Please visit RFP link for full description
The Capital Area Metropolitan Planning Organization (CAMPO) is seeking the professional services of a consultant to perform the activities outlined in the attached Request for Proposals (RFP) for Northeast Burnet County Corridors Study.
Electronic proposals are due to CAMPO by 2:00 PM (CT), Thursday, July 7, 2022.
Please submit any questions you may have in writing to the attention of Doise Miers by e-mail to campo.procurement@campotexas.org, no later than 5:00 PM (CT), Monday, June 20, 2022. Responses will be posted on CAMPO’s website at www.campotexas.org no later than 5:00 PM (CT), Wednesday, June 22, 2022.
It is the proposers’ responsibility to visit CAMPO’s website for any updated information on this RFP.
RFP SUBMITTAL
Each proposer of this RFP is requested to present a proposal discussing the Scope of Services as described in Section III. CAMPO reserves the right to reject any or all proposals or portions of proposals, if it is deemed to be in the best interest of CAMPO.
This RFP document is organized as follows:
I. Proposal Contents and Specifications
This section contains the specific and general description of the information to be provided within the proposal. Federal requirements and specifications are noted. Due to the nature of this contract, all the contents and specifications may not apply to this contract.
II. Evaluation of Proposals
This section describes the methodology by which the proposals will be evaluated, and consultants selected for oral presentations, if required.
III. Scope of Services
This section describes the services to be performed in the study and tasks to be executed.
RFP PROCESS INFORMATION
This RFP will be sent to all consultants in CAMPO’s consultant database, which satisfies the search criteria of consultants with experience in regional and transportation planning. All requests for this RFP packet will be welcomed. This RFP will be available on CAMPO’s website at https://www.campotexas.org/requests‐proposals‐qualifications/.
After the proposals are received, CAMPO’s evaluation committee will score the submissions then select the top ranked consultant(s). Following approval by the Transportation Policy Board, CAMPO staff will begin negotiations with the top ranked provider.
CAMPO retains the right to select from the consultants responding to this RFP. Any or all submissions may be rejected if they do not meet the Evaluation Committee’s criteria or fail to comply with RFP specifications. CAMPO also retains the right to withdraw this RFP at any time.
At any point in the procurement process, any dispute, protest, or claim may be filed. The dispute, protest, or claim should be directed to the CAMPO Executive Director within seven (7) days after the aggrieved party knows or should have known of the facts or events giving rise to the complaint.
CAMPO is responsible for this contracted consultant. Further inquiries should be directed to Theresa Hernandez, Finance & Administration Manager at theresa.hernandez@campotexas.org.
SECTION I
PROPOSAL CONTENTS AND SPECIFICATIONS
Submissions must include the following:
A. Executive Summary
An executive summary of two pages or less to include a summary of the important aspects of the proposal including project objectives, a brief description of each section of the proposal, and any special considerations. The letter must include the primary contact name, telephone number, and email address for the submitting firm.
B. Project Work Program
The consultant should detail their approach to undertaking the tasks listed in this RFP including a recommended methodology for each task along and demonstration of ability to meet specified deadlines as assigned.
C. Responsibility and Qualifications
The project manager and other key staff members must be specified, and the consultant must describe how their management and team structure will deliver a successful project. Brief resumes of staff members should be included. The successful respondent will provide qualified personnel to accomplish each portion of the work in the scope outlined. Substitutions for essential personnel involved in the tasks will not be allowed without CAMPO’s prior approval and resulting delays will be the responsibility of the consultant. CAMPO retains the right to request the removal of any personnel found, in CAMPO’s assessment, to be unqualified to perform the work.
D. Schedule
The schedule will demonstrate how the consultant intends to complete work within the timeframe specified by this RFP. At a minimum, the schedule should include a breakdown by tasks, milestones, major deliverables, and critical events.
E. Availability of Consultant
The consultant will indicate the availability of the project manager and other key staff members to complete the work described in this RFP. For all staff defined in Section C (Project Management and Team), the consultant will provide all other projects being worked on by key staff, percentage of involvement, role, and estimated completion dates of those projects. The consultant will also specify the ability of key staff members to attend in‐person meetings within the six‐county CAMPO region and to work at the CAMPO office.
F. Prior Experience
Describe relevant individual experience for personnel proposed for the project. Do not include experience 10 years prior to the issuance of the RFP. Provide the project title, year, and reference name, title, agency, email, and phone number of principal person for whom the prior projects were accomplished.
G. Past Experience
Please provide three references from Governmental agencies that have contracted with the submitting consultant for similar services. References should include contact name, title, agency, email, and phone number. Strong proposals will include references from the projects detailed in Section F: Prior Experience.
H. Budget
CAMPO has established a cost ceiling for the requested services not to exceed $150,000.00.
I. Other Requirements and Disclosures
a. Disadvantaged Business Enterprise (DBE) Goal
In connection with receiving grants from the U. S. Department of Transportation (DOT), CAMPO has established a goal of 25% Disadvantaged Business Enterprise (DBE) participation in its total annual third‐party consulting opportunities. Each proposer is encouraged to take affirmative action and make every effort possible to use DBE consultants in the performance of work under this contract. Nothing in this provision shall be construed to require the utilization of any DBE consultant, which is either unqualified or unavailable.
b. Title VI Requirements
Successful consultants will be required to comply with all requirements imposed by Title VI of the Civil Rights Acts of 1964 (49 U.S.C. Section 2000d), the Regulations of DOT issued there‐under (49 C.F.R. part 21), and the assurances by CAMPO thereto.
c. Conflict of Interests/Debarment
Proposals shall state whether there is a potential conflict of interest and offerors must be cognizant of the requirement for executing a Debarment Certification stating that the consultant has not been barred from doing work involving federal funds. A signed Debarment Certification will be required of the successful proposer for each of the consultant’s team members. While the above items provide a general description of what sections and information are expected in the proposal, they are not meant to limit or exclude other information from being included. For example, Sections II and III in this RFP contain requirements for information that may not be specifically mentioned in this section. Proposers should include such information in their proposal.
Link to RFP: https://www.campotexas.org/requests-proposals-qualifications/