Minnesota Bids > Bid Detail

Aviation Planning Services

Agency: Mankato
Level of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD11880131676993568
Posted Date: Nov 29, 2022
Due Date: Dec 16, 2022
Source: https://www.mankatomn.gov/Home...
Aviation Planning Services
  • Start Date: 11/29/2022 3:58 PM
  • Close Date: 12/16/2022

REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) AVIATION PLANNING SERVICES MANKATO REGIONAL AIRPORT, MANKATO, MINNESOTA
The City of Mankato, Minnesota (“City”) is requesting Statements of Qualifications from interested Airport Consultants for Professional Aviation Planning Services for the Mankato Regional Airport (MKT) for the next five (5) years. Professional, technical, and advisory services are needed for projects identified in the Airport’s Capital Improvement Program (CIP).

SCOPE OF WORK
Projects may include, but are not limited to grant management and reimbursement, airport system and master planning, airport noise compatibility planning, environmental assessments, and related studies. Subject to receipt of Federal and State funding, these projects may include the following:

  • Airport Layout and Master Plan Update
  • Air Traffic Control Tower Site Selection and Environmental Assessment
  • Runway 4/22 Shift Environmental Assessment
  • Land Acquisition
  • Aerial Imagery

The Airport’s most current 5-year Capital Improvement Program is attached as Exhibit A, other sources may not be current.

STATEMENT OF QUALIFICATION FORMAT
To facilitate an equitable review process, submissions should conform to the following format: Paper regardless of size is one page. Double sided printing is two pages.

Letter of Introduction (2-page limit)
Statement of Qualifications (20-page limit)

  • Experience of the Firm: Provide prior experience and qualifications in airport engineering, design, planning, and environmental analysis on projects similar in scope to the Mankato Regional Airport. Reference the experience working with the Minnesota Department of Transportation (MnDOT) and Federal Aviation Administration (FAA) regulations and procedures.
  • Experience and Approach: Provide experience and firm’s approach to the projects identified in the scope of work section of this document.
  • Knowledge of Airport: Describe knowledge and understanding of the Mankato Regional Airport.
  • Other Supporting Data: Include other information relevant to the selection process.

Project Team (No page limit) Identify team members and responsibilities. Provide a brief resume for each, outlining credentials and experience. If project team includes subcontractors or individuals from other firms, provide a brief description of the firm.

References (No page limit) Provide three (3) airport references by name and contact information familiar with the quality of work similar in nature as the projects identified in the scope of work section of this document.

CRITERIA FOR REVIEW OF STATEMENT OF QUALIFICATIONS
The following criteria will be used in screening, ranking, and selection of the successful firm:

Qualifications of the Firm and Key Personnel (20 points): Preference to firms with recent planning experience for projects similar to those identified in the scope of work section of this document and airports similar in size to the Mankato Regional Airport.

Experience with State and Federal Grant Programs (20 points): Preference to project teams whose members have a demonstrated working relationship with the MnDOT Office of Aeronautics and the FAA Minneapolis Airports District Office and possess an understanding of Airport Improvement Program regulations and procedures.

Approach to Projects (20 points): Preference to firms that demonstrate a clear understanding and familiarity with the pending projects and an approach that establishes a strategy, timeline, or schedule for completing projects identified in the Capital Improvement Plan.

Experience on Comparable Projects (15 points): Preference to firms who have experience and demonstrated quality performance on projects similar to those identified in the scope of work section of this document.

Knowledge of Airport (15 points): Preference to firms who demonstrate an understanding and knowledge of the Mankato Regional Airport.

Provided favorable References of similar size and scope airports (10 points): Preference to firms that provide favorable references from airports with similar projects in size and scope to those of the Mankato Regional Airport.

SELECTION OF THE CONSULTANT
The qualification-based selection process shall conform to Change 1 of FAA Advisory Circular 150/5100-14E, Subject: Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects which will be utilized to select the most qualified firm. Fee information will not be considered in the selection process and should not be submitted with the Statement of Qualifications.

It is the intent of the City to appoint a selection board to review the Statements of Qualification and evaluate potential consultants. The selection board may conduct interviews and make inquiries as desired to prepare recommendations for the City Council as the governing body. All unsuccessful firms will be notified in writing no later than 10 days after selection of the Consultant and may contact the City for a debriefing.

The City reserves the right to reject any and all submissions to this Request for Qualifications, request clarification, or waive technicalities, if it is deemed in the best interest of the City. The City assumes no responsibility for costs incurred in responding to this Request for Qualifications.

CONTRACT PROVISIONS
The top ranked firm will be invited to negotiate a contract with the City. The contract will be subject to the mandatory contract provisions outlined in Exhibit B.

If successful negotiation cannot be reached, the City reserves the right to negotiate with other qualified firms that submit an accepted SOQ.

RFQ TIMELINE
The anticipated milestone dates for this RFQ are as follows:

Release of RFQ Tuesday, November 29, 2022
Deadline for submittal of Questions Monday, December 12, 2022
Statement of Qualifications Due Friday, December 16, 2022
Review and Ranking of submitted SOQs Wednesday, December 28, 2022
If needed, Shortlist (3) invitations for presentations Thursday, December 29, 2022
Presentations Friday, January 6, 2023
Anticipated Announcement of Successful Firm Tuesday, January 10, 2023

Questions will be accepted in writing at the physical or email address below.

City of Mankato
Attn: Airport (A/E Consultant SOQ)
10 Civic Center Plaza
Mankato, MN 56001
sschloesser@mankatomn.gov

SUBMISSION OF QUALIFICATIONS STATEMENT AND CONTACT PERSON
Five (5) hardcopies and one digital copy of the Qualifications Statement must be submitted no later than 4:00 p.m. on Friday, December 16, 2022.

City of Mankato
Attn: Shawn Schloesser (A/E Consultant SOQ)
10 Civic Center Plaza
Mankato, MN 56001
sschloesser@mankatomn.gov
(507) 387-8655

Exhibit A

Work Plan Calendar Year Project Description
Plan 2023 Airport Master Plan Update (FFY 2023)
Plan 2023 Air Traffic Control Tower Site Selection (BIL FFY 2023)
Plan 2023 Air Traffic Control Tower & Runway 04/22 Shift Environmental Assessment (BIL FFY 2023)
Safety 2023 Precision Approach Path Indicators (PAPI) Lights Replacement Runway 04/22
Vehicle 2023 Airport Maintenance Vehicle (Pickup) with Snowplow
Safety 2023 North Fence Replacement (Along Landing Lane)
Plan 2024 Air Traffic Control Tower Design (FFY 2024)
Construction 2024 Air Traffic Control Tower Site Prep (FFY 2024)
Pavement 2024 Runway 15/33 Concrete Crack Repair (FFY 2024)
Vehicle 2024 Acquire Snow Removal Equipment (SRE) - Loader and Plow (BIL FFY 2024)
Construction 2025 Air Traffic Control Tower Construction (FFY 2025)
Construction 2025 Construct Perimeter Road (BIL FFY 2025)
Plan 2026 Runway 04/22 Shift / Temporary Extension (400') Design (FFY 2026)
Purchase 2026 Land Acquisition - Runway 33 RPZ (Parcel 3C = 2.1 ac) (FFY 2026)
Purchase 2026 Land Acquisition - Runway 15 RPZ (Parcel 22A = 2.7 ac) (FFY 2026)
Purchase 2026 Land Acquisition - Runway 22 Approach (Parcel 15C - 6.6 ac) (FFY 2026)
Vehicle 2026 Acquire Snow Removal Equipment (SRE) - Self-Propelled Snowblower
Construction 2027 Runway 04/22 Shift / Temporary Extension (400') Construction (FFY 2027)
Safety 2027 Runway 04/22 Runway End Identifier Lights (REIL)/Precision Approach Path Indicator (PAPI) Lights Replacement (FFY 2027)
Safety 2027 Replace 04/22 Runway Lights (FFY 2027)
Pavement 2027 Runway 04/22 Pavement Reconstruction (FFY 2027)
Safety 2027 Airfield Electrical Vault (FFY 2027)
Vehicle 2027 Airport Maintenance Tractor / Mower
Vehicle 2027 Flail Mower Attachment

CONTRACT PROVISIONS AND FORMAT
If successful negotiation cannot be reached, the City reserves the right to negotiate with other qualified firms that submit an accepted SOQ.

The top ranked firm will be invited to negotiate a contract with the City. The contract will be subject to the mandatory contract provisions below.

MANDATORY CONTRACT PROVISIONS
In addition to other provisions required by the FAA or MnDOT under the Federal award authority, the following provisions must be contained in Planning Services Contracts, as applicable.

(A) Contracts for more than the simplified acquisition threshold, as authorized by 41 U.S.C. 1908 , must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
(B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be affected and the basis for settlement.
(C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60 .
(D) Davis-Bacon Act, as amended ( 40 U.S.C. 3141-3148 ).
(E) Contract Work Hours and Safety Standards Act ( 40 U.S.C. 3701-3708 ).
(F) Rights to Inventions Made Under a Contract or Agreement ( 37 CFR Part 401 ).
(G) Clean Air Act ( 42 U.S.C. 7401-7671q .) and the Federal Water Pollution Control Act ( 33 U.S.C. 1251-1387 ), as amended.
(H) Debarment and Suspension ( Executive Orders 12549 and 12689 ).
(I) Byrd Anti-Lobbying Amendment ( 31 U.S.C. 1352 ).
(J) Procurement of Recovered Materials ( Title 2, Subtitle A, II, Part 200, Subpart D, § 200.323 Procurement of recovered materials.
(K) Prohibition on certain telecommunications and video surveillance services or equipment ( Title 2, Subtitle A, II, Part 200, Subpart C, § 200.216 ).
(L) Domestic Preference for Procurements ( Title 2, Subtitle A, Chapter II, Part 200, Subpart D, § 200.322 )

B-1

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 >