REQUEST FOR QUALIFICATIONS

Alexandria International Airport

Implementation of Neighborhood Noise Mitigation Program

The England Economic & Industrial Development District (the England Authority) is soliciting Statements of Qualifications (SOQ) from Professional Firms who would like to be considered for program management of the Alexandria International Airport’s Neighborhood Noise Mitigation Program.

The Scope of Services includes the tasks necessary to implement the Neighborhood Noise Mitigation Program, including: (1) Fee Simple Acquisition and Relocation Assistance Program, (2) Avigation Easement Acquisition Program, and (3) Acoustical Treatment Program, as applicable in the Primary and Secondary Areas. This will be a multi-year project, and will progress as Federal funding is made available through the Airport Improvement Program.

The types of properties include:

1.  Single-family residential,

2.  Mobile homes, and

3.  Vacant residential.

Implementation of the Neighborhood Noise Mitigation Program has been ongoing since 2008. To date, approximately 111 parcels have been acquired, and residents have been relocated. The Avigation Easement Acquisition Program and the Residential Acoustical Treatment Program may be initiated following completion of the Fee Simple Acquisition and Relocation Assistance Program. The following table identifies the estimated number of eligible residential properties remaining in the Neighborhood Noise Mitigation Program.

Total
Neighborhood Residential Properties / Number of Parcels / Number of Dwellings
Single Family / 39 / 44
Mobile Home / 14 / 90
Vacant Residential / 6 / 0
TOTAL / 59 / 134

The England Authority is advertising this Request for Qualifications (RFQ) for a Neighborhood Noise Mitigation Program Manager. Experience on comparable projects within the last five years (specifically land acquisition with relocation assistance, purchase of avigation easements, and sound insulation of residential dwellings) is required. The England Authority will select the Neighborhood Noise Mitigation Program Manager based upon qualifications as documented in the responses to this RFQ.

The Neighborhood Noise Mitigation Program Manager will utilize the services of additional subconsultants and/or subcontractors. For the Fee Simple Acquisition/Relocation Program and the Avigation Easement Acquisition Program local specialists may include (but not necessarily be limited to) real estate appraisers, realtors, boundary surveyors, a real estate attorney/licensed title agent, demolition contractors, property managers, and environmental engineers/site assessors. For the Residential Acoustical Treatment Program specialists may include (but not necessarily be limited to) an architect, mechanical/electrical engineer, ventilation engineer, environmental engineer, and an acoustical engineer. The Statement of Qualifications must identify which services for this project would be provided by in-house resources and those to be provided by subconsultants and/or subcontractors. If the Program Manager will utilize subconsultants and/or subcontractors, their qualifications, experience, services they will provide, and reference information should be included in the SOQ.

The Neighborhood Noise Mitigation Program Manager will be responsible for performing the tasks and functions necessary to implement the Neighborhood Noise Mitigation Program in accordance with the NCP Record of Approval and all applicable FAA requirements. They will direct and supervise their selected subconsultants and/or subcontractors.

Further information may be obtained by contacting:

Mr. Scott Gammel

Airport Manager

Alexandria International Airport

1611 Arnold Drive

Alexandria, LA 71303

(318) 427-6419

SOQ must be received on or before 2:00 PM on Wednesday, August 20, 2014. Respondents shall submit one (1) electronic copy of their SOQ via e-mail with the subject line being: “SOQ for Neighborhood Noise Mitigation Program.” SOQ should be sent to Scott Gammel at .

FORMAT FOR STATEMENT OF QUALIFICATIONS

Statements of qualifications must address all evaluation criteria and be organized as follows:

1.  Firm Qualifications: Qualifications of the firm and firm’s personnel assigned to perform the work.

2.  Subconsultant and/or Subcontractor Qualifications: Qualifications of each firm and firm’s personnel assigned to perform the work.

3.  Project Organization & Management: Include project organization chart, expanded resume of project manager, and amount of time the project manager will be committed to this project.

4.  Project Approach: Discussion of your approach to performing the services described, including specific responsibilities of key personnel (including subconsultants and/or subcontractors).

EVALUATION CRITERIA

All SOQs received will be evaluated regarding compliance with the RFQ, FAA Advisory Circular 150/5100-14D “Architectural, Engineering, Planning Consultant Services for Airport Grant Projects,” and Louisiana statutes and laws. One or more of the highest rated firms may be requested to submit additional information and/or participate in an interview.

Consultant Selection will be based on the following criteria:

1.  Qualifications of the Firm: Demonstrated ability and experience of the principal consultant and its key personnel. Firm should demonstrate its familiarity with FAA policies and procedures.

2.  Qualifications of Subconsultants and/or Subcontractors: Demonstrated ability and experience of each subconsultant and/or subcontractor and its key personnel.

3.  Project Similarity: SOQ should include specific examples of similar projects performed for similar clients. References and points of staff contact should be included. SOQ should include the approach and methodology taken to complete similar projects for other clients.

4.  Past Performance: SOQ should demonstrate the Firm’s ability to meet schedule demands and complete projects by agreed-upon deadlines, and to complete work on or under budget. References should be included that help Alexandria International Airport ascertain and determine the quality of the projects completed, and the satisfaction of clients where projects have previously been undertaken by the proposing Firm. Firm shall disclose all arbitration, litigation, lawsuits, and other legal actions associated with projects Firm was involved with in the past five years.

5.  Project Manager to be assigned to this Project: A key element in the success of providing professional services is the Project Manager. SOQ should include resume and detail of experience relevant to the provision of these services. SOQ shall also include longevity with proposed Firm, where Project Manager will be based, and his/her ability to travel to Alexandria International Airport. SOQ should also demonstrate the Project Manager understands the challenges and opportunities of this project, the Sponsor’s concerns and expectations, and the Project Manager’s familiarity with Alexandria International Airport’s Noise Mitigation Program.

6.  Approach to Performing Work: SOQ should include approach to performing the work, based upon the following Description of Services. This Description of Services is not intended to be all inclusive of the work to be performed; it has been prepared so the replies will be written using a common basis. Your own experience should allow you to expand on this description in your response to the RFQ. Also, your response will serve as a guide to an eventual “Scope of Services” to be included in the Contract.


EQUAL OPPORTUNITY REQUIREMENTS

Equal Opportunity Contracting Statement – All businesses, including those that meet the definition of socially and economically disadvantaged, as defined in 49 Code of Federal Regulations (CFR) Part 26, will be provided equal access to participate in the performance of all England Authority and DOT-assisted contract opportunities.

Equal Employment Opportunity Statement – All companies interested in conducting business with the England Authority shall not discriminate against any employee or applicant for employment, because of race, color, religion, gender, national origin, ancestry, physical or mental disability, veteran status, medical condition, marital status, age (40 years and older), sexual orientation, pregnancy, or other non-job-related criteria. Interested companies shall also take action to assure that applicants and employees are treated without regard to the same criteria listed above.

DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACT PROVISIONS

(49 CFR Part 26)

The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this RFQ. It is the policy of the England Economic and Industrial Development District to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this project. All firms qualifying under this solicitation are encouraged to submit Statements of Qualification. Award of this contract will be conditioned upon satisfying the requirements of this RFQ. These requirements apply to all Respondents, including those who qualify as a DBE. A DBE contract goal of 5.13% has been established for this project. The Respondents shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in the performance of this project.

The Respondents will be required to submit the following information: (1) the name and address for each DBE; (2) a description of the work that each DBE firm will perform; (3) written documentation of the Respondents commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; (4) written confirmation from the DBE that it is participating in the contract as provided in the commitment made under (3); and (5) if the Respondent anticipates not meeting the contract goal evidence of good faith efforts. This information shall be submitted with the Statement of Qualifications (SOQ). Once the dollar amount of each DBE subcontract has been determined the successful Respondent will be required to submit a DBE Letter of Intent for each DBE subcontract to the DBE Office.

The successful Respondent on this contract will be required to submit a monthly notarized form to the DBE office by the 20th of each month which details the (1) DBE sub-contractors that worked on the project during the month, (2) a list of the DBE companies that were paid during that month, and (3) copies of the checks written to DBE companies during the month. The successful Respondent will also be required to submit a signed copy of each DBE subcontract to the DBE Office. A copy of this report will be provided to the successful Respondent by the DBE Office. Failure to submit this report by the 25th of each month will result in the successful Respondent being penalized a $100 late fee with interest accruing monthly by the England Authority.

Respondents are hereby advised that the Owner, England Economic and Industrial Development District, has employed the services of Kazette Enterprises to administer the Disadvantaged Business Enterprise Program for this project. Only those DBE companies certified by the Louisiana Unified Certification Program (LAUCP) will be eligible as a DBE on this project. The Louisiana Unified Certification Program Directory can be located via the internet at www.laucp.org. If Respondents encounter problems locating DBE companies, they should notify Kazette Enterprises.

Contact information for the Authority’s DBE Coordinator:

Lynne Eddlemon

5411 Coliseum Boulevard, Suite A

Alexandria, LA. 71303

(318) 442-3593 Phone

(318) 487-8401Fax

The following clause must be placed in every DOT-assisted contract or sub-contract that is awarded on this project:

Contract Assurance

The contractor or subcontractor shall not discriminate on the bases of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as England Authority deems appropriate.

The Authority will include the following clause in each DOT-assisted prime contract:

Prompt Payment

The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from England Authority. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the England Authority.

CLARIFICATIONS AND ISSUANCE OF ADDENDA

Respondents should not contact England Authority board members regarding this RFQ. Requests for explanations or clarifications should be directed to Scott Gammel, Airport Manager. Any interpretations, corrections or changes to this RFQ will be made by addendum. Any written addenda to the RFQ issued prior to the acceptance deadline will be considered a part of the RFQ. Respondents shall acknowledge receipt of all addenda within their response.

Interpretations, corrections or changes to the RFQ made in any other manner other than in writing are not binding upon the England Authority, and Respondents shall not rely upon such interpretations, corrections or changes.

The England Authority, its officers, agents, and employees will not be responsible for any oral instruction, clarification, or modification, and the Respondent shall not be entitled to rely upon any oral communications.

DISQUALIFICATION

It shall be the responsibility of the Respondent to deliver the SOQ at the appointed place prior to the announced deadline for receipt of submittals. Late delivery of submittals will disqualify the Respondent.

GENERAL NOTES

The England Authority and the Alexandria International Airport reserve the right to reject any and all submittals, and to re-solicit, for any reason; to waive any informalities or irregularities in any submittal received; and to waive any requirement of the RFQ documents as to the submitting procedure.

By submitting its qualifications, the Respondent acknowledges that the Authority has the right to make any inquiry or investigation that it deems appropriate to substantiate or supplement information sought in such inquiry or investigation.

The Authority reserves the right to provide Respondents with an opportunity to provide additional information or clarify specific areas in their SOQ. The Authority reserves the right to negotiate all elements that comprise the successful Respondent’s submittal to ensure that the best possible consideration be afforded to all concerned.

Thank you for your interest in performing professional services for the Alexandria International Airport and the England Authority.


Description of Services

Neighborhood Noise Mitigation Program

Program Manager – The Program Manager will provide day-to-day management of the Neighborhood Noise Mitigation Program. The Program Manager will set up an implementation office on-site for public exposure of the Neighborhood Noise Mitigation Program. They will provide one or more full-time employees who will work daily on all aspects of the noise mitigation program which include acquisition and relocation, the purchase of avigation easements, and acoustical treatment. They will coordinate with property owners and tenants to determine their interest in the three programs available for their participation, prepare any necessary relocation plans, perform property owner and tenant initial interviews, local sub-consultant coordination and all other daily program tasks and assignments. The Program Manager will staff the implementation office for the public to visit, working in this office as representatives of the Neighborhood Noise Mitigation Program, answering telephone inquiries as to the program and its status.