Summary of Specifications:
Jacksonville Transit is soliciting proposals for the assessment and development of an All Hazards Safety and Security Emergency Preparedness Plan (SSEPP) that is designed to optimize, (within the constraints of time, cost, and operational effectiveness), the level of protection afforded to Jacksonville Transit¡¯s passengers, employees, contractors, and any other individuals who come into contact with the system, both during normal operations and under emergency conditions.
The City of Jacksonville has the following Goals for a SSEPP for Jacksonville Transit:
a. Ensure that security and emergency preparedness are addressed during all phases of system operations, including the hiring and training of agency personnel; the procurement and maintenance of agency equipment; the development of agency policies, rules, and procedures; and seamless coordination with local public safety and community emergency planning agencies.
b. Ensure seamless compatibility with local Security and Emergency Management Plans to include Service Contractors (MV Transportation, Inc. and Onslow United Transit System, Inc.) City of Jacksonville and Onslow County.
c. Promote analysis tools and methodologies to encourage safe system operations through the identification, evaluation and resolution of threats and vulnerabilities, and the on-going assessment of agency capabilities and readiness.
d. Create a culture that supports employee safety and security and safe system operation (during normal and emergency conditions) through motivated compliance with agency rules and procedures and the appropriate use and operation of equipment.
e. Achieve a level of security performance and emergency readiness that meets or exceeds the operating experience of similarly sized agencies around the nation.
f. Develop and implement a vulnerability assessment program, and based on the results of this program, establish a course of action for improving physical security measures and emergency response capabilities.
g. Expand our training program for employees and contractors to address security awareness and emergency management issues
The contractor¡¯s role in the project is to serve as an extension of City staff to complete a bulk of the work associated with the project and to provide technical guidance as necessary. Deliverables outlined in this RFP are not all-inclusive and consultants are encouraged to be creative, yet realistic in their approach to accomplishing project goals.
Deliverables of the SSEPP include, but are not limited to:
Evaluation of current capabilities to identify and prevent security incidents that may occur within the system.
Threat and Vulnerability Assessment Program to identify weaknesses.
Safety Plan and Procedures
Security Plan and Procedures
Emergency Management Plan and Procedures
¡ñ Release of Request for Proposal March 13, 2015 ¡ñ Request for clarifications due March 27, 2015 ¡ñ Proposals due to the City of Jacksonville on or before April 13, 2015 ¡ñ Expected interview availability April 21-22, 2015 ¡ñ Recommend contract award May 5, 2015 ¡ñ Notice to proceed May 12, 2015
Requests for clarifications shall be submitted in written or email format (rbredahl@jacksonvillenc.gov) up to the close of business (5:00 PM EST) on March 27, 2015. Responses to the requests for clarifications shall be posted on the City of Jacksonville web page by the close of business on April 1, 2015.
The City may invite selected consultants to participate in an interview or request additional details as part of the selection process.
Proposing firms are to submit one original and five (5) copies (1 unbound) of their proposal by 4:00 PM EST on Friday April 13, 2015. Proposals shall be addressed as follows:
Jacksonville Transit Attn: Roy Bredahl 815 New Bridge Street PO Box 128 Jacksonville, NC. 28541
All materials submitted with the proposal must be provided in digital format as well.
Proposals shall be comprised of the following:
1. Proposal transmittal letter ¨C not to exceed two pages and identifying the individual responsible for committing the firm.
2. Proposed scope of work in response to the RFP ¨C Scope shall address the firm¡¯s understanding of the work to be performed, including identification of specific tasks, timelines and work effort (personnel hours by task). Proposing firms are encouraged to identify opportunities to perform the work in the most cost effective manner.
3. Cost Proposal ¨C Proposing firms are to prepare a cost proposal for each work effort that includes a breakdown of expenses by proposed task. The cost proposal shall include all items that will be charged to the City of Jacksonville and/or Jacksonville Transit, including travel and other direct charges that will be involved in the project. Costs shall be segregated to show staff hours, rates and classification and administrative overhead. If subcontractors are to be used, the prospective contractor must indicate any mark-up.
4. Qualifications of the firm(s) ¨C Experience of the firm in conducting similar type studies within the past five years. This section should be limited to no more than 15 pages. Each firm must solicit minority participation if subcontractors are to be used. Only qualified minority companies registered with the North Carolina Department of Transportation are considered towards meeting the minority participation goal of 2.24%.
5. Qualifications of proposed staff ¨C Include a brief resume of proposed staff accompanied with the identification of similar work the proposed staff has participated in within the past five years. The same information should be provided for any subcontractors.
6. References ¨C Provide at least three references for which the firms have provided similar work within the past five years. Client contact person name, with address and telephone number are to be provided. References for subcontractors shall also be provided.
7. Project Management ¨C Provide an explanation of the project management system and practices used to assure that the project is completed within the scheduled timeframe and that the quality of the products will meet the City of Jacksonville/Jacksonville Transit requirements.
8. Conflict of Interest Statement ¨C Certification that no Conflict of Interest exists between firm(s) responding to this RFP and the City of Jacksonville or any individual employed by the City of Jacksonville is required.
A cost-reimbursement not-to-exceed type of contract is anticipated. The consultant will be paid based on work actually performed on a monthly basis. The consultant should forward monthly invoices by the 15th of the following month. Each invoice shall be accompanied with a detailed description of the work performed, identify any problems incurred and include suggested remedies in order to keep the project on schedule. Each invoice shall identify the total contract amount, the amount previously invoiced and the remaining balance of the contract.
This project will be partially funded with federal funds. As such, the attached contract provisions will also be applicable from the Federal Transportation Administration.