Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-24570 65.       
Meeting Date: 06/06/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
MOTION TO APPROVE Request for Proposals (RFP) No. A2114410P1, Airport Ramp Control Services for the Aviation Department.

(Transferred to the Consent Agenda.)

ACTION:  (T-10:28 AM)  Approved.
 
VOTE: 8-0.  Commissioner LaMarca was not present.
Why Action is Necessary
Board approval is required for Request for Proposals.
What Action Accomplishes
Approves a Request for Proposals solicitation to engage the services of a qualified firm to provide airport ramp control services.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE AVIATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTION.
 
The Office of Economic and Small Business Development did not assign County Business Enterprise (CBE) goals for this procurement because there are no subcontracting opportunities for CBE contractors (Exhibit 2).

The purpose of this solicitation is to engage the services of a qualified firm to manage and coordinate the safe and expeditious movement of aircraft traversing between the movement areas and the commercial air carrier ramps and remote parking areas at the Broward County Fort Lauderdale-Hollywood International Airport (FLL). Services will include providing ground traffic management for ingress and egress to aircraft gates and remote parking areas. The firm will also participate in various coordination meetings and collaborate with Broward County Aviation Department staff, Federal Aviation Administration staff, and other FLL stakeholders to develop best management operational practices and procedures.
 
The Request for Proposals (RFP) method of procurement was selected for this project to best serve the County with additional evaluation criteria other than price alone. The RFP method provides for predefined evaluation criteria for ranking of firms based upon the required specialized technical expertise. Proposers are required to determine the best method to accomplish these specialized services (Exhibit 1).
Source of Additional Information
Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
Each requirement processed against this open-end contract, in the annual estimated amount of $1,500,000 and the five year potential estimated amount of $7,500,000, will be funded by the appropriate source at the time of release.

Requisition No. AVA0000399
Attachments
Exhibit 1 - RFP No. A2114410P1
Exhibit 2 - Goal Memorandum dated April 3, 2017


    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.