSIONS. Failure to do so will result in rejection of proposal. You will upload this completed form on the "Response Attachments" tab. 1.06 MB

FORM - Contractor Subcontractor Information.pdf
Contractor and Subcontractor Information - To be completed and submitted with proposal 858 KB

Sample Contract.pdf
(EXHIBIT A) SAMPLE of Clark County Department of Aviation's contract. FOR REFERENCE ONLY 281 KB

FORM - Disclosure of Ownership-Principal.pdf
(EXHIBIT B) Disclosure Form - To be completed and submitted with proposal 72 KB


Attachment Preview

CLARK COUNTY, NEVADA
DEPARTMENT OF AVIATION
ON-LINE RFQ SUBMITTAL CHECK LIST (NGEM)
This check list is provided for your reference and use only. This check list should NOT be submitted with your proposal.
Omission of, or failure to submit the correct required documents may be cause for rejection.
ALL PROPOSERS: Before RFQ Response Due Date & Time:
Examine and understand the RFQ Documents for the proposed work to be performed or services to be
provided.
Participate in the Pre-Proposal Conference and submit questions (as needed) through NGEM to obtain
complete understanding of Scope of Work.
Complete and prepare all required documents, questionnaires, resumes, as required.
ALL PROPOSERS: Documents Due with RFQ Response:
PROPOSERS ARE SOLELY RESPONSIBILE FOR COMPLETING AND ATTACHING THE CORRECT FORMS UNDER THE
CORRECT “RESPONSE ATTACHMENTS” LINK IN NGEM.
Proposal is scanned and uploaded to the “RESPONSE TO RFQ” link
Authority to Submit Proposal is completed, signed, and uploaded to the “FORM- Authority to Submit
Proposal” link. PLEASE NOTE: FAILURE TO SUBMIT THIS COMPLETED AND SIGNED FORM WILL
RESULT IN REJECTION OF YOUR SUBMISSION.
Disclosure of Ownership-Principal uploaded to the “FORM - Disclosure of Ownership-Principal” link
Contractor & Subcontractor Information uploaded to the “FORM Contractor & Subcontractor Information
link
AWARDED PROPOSER(S): Documents Due After Recommendation of Award:
Insurance Document(s): due within ten (10) calendar days of request
Proof of valid Clark County business license, Clark County vendor registration, other local jurisdiction
business license or out-of-state business license, whichever is required.
PROPOSERS ARE SOLELY RESPONSIBILE FOR COMPLETION AND SUBMISSION OF CORRECT FORMS
CLARK COUNTY DEPARTMENT OF AVIATION
PO Box 11005 Las Vegas NV 89111-1005
(702) 261-5013 FAX (702) 261-3647
CLARK COUNTY DEPARTMENT OF AVIATION
DIVERSITY, PROCUREMENT & CONTRACTS
REQUEST FOR QUALIFICATIONS
RFQ NO. 24-001
PROFESSIONAL SERVICES FOR PLANNING AND DESIGN PROJECTS
RFQ PACKAGE AVAILABILITY:
The RFQ package is available for review on the Nevada Gov eMarketplace (NGEM) only.
A pre-proposal conference will be held at Clark County Department of Aviation Building from 10:30 A.M.
PDT to 12:30 P.M. PDT on March 13, 2024.
The meeting will take place in the First Floor Conference Room 1A at 1845 E Russel Road, Las Vegas,
89119.
The meeting can also be watched virtually via Teams.
Join on your computer, mobile app or room device
Click here to join the meeting
Meeting ID: 222 835 493 690
Passcode: boMuSs
Download Teams | Join on the web
Or call in (audio only)
+1 702-629-2965,,124787285# United States, Las Vegas
Phone Conference ID: 124 787 285#
RFQ RESPONSE SUBMITTAL:
Proposals will be accepted via electronic submittal on the Nevada Gov eMarketplace (NGEM) only.
Proposals must be uploaded on or before 2:00 p.m. PDT. on April 2, 2024.
Clark County Board of Commissioners
Tick Segerblom, Chair William McCurdy II, Vice Chair James B. Gibson
Justin C. Jones Marilyn Kirkpatrick Ross Miller Michael Naft
General Conditions
RFQ No. 24-001
Professional Services for Planning and Design Projects
GENERAL CONDITIONS
RFQ NO. 24-001
REQUEST FOR QUALIFICATIONS: PROFESSIONAL SERVICES FOR PLANNING AND DESIGN PROJECTS
1. TERMS
The term "COUNTY,” as used throughout this document will mean the County of Clark, Nevada. The term "OWNER,” as used
throughout this document will mean the Clark County Department of Aviation. The term "BCC" as used throughout this document
will mean the Board of County Commissioners which is the Governing Body of Clark County. The term "DIRECTOR" as used
throughout this document will mean the Clark County Director of Aviation or her designee responsible for the Diversity,
Procurement & Contracts Division. The term "PROPOSER" as used throughout this document will mean the PROPOSERs to
this Request for Qualifications. The term “PROVIDER” as used throughout this document will mean the Awarded PROPOSER.
The term "RFQ" as used throughout this document will mean Request for Proposal. The term “NGEM” as used throughout this
document will mean the Nevada Gov eMarketplace. NGEM is an electronic bidding system that is used by OWNER for the
submission of electronic proposals. There is no cost for any PROPOSER to use NGEM, however, all PROPOSERS that choose
to submit an electronic proposal must register prior to gaining access to see the details of any solicitation or to submit a proposal
online. Proposals may not be submitted manually.
2. COUNTY
The Board of County Commissioners of Clark County, Nevada (through its Department of Aviation) is the sponsor for this project.
No external (including federal, state, or municipal) funding is involved.
Clark County owns and operates an airport system that includes Harry Reid International Airport, the air carrier airport serving
the Las Vegas region, and four (4) general aviation airports: North Las Vegas Air Airport (a GA reliever airport), Henderson
Executive Airport (a GA reliever airport), Jean Sport Aviation Airport, and Overton Municipal Airport, through its Department of
Aviation (DOA).
3. DESIGNATED CONTACTS
All questions must be submitted through the NGEM website. Phone calls regarding this RFQ will not be accepted. The
OWNER's representative will be Bryant Holt, Manager Director of Planning. This representative will provide responses to NGEM
submitted questions concerning the scope of work of this RFQ. Responses to questions regarding the selection process for this
RFQ will be provided by Brian Motes, Contracts Manager, Clark County Department of Aviation, brianmo@LASairport.com.
4. CONTACT WITH OWNER DURING RFQ PROCESS
Communication between a PROPOSER and a member of the Board of County Commissioners (BCC) or between a
PROPOSER and a non-designated OWNER contact regarding the selection of a proponent or award of this Contract is
prohibited from the time the RFQ is advertised until the item is posted on an agenda for award of the Contract. Questions
pertaining to this RFQ shall be addressed to the designated contact(s) specified in the RFQ document in NGEM. Failure of a
PROPOSER, or any of its representatives, to comply with this paragraph may result in their proposal being rejected.
5. PROJECT BACKGROUND
Harry Reid International Airport and the four general aviation facilities in the Clark County Airport System are owned by Clark
County, Nevada, under the policy direction of the Board of County Commissioners, the authority of the County Manager, and
operated by the OWNER under the management of the Director of Aviation. Currently, the Facilities and Construction and
Engineering (C&E) divisions manage and Planning Division, analyze, and leverage a variety of the airport system’s
infrastructures utilizing an Enterprise Asset Management program and historical knowledge. Clark County owns and operates
an airport system that includes Harry Reid International Airport, the air carrier airport serving the Las Vegas region, and general
aviation airports including North Las Vegas Airport (a GA reliever airport), Henderson Executive Airport (a GA reliever airport),
Jean Sport Aviation Airport, and Perkins Field (Overton) Airport.
The Board of County Commissioners, Clark County, Nevada (through its Department of Aviation) invites firms to submit
qualifications to provide owner representation for preliminary design, construction cost estimating and environmental
assessment of capital projects at any of the five Department of Aviation (DOA) airports and/or the Rent-A-Car Center. The firm
selected upon review of the Request for Qualifications, and interviews, will provide:
Professional and or technical staff to assist DOA staff in the daily management of preliminary design, construction cost
estimating, and environmental assessment of capital projects at any of six facilities.
The selected CONSULTANT will provide staff to assist the OWNER in managing a project, or group of projects in the planning,
design and/or construction phase.
The anticipated term for this contract will be for a five (5) year period, with two (2) one-year renewal options.
Request for Qualifications Requirements:
The requirements for the submission of acceptable qualifications are defined in the attached Instructions to Proposers. A sample
Professional Services Contract is included in Exhibit A for information purposes only and the Disclosure of Ownership/Principals
is included in Exhibit B. The Scope of Work is added in Exhibit C. The work for this contract will be defined by task order
scope of work as the work is needed.
Clark County Department of Aviation - March 5, 2024
Page | 2
General Conditions
RFQ No. 24-001
Professional Services for Planning and Design Projects
Key points in the Evaluation of the Qualifications include:
A submittal that includes recent organizational and individual experience in design, program management, design
project management, construction management, and/or inspection of facilities. Any aviation related experience
should be noted and is desired, but not required.
An approach to the work that will achieve stated objectives.
Commitment of key project personnel for the duration of the project.
6. SCOPE OF SERVICES
The following describes the scope of services to be provided by the CONSULTANT for Professional Consulting Services for
Owner Representation.
Project Objectives
Provide qualified staff to act as the OWNER’s representative to manage another consultant who will prepare
design, permit, and bid phase documents.
Provide qualified staff to act as the OWNER’s representative, managing the contractor from contract award through
close-out.
Provide qualified staff to act as the OWNER’s representative providing inspection services of the contractor.
Scope of Work
The CONSULTANT’s staff will manage individual or multiple projects simultaneously on behalf of the OWNER. The
CONSULTANT’s staff will be based in the CONSULTANT’s office, however, will be expected to attend, and/or lead, kick-
off, progress, and/or review meetings at the OWNER’s office or at the project site. The CONSULTANT will provide a
computer, laptop/tablet, cellular telephone, vehicle, and any other appurtenances necessary to perform the Project
Objectives. See EXHIBIT A below for more detailed information.
7. OTHER OBJECTIVES
In addition to the Project Objectives indicated Paragraph 6, Clark County has established the following objectives for the
Owner Representation contract.
A. Nondiscrimination Compliance with NRS 338.125
The Consultant, regarding the work performed hereunder, shall not discriminate on the grounds of race, color, creed,
national origin, sex, sexual orientation, gender identity or expression, or age in the selection and retention of any employee
or applicant for employment, and subcontractors, including procurements of materials and leases of equipment. The
Consultant shall not participate either directly or indirectly in the discrimination prohibited by 49 C.F.R. Section 21.5 including
employment practices when the Agreement covers a program set forth in appendix B of the regulations.
B. Civil Rights
In accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4)
and the Regulations, hereby notifies all proposers that it will affirmatively ensure that any Agreement entered into pursuant
to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit statements of
qualifications 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.
C. Disadvantaged Business Enterprise Utilization
On February 20, 1996, the BCC adopted a Strategic Plan to promote and encourage a greater degree of participation of
small, minority, women-owned, and other socially and economically disadvantaged businesses in the Clark County
procurement process of construction projects, commodities, and services. The BCC wishes to ensure that those
businesses, which have been traditionally underutilized are afforded the opportunity to fully participate in the overall
procurement process of Clark County. Therefore, the OWNER expects the CONSULTANT to solicit small, minority, women-
owned and disadvantaged business enterprises certified in accordance with U.S. Department of Transportation Regulations,
49 CRF Part 26, as subconsultants.
The successful CONSULTANT shall make a good faith effort to work with the DOA to fulfill the joint commitment to these
business enterprises.
No FAA funds are assigned to this project, therefore, a specific goal for DBE participation cannot be set. However, any
DBEs, MBEs, WBEs, and SBEs are expected to be used in a professional and productive manner.
D. Local Presence
The CONSULTANT shall maintain a local office in Clark County, Nevada throughout the performance of the work and is
required to have a Clark County Business License prior to executing a contract.
Clark County Department of Aviation - March 5, 2024
Page | 3
General Conditions
RFQ No. 24-001
Professional Services for Planning and Design Projects
8. METHOD OF EVALUATION AND AWARD
Key OWNER objectives for the PROPOSER to demonstrate:
Has recent organizational and individual experience in managing design and construction contracts for public agencies.
Experience with projects for and at an airport is desired, but not required.
Has familiarity with similar work.
Offers an innovative approach to the work that will achieve stated OWNER objectives.
Will commit key project personnel to continuity of participation.
Since the service requested in this RFQ is considered to be a professional service, award will be in accordance with the
provisions of the Nevada Revised Statutes, Chapter 332, Purchasing: Local Governments, Section 332.115.
The proposals may be reviewed individually by staff members through an ad hoc committee to assist the DIRECTOR or her
designee. The finalists may be requested to provide OWNER a presentation and/or an oral interview. The ad hoc staff committee
may review the responses to the RFQ as well as any requested presentations and/or oral interviews to gather information that
will assist in making the recommendation. OWNER reserves the right to award the Contract based on objective and/or subjective
evaluation criteria. This Contract will be awarded on the basis of which proposal, OWNER deems best suited to fulfill the
requirements of the RFQ. OWNER also reserves the right to cancel this RFQ at any time and/or to not make an award to any
PROPOSER at its sole discretion if OWNER deems that no single proposal fully meets the requirement of this RFQ, or for any
other reason.
The fees for the professional services will be negotiated with the PROPOSER(S) selected.
The accepted PROPOSER agrees to enter into OWNER’s standard Contract as presented and without modification. A sample
of the OWNER’s standard Contract may be found on the NGEM website under the “Attachments” tab, labeled as SAMPLE
Contract.
Interviews of Short-Listed Proposers
Should the decision be made to develop a short list of firms for interview, the selection of the short list is anticipated by
April 16, 2024.
Each short-listed company will be invited to make an oral presentation to the OWNER.
The oral presentation will be followed by open discussion periods in which the OWNER will ask questions of the proposed
key project personnel.
The interviews of the short-listed companies are intended to result in the development of an OWNER recommendation for
selection of a CONSULTANT.
The OWNER reserves the right to enter a Professional Services Contract with more than one PROPOSER to complete the
Scope of Services.
9. PLANNED DATES AND SCHEDULE
Key dates for the submission, selection process, and Contract award are provided in the following timetable:
Key dates for the submission, selection process, and Contract
award are provided in the following timetable: Event
Availability of Request for Qualifications
Pre-Submittal Conference
Deadline for Written Requests for Clarification
DOA Response to Written Requests for Clarification
Request for Qualifications Submittal Deadline
Announce Short List
Interviews
DOA Selection
Contract Negotiations
BCC Authorization to Sign a Contract
Schedule**
March 5, 2024
March 13, 2024, at 10:30 A.M. (PDT)
March 19, 2024, at 10:00 P.M. (PDT)
March 26, 2024, at 10:00 P.M. (PDT)
April 2, 2024, at 2:00 P.M. (PDT)
April 16, 2024**
April 23, 2024**
May 14, 2024**
May 15 June 12, 2024**
August 6, 2024**
**Please note the dates indicated are estimates only and are subject to change.
SUBMITTAL REQUIREMENTS
A. Prepare your submission materials. The RFQ has several required documents that must be uploaded into NGEM.
Please review the requested information. The maximum file size is 250 MB. Please do not embed any documents
within your uploaded files, as they will not be accessible or evaluated.
Clark County Department of Aviation - March 5, 2024
Page | 4
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >