Request for Qualifications and Public Notices

The Pennsylvania State University and University Park Airport are requesting Statements of Qualifications (SOQ) from a qualified aviation firm for the design, bidding, and construction management/administration services for the replacement of equipment at the Airport Traffic Control Tower (ATCT). The equipment to be replaced includes the legacy VHF/UHF ground-to-air radio systems, including transmitters and receivers, voice recorder equipment, and ATCT window shades.

Submittal Deadline:

SOQs will be received until 5:00 pm EDT on Thursday, December 15, 2022.

A. BACKGROUND

University Park Airport (UNV) is a non-hub airport served by American, Delta and United. In calendar year 2019 UNV recorded 193,000 plus passenger enplanements. The aircraft fleet mix includes regional jet aircraft (e.g., CRJ-200/550/700/900, ERJ 135/145/, etc.) and large narrow-body aircraft (e.g., B737-900, Airbus A319/A320, etc.).

The ATCT is an airport owned facility that started operations in 2011 under the Federal Contract Tower Program. The ground-to-air radio systems to be replaced are the original equipment that is beyond useful life and unsupported by the manufacturer.

B. SCOPE OF WORK

The required services include, but are not limited to engineering services for design, bidding, and construction management/administration services for the replacement of legacy VHF/UHF ground-to-air radio systems, including transmitters and receivers, voice recorder equipment, and ATCT cab window shades.

Grant funding for the project is anticipated through the Bipartisan Infrastructure Law – FAA Contract Tower Competitive Grant Program.

The project shall follow the process and guidelines as identified in the Airport Improvement Program Handbook Order 5100.38D, adhere to Federal Contract Tower Minimum Equipment and Facilities List (JO 7210.78 Appendix A) and any other applicable FAA standards and requirements.

C. SUBMITTAL REQUIREMENTS

Two (2) hard copies and one (1) thumb drive in pdf format of the SOQ submittal shall be provided. Each copy shall be marked on the cover:

RFQ: “Statement of Qualifications for Professional Services for Airport Traffic Control Tower Equipment” and shall contain the name of the firm responding to this RFQ.

Clarifications

Any clarifications or modifications shall be provided in writing and will be communicated via the Airport’s website. Any request for clarifications must be received by the Airport Director at least five (5) working days prior to the submittal deadline. Any questions relating to the submittal requirements shall be directed to:

Bryan Rodgers, C.M., ACE, Director
University Park Airport and Penn State Aviation Center
2535 Fox Hill Road
State College, PA 16803
Phone: (814) 865-4042
E-mail: [email protected]

RELATED INFORMATION

The Request for Qualifications (RFQ) and information regarding this RFQ are posted on the University Park Airport website at https://aviationcenter.psu.edu/

The UNV Sustainable Master Plan is posted on the University Park Airport website under Airport Planning – IROPS

D. STATEMENT OF QUALIFICATIONS

SOQs shall respond to each criteria listed below. SOQs should be clear, concise, and formatted as outlined below to provide the Selection Committee with the requested information and for the consistent evaluation of each submittal.

Transmittal Letter

Provide a one-page letter that introduces the firm and team. Outline why your firm and team are the best choice to provide the requested professional services for this project.

Table of Contents

Include an identification of the material by section and page number.

Statement of Qualifications

Provide no more than twenty (20) double-sided pages describing the relevant and specific qualifications, experience and capabilities of the proposing firm and team, in the order presented below to the projects outlined in this SOQ. Covers, tabs, transmittal letter, and table of contents will not be included in the page count.

  1. Specific Relevant Projects. Include and describe similar projects that the firm and team have participated in and completed in the past five (5) years.
  2. Project Organization and Staff Experience. Include the organizational structure that is proposed to implement the project, identify the primary point of contact, support staff, subconsultants, and location of office where the work of the prime consultant will be completed. Include resumes of the key project personnel identifying professional qualifications, experience, capabilities, and specific relevant projects each have completed.
  3. Project Understanding and Approach. Demonstrate an understanding and familiarity of the project. Describe your approach to successfully completing projects, including project administration, design considerations and construction management and construction administration.
  4. FAA Familiarity. Discuss your firm’s and team’s experience in working with FAA ADO Planning, Environmental and Engineering staff, and FAA AIP projects, including advisory circulars/standards/policies, reimbursement process and project closeout procedures.
  5. References. Provide a list of three (3) airport references that have specific knowledge of similar projects performed by the firm and team.

All SOQs received will be evaluated and ranked based upon the responsiveness to the RFQ. A minimum of two (2) firms may be selected for further evaluation and requested to participate in a formal interview as part of the selection process. Alternatively, the University may choose to select the most qualified firm and team directly following the evaluation of the submitted SOQs. The University reserves the right to select the highest qualified firm/team for the project.

The University will follow FAA Architectural, Engineering and Planning Consultant Services for Airport Grant Project (AC 150/5100-14E) for the procedures of consultant selection.

Do not include any type of pricing data or work hours. Inclusion of pricing data will eliminate your firm/team from consideration.

This contract is subject to the provisions of Executive Order 11246 (Affirmative Action to Ensure Equal Employment Opportunity) and to the provisions of the Department of Transportation Regulations 49 CFR Parts 21 (Nondiscrimination in Federally Assisted Programs) and 26 (Disadvantaged Business Enterprise Participation) and to foreign trade restrictions. DBE firms are encouraged to submit.

The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Pennsylvania State University to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. A DBE contract goal of 6.50 percent has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the contract goal of 6.50% for DBE participation in the performance of this contract.

The bidder/offeror will be required to submit the following information: (1) the names and addresses of DBE firms that will participate in the contract; (2) a description of the work that each DBE firm will perform. To count toward meeting a goal, each DBE firm must be certified in a NAICS code applicable to the kind of work the firm would perform on the contract; (3) Written documentation of the bidder/offeror’s commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; and (4) Written confirmation from each listed DBE firm that it is participating in the contract in the kind of work provided in the prime contractor’s commitment; (5) if the contract goal is not met, evidence of good faith efforts.

E. SCOPE OF WORK AND FEE PROPOSAL

Following the selection process contract negotiations with the selected firm will begin. PSU will meet with the selected firm to discuss the proposed services and scoping of work. The selected firm will be expected to prepare and to submit a detailed breakdown proposal identifying hourly rates, markups, anticipated reimbursable expenses, direct salary costs, labor, general and administrative overhead, and profit data for the project. Negotiations and independent fee analysis will be performed prior to approval and execution of a Professional Services Agreement. If unable to negotiate fair and reasonable fee negotiations with the first ranked firm negotiations will be terminated and negotiations will begin with the next highest qualified firm from the short-list.

F. QUALIFICATION SUBMITTALS

SOQs shall be submitted to:

University Park Airport
2535 Fox Hill Road
State College, PA 16803
Attn: Bryan Rodgers, C.M., ACE, Director

Re:  RFQ: “Statement of Qualifications for Professional Services for Airport Traffic Control Tower Equipment”

 

PUBLIC NOTICE

The University Park Airport hereby announces its fiscal years 2022 through 2024 DBE goal of 6.50% for Disadvantaged Business Enterprise (DBE) airport construction contracts. The proposed goals and rationale are available for inspection between 8:00 a.m. and 5:00 p.m., Monday through Friday at the University Park Airport Offices located at the University Park Airport, 2535 Fox Hill Road, State College, PA 16803 for 30 days from the date of this publication.

Comments on the DBE goal will be accepted for 30 days from the date of this publication and can be sent to the following:

Bryan Rodgers, C.M., ACE
Airport Director
University Park Airport
2535 Fox Hill Road
State College, PA 16803
Phone: (814) 865-4042 Email [email protected]