REQUEST FOR PROPOSAL
SUBJECT:
DATE:
PROPOSAL NO.:
PROPOSAL DUE:
CHARLOTTE TROLLEY CAR W/ OPTIONAL W2 TROLLEY CAR
REHABILITATION
Friday, March 1, 2024
24-03
MAY 1, 2024
TIME:
11:00 a.m. C.T.
The Memphis Area Transit Authority invites proposals for supplies and/or services set forth above in
accordance with the specifications enclosed herewith.
Proposals MUST be received at MATA by the date and time set forth above.
Sincerely,
Ashley Best
Sr. Contract Administrator
Memphis Area Transit Authority ● 1370 Levee Rd. ● Memphis, TN 38108-1011 ● (901) 722-7100
WWW.MATATRANSIT.COM
COMMON PROBLEMS WITH RFP SUBMITTAL
◼ Missing or unsigned copies of certain forms and certifications. The following must be
included in the RFP:
•
Addenda Acknowledgement Form
•
Affidavit of Non-Collusion (Exhibit I)
•
Buy America (Exhibit II)
•
Federal Tax Liability And Recent Felony Conviction
•
Certification of Primary Participation Regarding Debarment, Suspension,
and Other Responsibility Matters (Exhibit III)
•
Certification of Lower-Tier Participants (Subcontractors), Debarment,
Suspension, Ineligibility and Voluntary Exclusion (Exhibit III)
•
Certification of Restrictions on Lobbying (Exhibit IV)
•
Certification of Utilization of Disadvantaged Business Enterprises
•
National Defense Authorization Act Telecommunications
•
Letter Of Intent To Perform As A DBE Contractor Or Subcontractor
•
Schedule of DBE Participation
•
Explanation of "No Response"
◼ Incomplete or outdated information on client references and/or sufficient number of
references provided.
◼ Failure to include adequate documentation about the role of subcontractors in the
project.
◼ Submittal of too few copies. The RFP specifies the number of originals and number of
copies of the RFP to be provided.
◼ Failure to properly label the RFP package with RFP label.
◼ RFP received late. All RFPs must be in MATA's possession by the deadline shown in the
RFP. All RFPs received after the deadline will be returned unopened.
TABLE OF CONTENTS
ADVERTISEMENT
PART I INSTRUCTION TO PROPOSER
1.0
GENERAL ......................................................................................................................................1
2.0
PROPOSAL REQUIREMENTS ........................................................................................................2
3.0
PROPOSAL FORMAT ....................................................................................................................3
4.0
PROPOSAL PROCEDURES .............................................................................................................4
5.0
PROPOSAL EVALUATION/ BASIS FOR AWARD ............................................................................5
6.0
PROTESTS .....................................................................................................................................5
7.0
PERFORMANCE BOND .................................................................................................................6
8.0
PRE-AWARD AUDIT COMPLIANCE...............................................................................................6
9.0
POST-DELIVERY AUDIT COMPLIANCE ..........................................................................................6
10.0
DELIVERY OF VEHICLES ................................................................................................................7
11.0
PRE-AWARD SURVEY PROCEDURES ............................................................................................7
12.0
CONFLICTING STATEMENTS.........................................................................................................7
13.0
TROLLEY TESTING.........................................................................................................................7
14.0
PROGRAM MANAGEMENT..........................................................................................................8
15.0
DISADVANTAGED BUSINESS ENTERPRISE (DBE) .........................................................................8
PART II TECHNICAL SPECIFICATIONS
PART III REQUIRED FORMS AND CERTIFICATIONS
ADDENDA ACKNOWLEDGEMENT FORM
EXHIBIT I AFFIDAVIT OF NON-COLLUSION
EXHIBIT II BUY AMERICA CERTIFICATE
FEDERAL TAX LIABILITY AND RECENT FELONY CONVICTION
EXHIBIT III CERTIFICATION OF PRIMARY PARTICIPANT (PRIME CONTRACTOR) REGARDING DEBARMENT,
SUSPENSION, AND OTHER RESPONSIBILITY MATTERS
EXHIBIT III CERTIFICATION OF LOWER-TIER PARTICIPANTS (SUBCONTRACTORS)DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
EXHIBIT IV CERTIFICATION OF RESTRICTIONS ON LOBBYING
CERTIFICATION OF UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES
NATIONAL DEFENSE AUTHORIZATION ACT TELECOMMUNICATIONS
LETTER OF INTENT TO PERFORM AS A DBE CONTRACTOR OR SUBCONTRACTOR
SCHEDULE OF DBE PARTICIPATION
NO RESPONSE
EXHIBIT V PERFORMANCE BOND
EXHIBIT VII FEDERAL TRANSIT ADMINISTRATION AND PROCUREMENT POLICIES & REQUIREMENTS
EXHIBIT VII SAFETY CERTIFICATION
EXHIBIT IX CERTIFICATION OF FMVSS INAPPLICABILITY
PRICE PROPOSAL FORM
PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES
TABLE OF CONTENTS - 1
PART V GENERAL CONTRACT PROVISIONS
PART VI TENESSEE STATE CONTRACT CLAUSES
PART VII ACCEPTANCE TESTS
TABLE OF CONTENTS - 2
MEMPHIS AREA TRANSIT AUTHORITY
LEGAL NOTICE TO PROPOSERS
Proposals will be received by the Memphis Area Transit Authority (MATA) at its Purchasing offices,
40 S. Main Street, Suite 1200, Memphis, TN, 38103, until 11:00 a.m. local time, on Wednesday,
May 1, 2024, for furnishing the following:
CHARLOTTE TROLLEY CAR W/ OPTIONAL W2 TROLLEY CAR REHABILITATION
A pre-proposal conference call will take place on Monday, March 11, 2024, at 10:00 A.M at MATA’s
Trolley location 547 N. Main St. 38105. While attendance is not mandatory, it is strongly suggested.
To attend the meeting via Microsoft Teams, Meeting ID: 262 799 433 473, Passcode: a2ViRP Or call
in (audio only) +1 901-614-1074, 66600101# United States, Memphis; Phone Conference ID:
666 001 01#.
Proposers must submit their proposal with the enclosed label attached to the envelope.
MATA hereby notifies all proposers that in regard to any contract entered into pursuant to this
advertisement, minority business enterprises will be afforded full opportunity to submit proposals in
response to this advertisement and will not be discriminated against on the grounds of race, color, sex,
religion, political affiliation or national origin in consideration of an award.
Any name appearing on the Comptroller General’s list of ineligible contractors is not an eligible
proposer. The contractor will be required to comply with all applicable Equal Employment Laws and
Regulations.
Further information and proposal requirements may be obtained by contacting Ashley Best,
Contract Administrator at (901) 722-7182 or via email: abest@matatransit.com.
Award of the contract will be made on the basis of the Lowest Responsive and Responsible proposer
as selected by the Authority, provided it is in their best interest to do so.
MATA reserves the right to reject any and all proposals, and to waive any informality in proposing.
March 1, 2024 & April 23-24, 2024
Bacarra Mauldin
Interim Chief Executive Officer