Loading...
On-Call Water SCADA Professional Services RFQREQUEST FOR QUALIFICATIONS (RFQs) FOR Kalispell On -Call Water SCADA Professional Services INFORMATION AND INSTRUCTIONS TO SUBMITTERS 1 - GENERAL INFORMATION 1.1 Pursuant to the authority granted to it under MCA 7-5-4301(2)(a)., the City of Kalispell seeks to procure a qualified professional service provider to provide On -Call SCADA services to the City of Kalispell. 1.2 The Statement of Qualifications (SOQ) must be received by the City Clerk at 201 First Avenue East, Kalispell, Montana, by 5pm local time, November 14, 2022. 1.3 Questions pertaining to the selection process should be directed to Joe Schrader, at (406)- 758-7989 orjschrader@kalispell.com. 1.4 The City of Kalispell shall not be held responsible for any oral instructions. Any changes to this Request for Qualifications (RFQ) will be in the form of an addendum posted to https://www.kalispell.com/bids.aspx 1.5 The City of Kalispell reserves the right to reject any or all SOQs, to waive any informality or irregularity in any SOQ received, and to be the sole judge of the merits of the respective SOQs received. 1.6 The Service Provider will be selected on the basis of demonstrated competence and qualification for the type of services required and thereafter the City will negotiate the services agreement with what it deems to be the most qualified company. Publication Dates: October 23, 2022; October 30, 2022 2 - ANTICIPATED SCOPE OF WORK After being selected, the Professional Service Provider will execute a services agreement with the City to provide the scope of work set forth below. The Professional Service Provider and the City shall negotiate the exact scope of practice after selection. The City of Kalispell is requesting statements of qualifications from firms to provide on -call professional engineering services for design, development, update, and maintenance to the water system's Supervisory Control and Data Acquisition (SCADA) system. Scope, fee, and payment terms for each specific task or items of work performed under the professional services agreement will be individually negotiated through the issuance of task orders. Engineering services will be requested on an on -call or task order basis and could include a wide variety of tasks including, but not limited to: design, equipment/software selection, process troubleshooting, system corrections and optimization. The selected firm will be expected to mobilize quickly to provide engineering services in a timely fashion. The term of this contract is anticipated to be over several years. Consultants responding to this RFQ must demonstrate a familiarity and depth of knowledge in industrial automation and controls. Firms shall provide experience in Allen-Bradley Variable Frequency Drives, Programmable Logic Controllers, and Operator Interface Terminals, GE Radios, Wonderware, WIN-911, and other various industrial automation and controls the City of Kalispell may use for operation of the water system. 3 - STATEMENT OF QUALIFICATIONS SELECTION CRITERIA 3.1 The Professional Service Provider will be selected through a qualification -based selection process. Firms interested in providing requested scope of services to the City of Kalispell must submit a Statement of Qualifications (SOQ) that addresses the following evaluation criteria. Applicants are encouraged to organize their submissions in such a way as to follow the general evaluation criteria listed below. Information included within the SOQ may be used to evaluate your firm as part of any criteria regardless of where that information is found within the SOQ. Information obtained from the SOQ may be used in the evaluation and selection process. 3.2 Cover Letter (I-page)containing at a minimum: Company name, contact name, address, fax number, and email address. 3.3 Qualifications Criteria 3.3.1 General Information a. Description of company b. Legal company organization; organization chart with names 3.3.2 Relevant Company Experience (30 points) a. Applicant's overall reputation, service capabilities, and quality as it relates to this service request. b. Experience with radio communication systems between production wells and storage facilities. c. Provide particular expertise your company has in this area of work including: i. Control system networking and telemetry (including GE radios) ii. Programmable logic controller (PLC) programming specific to Allen-Bradley Micrologix PLC's iii. Operator Interface Terminal (OIT) programming specific to Allen-Bradley PanelView Plus iv. Variable Frequency Drive (VFD) programming specific to Allen-Bradley V. Human Machine Interface (HMI) programming specific to Wonderware System Platform HMI vi. Win-911 vii. Other various industrial automation and controls relevant for SCADA system improvements or maintenance. d. List and briefly describe the professional services the company provides to three other jurisdictions and the length of time the services have been provided. e. A minimum of three referrals and references from other municipalities or local governments. 3.3.3 Company Qualifications (15 pts) a. Describe the company's history in the industry. b. Provide resumes of key personnel who will provide this service in Appendix A, and a statement of specific responsibilities. c. Briefly describe applicable certifications and licenses held by the company and employees in the state of Montana. 3.3.4 Contract Understanding and Approach (25 pts) a. Describe your understanding of all aspects of the scope of work. b. Identify and discuss any potential difficult issues your company may face in providing the service. Identify and discuss methods to mitigate these difficulties. 3.3.5 Approach to Contract Management (25 pts) a. Present a brief description of how the firm intends to organize and conduct the requested services. b. Provide a narrative outlining a proposed scope of work that includes description of each task and work product, and a concise explanation of the firm's approach to accomplishing the tasks. c. Describe a proposed time schedule of work with key milestones and product deliveries. d. Applicant's capacity and intent to proceed without delay if selected. 3.3.6 Other Factors (5 pts) a. Provide the firm's record of commitment to schedule as demonstrated on SCADA services of similar scope. b. Current contracts and ability to proceed promptly. c. Firm's record of commitment to professional service budgets as demonstrated on past proj ects. 4 - SUBMITTAL REQUIREMENTS 4.1 The SOQ shall include a one -page cover letter plus a maximum of fifteen (15) pages to address the SOQ criteria specified in Section 3 (excluding resumes). Table of Contents and section divider pages do not count towards the total page count. 4.2 Five copies of the Statement of Qualifications must be submitted to the City Clerk at 201 First Avenue East, Kalispell, Montana, by 5pm local time, November 14, 2022. 4.3 Failure to comply with the following criteria may be grounds for disqualifications: a) Receipt of submittal by the specified cut-off date and time. b) The number of originals and/or copies of the submittal specified. c) Adherence to maximum page requirements. 4.4 Adherence to the maximum page criteria is critical; each page side (maximum 8 1/2" x 11") with criteria information will be counted. Pages that have photos, charts and graphs will be counted towards the maximum number of pages. 5 - SELECTION PROCESS AND SCHEDULE 5.1 A 5-member Project Evaluation Committee will evaluate each Statement of Qualifications (SOQ) according to the above criteria. 5.2 The following tentative schedule has been prepared for this project. SOQs due: November 14, 2022, by 5 pm Agreement Execution: December 16, 2022 5.3 The Project Evaluation Committee will determine a ranking for each firm based on the published criteria in 3.3 of this RFQ. Consideration will be given to the written Statement of Qualifications. No other factors or criteria will be used in the qualification ranking. 5.4 The highest ranked firm will be recommended to the City Manager and City Council for contract award. 5.5 Requests for debriefings or selection decisions shall be made in writing to the City. All information submitted by firms and related Project Evaluation Committee evaluations and rankings shall be considered confidential until after contract execution and award by the City Council. 5.6 The City will enter negotiations with the selected firm and execute a contract upon completion of negotiations for the professional services for City Council approval_ If the City is unsuccessful in negotiating a contract with the highest ranked team, the City may then negotiate with the second or third highest ranked team until a contract is executed or may decide to terminate the selection process.