WS113 LED MANUFACTURER SUBMISSION REQUIREMENTS

advertisement
Orlando International Airport
Statement of Qualifications (SOQ) •
Experiential Media Environment (EME)
WS113 LED MANUFACTURER
SUBMISSION REQUIREMENTS
LED Media Features - Technical Assist & Media Feature Production
Greater Orlando Aviation Authority
Burns Engineering Inc.
MRA International Group Inc.
Smart Monkeys Inc.
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
Table of Contents
1.
2.
3.
4.
5.
6.
7.
8.
Introduction
Instructions to Request for Qualification (RFQ) Proposers
STC Context
EME Project and Scope Definition
EME Schedule
Evaluation and Award Criteria
Lobbying Restrictions
Additional Information
JUNE 14, 2016
VERSION 9
1
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
1. INTRODUCTION
The Greater Orlando Aviation Authority (hereafter the “Authority”), assisted by the
Technology and Multi-Media Systems Specialty Engineer Consultants, Burns
Engineering Inc. (hereafter “Technology Systems Consultants”), and the Experiential
Media Environment team, consisting of MRA International Group Inc. and Smart
Monkeys Inc. (hereafter the “EME Team”), intends to engage a LED Manufacturer for
the Orlando International Airport’s new South Terminal Complex – Phase 1 Program
(hereafter “STC”). The Authority intends for the LED Manufacturer to contract directly
with the Technology and Multi-Media Systems Specialty Engineer Consultants for
Technical Assist services.
This RFQ represents the first of two stages in the selection of a manufacturer with the
requisite qualifications to provide a major component of the Experiential Media
Environment (EME) – an innovative, large-scale multimedia program that will be integral
to the overall architectural environment of the STC.
During this RFQ stage, Proposers shall be rigorously evaluated with regard to their
products’ ability to support the design intent, and with regard to their experience in
executing a project of this complexity, scale and level of integration – from technical
assist, design and engineering through fabrication and installation. Based on this
independent, objective review, Authority may choose to shortlist three or more bestqualified respondents, who will then be invited to participate in a second stage of
evaluation.
This two-stage selection process is intended to result in the selection of an industryleading firm that will provide LED media features that meet the unique requirements of
the project, together with the required technical support, engineering, fabrication and
installation services required to realize the goals of the EME program.
Years of planning and preparation will come to fruition as the vision of the new STC
becomes reality. We are looking for an active and engaged partner to join us as we
create a world-class guest experience in this state-of-the-art facility.
We look forward to your response to the RFQ.
Mark W. Birkebak, AIA, Greater Orlando Aviation Authority
Michael Rubin, MRA International Group Inc.
Stephan Villet, Smart Monkeys, Inc.
JUNE 14, 2016
VERSION 9
2
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
2. INSTRUCTIONS TO RFQ PROPOSERS
Contact information
Written inquiries shall be directed to Mr. Mark W. Birkebak, AIA, Director
of Engineering, Greater Orlando Aviation Authority at email address:
WS113-LED@goaa.org. Questions received after 5:00 p.m. (EDT) on Friday,
July 1, 2016, will not be answered.
Submission requirements
Interested Proposers are requested to submit one original, with an original signature of
an authorized representative, twelve (12) printed copies, one (1) electronic PDF version*
on compact disk (or single-layer DVD) of the RFQ, and one sealed envelope containing
the one copy of the Proposer’s financial statement up to 2:00 p.m. local time on
Tuesday, July 12, 2016, to the Receptionist Office, Greater Orlando Aviation
Authority, 5850-B Cargo Road, Orlando, FL 32827. Any RFQ received after the time
and date stated above will not be considered and will be returned unopened. RFQ shall
be submitted in sealed packages clearly labeled, “RFQ FOR LED MANUFACTURER
FOR STC PHASE 1 (WS113)”. The original RFQ shall be clearly marked "Original."
The submittal shall include a completed and signed Exhibit A - Form of Response and
the completed Exhibit B - Evaluation Criteria Form, along with all required
attachments. The attachments shall be tabbed, numbered and ordered to correspond to
the sequential points listed in the Evaluation Criteria Form.
The envelope shall also include a compact disk (or single-layer DVD) that contains:
- One completed Form of Response, in PDF format.
- One completed electronic Evaluation Criteria Form, in MS Excel format, with
unprotected cells.
- One completed Evaluation Criteria Form, in PDF format.
- All attachments, clearly identified, in PDF format.
Do not include any other information on the compact disk (or single-layer DVD). It is
recommended that the MS Excel form be completed electronically, reviewed, burned to
disk and printed from the disk for signature and copying.
*PDF submission requirements: All documents shall be PDF/A compliant. PDF/A
compliant documents have embedded fonts and do not reference external files. Scanned
documents shall be created as PDF/A compliant, made text searchable and have a
minimum resolution of 150 dpi. Submittals in PDF format shall have navigational
JUNE 14, 2016
VERSION 9
3
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
bookmarks inserted in lieu of any tabs required in the hard copy. The entire submittal
shall not exceed a single layer DVD disc. In cases where there are discrepancies
between the PDF and hard copy, the hard copy shall take precedence.
Incomplete responses
Incomplete responses may be disqualified.
3. STC CONTEXT
The Orlando International Airport is undertaking a series of major expansion projects to
better serve the growing demand driven by destination tourism, convention activity,
economic expansion and residential growth. The present RFQ addresses work to be
carried out in the context of the principal expansion project, namely the design and
construction of the new South Terminal Complex (hereafter “STC”).
The STC is a large-scale, long-term development that will be built in phases. When fully
complete, it may include two infield unit terminals as well as hotels, parking facilities and
other support buildings.
After years of planning and preparation, a multidisciplinary team working under the
direction of the Authority is currently designing Phase 1 of the STC. This includes
several of the complex’s key components, including one infield unit terminal serving 16
gates and featuring a major airside hub for shopping, dining and leisure; a two-level
landside arrival and departure hall; and a ground transportation facility.
Technology Systems Consultants and the EME Team have been engaged by the
Authority to manage and support the design and production of the Environmental Media
Environment (EME), which will include large-scale, architecturally-integrated media
features, a centralized control system, and an inventory of original multimedia content.
The EME is being developed as an integral part of the new STC, with several major
elements incorporated in Phase 1, and with provisions for future phased expansion.
4. EME PROJECT AND SCOPE DESCRIPTION
In Phase 1 of the STC, the EME is expected to comprise three or more large-scale,
custom-designed, architecturally-integrated media features incorporating LED displays
as well as other multimedia technologies. These media features will include a range of
specialized non-standard design elements – for example, architecturally detailed support
structures and frames, suspended display surfaces, curved display surfaces, two-sided
JUNE 14, 2016
VERSION 9
4
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
display surfaces, multi-screen composite display surfaces, interactive displays and/or
custom diffusers.
At time of writing, the design of the STC architectural and media environments is in
active development. For the purposes of this RFQ, the following scope information is
provided.
Media Features
- The media features are expected to represent a total of approximately 15,000 20,000 square feet of LED product.
- The media features shall include curved display surfaces, including both concave
and convex displays.
- The media features shall include both display surfaces supported in compression
and display surfaces supported in tension.
- EME system design shall require LED processors supporting 4K playback on
large vertical canvases with one-to-one pixel mapping from video signal to LED
display.
- The media features shall be designed to be integral to the architecture of the
terminal, requiring a high level of craftsmanship to create highly detailed
secondary structures and well-designed component details.
LED Products
- EME media features shall primarily utilize 4 mm pixel pitch LED product. It is
likely that 2 mm product will also be incorporated.
- Key criteria in evaluating the LED products shall include, among other factors,
module weight, energy efficiency and luminous output (nits), modular flexibility
(including radius of curvature as well as LED tile “building block” dimensions),
ventilation and heat dissipation, minimum product depth and overall product
dimensions, LED processor quality and features, LED image quality, and overall
design and fabrication quality.
Products and Services Required
This RFQ shall result in the selection of an industry-leading firm that shall be expected to
actively collaborate in all phases of the design, fabrication, installation and integration of
the EME media features. Products and Services required from the selected Proposer
shall include, but may not be limited to: Technical Assist; Construction Drawing
coordination; Mock-up and Prototyping of media features; Fabrication; Installation;
Integration and Training; and Operational Support, as well as the project management
and coordination efforts required for all stages of work.
JUNE 14, 2016
VERSION 9
5
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
Technical Assist Services
The selected Proposer shall actively support the creative design effort as the EME team
completes Schematic Design and Design Development of the EME media features and
prepares a Design Criteria Package. This package will be used for pricing for
contracting with the Construction Manager At Risk (CM@R).
Tasks shall include, but may not be limited to:
-
-
-
Reviewing EME Team Schematic and Design Development drawings to confirm
functional requirements of Proposer’s product in relation to the respective
features (e.g. attachment requirements in tension or compression, ventilation
requirements, etc.)
Validating optical performance for specific viewing circumstances and distances
Supporting the EME Team in its evaluation and confirmation of base building
infrastructure and facility requirements with the architectural team, in regard to
the requirements for media feature functionality and support (such as structural,
electrical, IT, HVAC and others)
Supporting
and
participating
in
coordination
efforts
with
other
members/consultants of the STC design team
Proposer shall ensure their response provides sufficient detail to permit an
evaluation of their firm’s capacity to support Technical Assist services.
Construction Drawing Coordination
Under the direction of the EME team, following the design of the media features and in
accordance with the Design Criteria Package prepared by the EME team, the selected
Proposer shall produce detailed shop drawings that shall be signed and sealed by a
Florida-registered professional engineer. The selected Proposer shall liaise with the STC
architecture, engineering and construction manager teams to ensure that shop drawings
are integrated into the STC construction drawings and all necessary coordination efforts
– such as validating base building provision of structural, electrical, IT, HVAC and other
infrastructure – are carried out.
Proposer shall ensure their response supports a clear understanding of the
quality and level of detail that can be expected in their shop drawings.
Prototyping and Mock-Ups
The selected Proposer shall carry out prototyping and mock-up activities as required to
demonstrate media feature appearance and functionality.
JUNE 14, 2016
VERSION 9
6
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
Proposer shall ensure their response clearly describes their firm’s capacities for
prototyping LED elements, building functional and architecturally detailed mock-ups, and
for providing testing and customization if required.
Fabrication
The selected Proposer shall fabricate LED tile/products and fabricate or procure the
other elements required for the media features. (Fabrication of secondary structures,
architectural finishes, coordination of production and delivery of media elements, and
other components of the media features may also be the responsibility of the
manufacturer).
Proposer shall ensure their response clearly describes their firm’s fabrication and
customization capacities.
Installation
The selected Proposer shall ship, store and install the elements fabricated or procured
for the EME, and provide on-site management and coordination during media feature
installation.
It is anticipated that the selected Proposer shall also be responsible for all installation of
secondary structural features, feature finishes, architectural treatments to the
installation, integration of sensors or other media elements, and all components that are
integral to the feature during installation through its team or coordination of
subcontractors.
Proposer shall ensure their response highlights any special expertise or competitive
advantage they can offer during installation.
Integration
The selected Proposer shall participate in the commissioning, calibration and entry into
service of the media features, including support for the content management system
integration and content integration on the manufacturer’s product (displays, processors,
etc.).
Proposer shall ensure their response highlights any special expertise or competitive
advantage they can offer during integration.
Operational Support
The selected Proposer shall provide training, after-sales support and warranty support
for the media features.
JUNE 14, 2016
VERSION 9
7
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
Proposer shall ensure their response highlights any special expertise or competitive
advantage they can offer during operational support.
5. EME SCHEDULE
The EME schedule is coordinated with the STC Master Schedule. This Master Schedule
is subject to change as the project advances.
The procurement schedule for Proposer’s products shall be timed to coincide with the
STC Master Schedule, with a lead time coordinated between the Authority and the
Proposer. While subject to negotiation, it is anticipated that procurement of the
equipment/hardware will be scheduled so as to commence approximately 12 months
prior to the opening of the STC, to allow for fabrication, shipment, secondary structure
installation, LED installation, integration, commissioning and soft opening.
Certain key dates are provided here to provide broad context. A more detailed schedule
will be provided at the second stage of evaluation.
-
Technical Assist to EME Team expected to begin by September 2016.
EME Design Criteria Package expected complete in early March 2017, with shop
drawings provided by manufacturer to follow.
Initiation of procurement process in 2018, approximately 12 months prior to STC
Phase 1 completion.
6. EVALUATION AND AWARD CRITERIA
Proposer(s) will be evaluated on criteria that include: company profile, relevant prior
experience in equivalent roles for projects of commensurate scale and complexity,
demonstrated craftsmanship and fabrication quality, in-house capabilities, capacity to
support the design and execution effort through each stage of the process, technical
capacity, product quality and product characteristics, product solution quality and
installation expertise, and quality of support for long-term operations.
Responses will be first evaluated to ensure compliance with pass/fail criteria, which are
highlighted in YELLOW in the Evaluation Criteria Form. For clarity, these mandatory
pass/fail criteria are as follows: 1.2, 3.1, 4.1, 4.3, 4.6, 5.1, 5.3, 6.3, 6.4 and 6.5. All
remaining criteria will be used for the purposes of an evaluative comparison. The most
important criteria are the Proposer's Relevant Experience and the completeness of the
Proposer’s responses.
JUNE 14, 2016
VERSION 9
8
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
Following the evaluation of the submission, the Authority will select a shortlist of no
fewer than three Proposers that are the most qualified, based upon the criteria stated
above and those listed in the Evaluation Criteria Form. Shortlisted Proposer(s) will be
invited to participate in the next stage of the selection/evaluation process.
Shortlisted proposers must be prepared to provide fully functional sample walls of
products (2 mm and curved 4 mm LED product with any additional supportive hardware,
including processors) for demonstration and evaluation. The shortlisted Proposers may
additionally be invited to make a presentation to the Authority.
Proposers shortlisted for the second round of evaluation will also be required to submit a
competitive Price and Value proposal for the project based on a scope that will be
provided by Authority. Authority will then evaluate the overall value offer including:
pricing of the full product solution; forward price and product enhancement protection at
time of procurement; comparative quality and value of warranties, maintenance contract
and services; and proposed business approaches that may offer advantages for the
Authority. The overall, comprehensive value of the offer will represent one of the key
parameters for selection, in conjunction with comparative product evaluations; relevant
experience; and demonstrable capabilities.
Following shortlisting and interviews or presentations (if any), the Authority will make a
final ranking and select in order of preference, based on the above information and
interview results, in order to select for contract negotiation the Proposer judged most
highly qualified to perform the requested services.
The anticipated date for this recommended ranking is early September 2016.
The extent and scope of the products and services, along with the fees for such products
and services, will be negotiated between the selected Proposer and the Technology
System Consultants, the EME Team, and the CM@R, and will be subject to approval by
the Authority. Should the parties be unable to negotiate satisfactory contractual terms,
at a price the Authority determines to be fair, competitive and reasonable, negotiations
with the selected Proposer shall be terminated and negotiations undertaken with the
second most qualified firm, and if necessary, additional Proposers in accordance with
the ranking.
It is anticipated that, with the exception of Technical Assist services, products and
services will be provided within the context of a contractual agreement between the
selected Proposer and the CM@R.
JUNE 14, 2016
VERSION 9
9
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
The Authority reserves the right to waive any informality in the RFQ, to reject any and all
RFQs, to re-advertise for RFQ or to elect not to proceed with the Project for any reason.
All recommendations and decisions regarding award of the Project shall be made at
open public meetings in accordance with the requirements of Florida Statute 286.011,
and all interested parties are invited to attend such meetings. In accordance with Florida
Statute 287.055 (10), the Authority declares that all or any portion of the documents and
work papers prepared and submitted pursuant to this invitation shall be subject to re-use
by the Authority.
7. LOBBYING RESTRICTIONS
Proposers are hereby advised that individuals, who conduct lobbying activities with
Aviation Authority employees or Board members, must register with the Aviation
Authority each year prior to conducting any lobbying activities. A statement of
expenditures incurred in connection with those lobbying instances should also be filed
prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying
any Aviation Authority Staff, who are members of any committee responsible for ranking
Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter
forwarding those recommendations to the Board and/or Board Members, is prohibited
from the time that a Request for Proposals, Request for Letters of Interests, Statement
of Qualifications or Request for Bids is released to the time that the Aviation Authority
Board makes an award.
As adopted by the Aviation Authority Board on September 19, 2012, lobbyists are now
required to sign-in at the Aviation Authority offices prior to any meetings with Staff or
Board members. In the event a lobbyist meets with or otherwise communicates with
Staff or an Aviation Authority Board member at a location other than the Aviation
Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each
instance of lobbying to the Director of Board Services within seven (7) calendar days of
such lobbying. The policy, forms, and instructions are available in the Aviation
Authority’s offices and the web site. Please contact the Director of Board Services with
questions at (407) 825-2032.
8. ADDITIONAL INFORMATION
The Proposer certifies that the following statement is true: Proposer is not on the
Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List, as defined in Section 287.135,
Florida Statutes (2015).
JUNE 14, 2016
VERSION 9
10
MCO STC PHASE 1 • RFQ WS113 LED MANUFACTURER
LED MEDIA FEATURES - TECHNICAL ASSIST & MEDIA FEATURE PRODUCTION
Proposer’s personnel will be required to meet the Greater Orlando Aviation Authority’s
(Authority) requirements for security background checks. All personnel requiring
unescorted access to a secure or sterile area of the airport must undergo a Criminal
History Records Check (CHRC) and are subject to the requirements of Title 49 of the
Code for Federal Regulations Part 1542 or 1544 and the Airport Security Improvement
Act of 2000.
Pursuant to Section 287.133(2)(a), Florida Statutes, interested Proposers who have
been placed on the convicted vendor list following a conviction for a public entity crime
may not submit a proposal on a contract to provide services for a public entity, may not
be awarded a consultant contract and may not transact business with a public entity for
services in excess of the threshold amount set forth in Section 287.017, Florida Statutes,
for Category Two, for a period of 36 months from the date of being placed on the
convicted vendor list.
Authority Contracts require Contractors/Consultants to comply with the requirements of
E-Verify. Contractor/Consultants will be required to utilize the U.S. Department of
Homeland Security’s Employment Eligibility Verification System (e-verify), in accordance
with the terms governing the use of the system, to confirm the employment eligibility of
persons employed by the Contractor/Consultant, during the term of the Contract, to
perform employment duties within Florida. Prime Contractors/Consultants are required
to include an express provision in their Subconsultant/Subcontractor Agreements
requiring the Subconsultants/Subcontractor to do the same.
The FDOT's Restrictions on Consultants' Eligibility to Compete for Department Contracts
Procedure (Topic 375–030-006) applies to these Services.
JUNE 14, 2016
VERSION 9
11
Download