Similar Projects
Last Updated | 08/10/2023 05:13 AM |
Project Title | RFP Design - Miami International Airport (MIA) North Terminal Development (Ntd) Baggage Handling System Modification to the Inline Check Baggage Inspection System (CBIS) |
Physical Address | View project details and contacts |
City, State (County) | Miami, FL 33142 (Miami-Dade County) |
Category(s) | Professional Services |
Sub-Category(s) | Architectural |
Contracting Method | Competitive Bids |
Project Status | Conceptual Design, Construction start expected October 2023 , Request For Proposals |
Bids Due | View project details and contacts |
Estimated Value | $15,164,526 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | As of August 7, 2023, per owner, this project is still "under the cone of silence" and the project has not started yet, it is pending award from the Aviation Department. They hope to have an award soon. *The previous closed solicitation is listed below for reference. The County Mayor, Miami-Dade County (County), pursuant to Section 287.055, Florida Statutes, Sections 2-8.1 and 2-10.4 of the County Code, Implementing Order 3-34, and Administrative Order (A.O.) 3-39 announces the Miami-Dade County Aviation Department (MDAD), is seeking one (1) A/E consultant to provide A&E design and construction management services for the North Terminal Baggage Handling System (NTBHS) inline CBIS System Re-Capitalization Project. Preferred Experience and Qualifications: It is preferred that the Prime Consultant have a cumulative ten (10) years of experience designing and modifying baggage systems at large hub US Airports or airports with similar baggage handling systems as those existing at MIA within the last (15) years of general airport work experience. It is preferred that the Prime Consultant and/or Sub-consultant should have ten (10) years experience and familiarity with Airport Environment and Infrastructure Systems. It is preferred fifteen (15) years experience with Transportation Security Administration (TSA) equipment related to Explosive Detection Systems (EDS) Units, Checked Baggage Inspection Systems (CBIS), Checked Baggage Resolution Equipment (CBRE), and Installation of Hardware and Software for use within the in-line Checked Baggage Inspection Systems and Checked Baggage Resolution. Firms should have knowledge and familiarity with TSA Operations, Contracts, Terminology, and Equipment Testing Requirements. The expertise must be met by a qualified individual(s) of the prime and/or sub-consultant firm(s), as applicable. The experience must be demonstrated by direct or substantial involvement of the individual(s) in a supervisory capacity at the Project Manager level or above. The determination of the individual's qualifications and compliance with the experience and qualifications and preference stipulations shall be at the sole discretion of the County. The Competitive Selection Committee (CSC) may negatively evaluate proposals from firms they determine have failed to meet the above experience and qualification(s). Information regarding the experience and qualification(s) and preference stipulations, for the Prime Consultant, A/E sub-consultants, and non A/E sub-consultants, must be included in ISD Form No. 11, said form may be submitted more than once per individual Team member firm as applicable. Scope of Services and Term: This Capital Project includes scope to upgrade the existing in-line Transportation Security Administration (TSA) screening equipment within the North Terminal baggage handling system (BHS). This includes explosion detection system (EDS) recapitalization (replacement) in each matrix checked baggage inspection system (CBIS) as well as upgrades to the secondary viewing stations (SVS) requirements in each matrix checked baggage resolution area (CBRA). Upgrades and adjustments to associated screening equipment that are needed to support the recapitalization effort are included. All temporary screening services, enabling work and equipment needed to maintain airline/airport operations during the implementation of this scope is considered part of the project's budget and scope. This request includes all design (A/E Services) and associated Construction Support services needed to procure a design consultant. In accordance with the PSA, A/E services will be divided into five separate packages - matrix areas covering both TSA CBIS/CBRA/BHS reconfigurations requirements and building structure and infrastructure modification to integrate TSA New Equipment. Package 1: West Package 2: Central Package 3: East Package 4: Federal Inspection Services (FIS) Package 5 Cruise The County intends to retain one (1) qualified consultant/team of firms for one (1) Non-Exclusive Professional Services Agreement (PSA) with an effective term of eight (8) years. The PSA has a total maximum compensation of fifteen million one hundred sixty-four thousand five hundred twenty-six dollars ($15,164,526.00), inclusive of a ten percent (10%) contingency in accordance with Ordinance 00-65 and Inspector General Fee in accordance with Ordinance 97-215. No minimum amount of work or compensation will be assured to the retained consultants. The County reserves the right to re-use the work products of the retained consultant and to retain other consultants to provide the same or similar services at its sole discretion. Technical Certification Requirements 4.01 Aviation Systems - Engineering Design (PRIME) 12.00 General Mechanical Engineering (PRIME) 13.00 General Electrical Engineering (PRIME) 17.00 Engineering Construction Management (PRIME) 8.00 Telecommunication Systems 11.00 General Structural Engineering 14.00 Architecture The A/E Consultant Selection Coordinator for this project is Ana M. DaSilva, who may be contacted e-mail at Ana.DaSilva@miamidade.gov. The Miami-Dade County Small Business Enterprise (SBE) goal is: 23.00% SBE - A/E This solicitation is subject to Miami-Dade Countys Cone of Silence pursuant to Section 2-11.1(t) of the Miami-Dade County Code, as amended. Please review Miami-Dade County Administrative Order 3-27 for a complete and thorough description of the Cone of Silence. The method of Contractor Selection has not been determined at this time. |
||||||||||||||||||||||||||||||||||
Details |
|
||||||||||||||||||||||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||||||||||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||||||||||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |