CAMERA AND ACCESS CONTROL IMPROVEMENTS

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Type of Government: State & Local
Category:
  • 63 - Alarm, Signal, and Detection Systems
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Jan 18, 2024
Due: Feb 22, 2024
Solicitation No: 24-057DS
Publication URL: To access bid details, please log in.

Bid Information



Type
Statement of Qualification
Status
Issued
Number
24-057DS (CAMERA AND ACCESS CONTROL IMPROVEMENTS)
Issue Date & Time
1/18/2024 07:14:13 PM (PT)
Close Date & Time
2/22/2024 04:00:00 PM (PT)
Time Left
34 days 20 hours 3 minutes 56 seconds
Notes

The Regional Transportation Commission of Southern Nevada (RTC) is looking for qualified firms to improve the current surveillance/security camera system at select RTC facilities and Bus Rapid Transit (BRT) bus stop locations throughout the Las Vegas Valley. In addition, shall include electronic access controls to restrict access to secured rooms, offices, and critical operations areas and sites.



Design tasks related to surveillance/security improvements shall encompass activities including construction administration support all while improving upon the RTC’s existing surveillance systems to ensure that each system has the ability to be expandable, customizable, and interoperable with one another to meet the needs of the Agency.



A



Contact Information
Name
Tonita Brown
Address
Regional Transportation Commission of Southern Nevada
600 S. Grand Central Parkway
Las Vegas, NV 89106-4512 USA
Phone
(702) 676-1507
Fax
(702) 676-1518
Email
brownt@rtcsnv.com




Bid Documents







Document name Format


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



1 items in 1 pages

Bid Invitation

Acrobat / PDF


Bid Attachments












File Name Description File Size


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



6 items in 1 pages

Contract Exception Consideration Form.pdf (please login to view this document)
Contract Exception Consideration Form 124 KB

Disclosure_of_Ownership_Fill-In_Form.pdf (please login to view this document)
Disclosure of Ownership Form 368 KB

Organization Conflict of Interest Statement_Fill_in_form.pdf (please login to view this document)
Organizational Conflict of Interest Statement 16 KB

RTC RFSOQ_24-057_CAMERA AND ACCESS CONTROL IMPROVEMENTS_SAMPLE CONTRACT 01_18_2024.pdf (please login to view this document)
SAMPLE CONTRACT 572 KB

RTC RFSOQ 24-057DS_CAMERA_ACCESS CONTROL IMPROVEMENTS_INSTRUCTIONS_01-18-2024.pdf (please login to view this document)
INSTRUCTIONS 259 KB

RTC RFSOQ 24-057DS_CAMERA&ACCESS CONTROL IMPROVEMENTS_SCOPE OF WORK.pdf (please login to view this document)
SCOPE OF WORK 228 KB


Attachment Preview

24-057DS
CAMERA AND ACCESS CONTROL IMPROVEMENTS
Issue Date: 1/18/2024
Questions Deadline: 1/25/2024 03:00 PM (PT)
Response Deadline: 2/22/2024 04:00 PM (PT)
RTC of So. Nevada
Contact Information
Contact: Tonita Brown
Address: Senior Purchasing and Contracts Analyst
Regional Transportation Commission of Southern Nevada
600 S. Grand Central Parkway
Las Vegas, NV 89106-4512
Phone: (702) 676-1507
Fax:
(702) 676-1518
Email: brownt@rtcsnv.com
Page 1 of 8 pages
Deadline: 2/22/2024 04:00 PM (PT)
24-057DS
Event Information
Number:
24-057DS
Title:
CAMERA AND ACCESS CONTROL IMPROVEMENTS
Type:
Statement of Qualification
Issue Date:
1/18/2024
Question Deadline: 1/25/2024 03:00 PM (PT)
Response Deadline: 2/22/2024 04:00 PM (PT)
Notes:
The Regional Transportation Commission of Southern Nevada (RTC) is looking for
qualified firms to improve the current surveillance/security camera system at select
RTC facilities and Bus Rapid Transit (BRT) bus stop locations throughout the Las
Vegas Valley. In addition, shall include electronic access controls to restrict access
to secured rooms, offices, and critical operations areas and sites.
Design tasks related to surveillance/security improvements shall encompass
activities including construction administration support all while improving upon the
RTC’s existing surveillance systems to ensure that each system has the ability to be
expandable, customizable, and interoperable with one another to meet the needs of
the Agency.
A
Bid Activities
Deadline for Receipt of Written Questions and Exceptions
1/25/2024 3:00:00 PM (PT)
Questions and Requests for Exceptions are to be submitted via the NGEM portal by the date and time stated.
Questions received after that date will have no guarantee of review.
RTC Responses to Questions/Exceptions
2/6/2024 6:00:00 PM (PT)
The RTC will issue answers to Questions and Requests for Contract/Instruction Exceptions.
Submissions Due
2/22/2024 4:00:00 PM (PT)
Statements of Qualifications will be accepted electronically via the NGEM website on or before the date and time
stated.
Bid Attachments
Contract Exception Consideration Form.pdf
Contract Exception Consideration Form
Disclosure_of_Ownership_Fill-In_Form.pdf
Disclosure of Ownership Form
Organization Conflict of Interest Statement_Fill_in_form.pdf
Organizational Conflict of Interest Statement
RTC RFSOQ_24-057_CAMERA AND ACCESS CONTROL IMPROVEMENTS_SAMPLE
CONTRACT 01_18_2024.pdf
SAMPLE CONTRACT
View Online
View Online
View Online
View Online
Page 2 of 8 pages
Deadline: 2/22/2024 04:00 PM (PT)
24-057DS
RTC RFSOQ 24-057DS_CAMERA_ACCESS CONTROL
IMPROVEMENTS_INSTRUCTIONS_01-18-2024.pdf
INSTRUCTIONS
RTC RFSOQ 24-057DS_CAMERA&ACCESS CONTROL IMPROVEMENTS_SCOPE
OF WORK.pdf
SCOPE OF WORK
View Online
View Online
Requested Attachments
Section 1 Cover Letter (not considered in the page count)
(Attachment required)
A letter of transmittal signed by an authorized representative of the firm and addressed to the Designated Purchasing
Contact, Regional Transportation Commission of Southern Nevada, 600 S. Grand Central Parkway, Las Vegas,
Nevada 89106, and at a minimum must contain the following: a. Identification of the offering firm, including name,
address, Tax ID number, telephone and fax number of each firm; b. Proposed working relationship among offering
firms (e.g., prime-subconsultant), if applicable; c. Acknowledgment of receipt of RFSOQ addenda, if any; d. Name,
title, address, telephone and fax number and e-mail address of contact person during period of Statement of
Qualifications evaluation; e. A statement to the effect that the Statement of Qualifications shall remain valid for a
period of not less than 90 calendar days from the date of submittal; f. Copy of current business license; g. Signature
of a person authorized to bind the offering firm to the terms of the Statement of Qualifications; and h. Information must
be included in the order requested with tabbed dividers as indicated in the following sections (original may use colored
paper instead of tabbed dividers).
Section 2 – Qualifications, Experience, and References (30%)
(Attachment required)
The Proposer shall provide an explanation of their qualifications and experience in providing the services required of
this SOQ, including information and examples that substantiate successful and reliable past performance over the last
five (5) years in completing similar projects. The proponent must include the following for each referenced project and
will be evaluated on the demonstration of the factor and the quality of its submission: 1. A brief description of the
Proponent’s business history and number of years in operation. If the Project was accomplished through an affiliation
or joint venture of several firms, the names and addresses of those firms must be furnished, including the roles and
responsibilities of each. 2. The Proponent shall provide a listing of the past client(s)/entities (i.e. Federal/State/Local
government agencies, School Districts, Correction Facilities, Hotels/Resorts, and Banks), public and/or private, for
each of the referenced projects, and shall be of similar services and/or products. In addition, this Section shall include:
a) A description of the projects listed. b) An identification of the particular scope of services and/or products provided
on the identified projects and a statement as to whether the Proponent was the lead firm on the project. c) Experience
in meeting the schedule(s) and budget(s) for the projects listed. d) Professional Engineer (PE) oversight for the
projects listed.
Section 3 – Staffing Plan/Team Organizational Structure (15%)
(Attachment required)
The Proposer shall describe the organizational structure and key personnel, and/or sub-consultants, for the services
and/or product. It should include the following: 1. Identification of the proposed Project Manager and other key
personnel (project staff) who will be responsible, with resumes (limited to one page per person), describing their
qualifications for each position and reference: a) Identify “in-house” disciplines and sub-consultants; b) Identify
Professional Engineer (PE) listing, NV; c) Identify affiliation or joint venture of additional firms 2. Indication of the
present workload of the project staff to demonstrate their ability to devote sufficient time to meet the proposed
schedule. 3. A description of the role and responsibilities of each of the key personnel (or sub-consultant). Include
team organizational chart/structure 4. A description of the project team’s experience in working together on similar
work.
Page 3 of 8 pages
Deadline: 2/22/2024 04:00 PM (PT)
24-057DS
Section 4 – Work Plan and Project Approach (25%)
(Attachment required)
The Proposer shall explain the proposed work plan documenting an ability to perform the Scope of Work, a
breakdown of specific tasks, and a schedule of activities and deliverables. The Proposer should include the following:
1. Approach to collect the data needed and suggestions for additional data that might be needed for the design, i.e.
site investigations, preparation of the environmental document, project management plan, conceptual engineering,
travel demand forecasting and modeling, integrated land use and transportation planning/transit-oriented
development, right of way activities, transit operations plan, cost estimates, financial plan, public involvement plan; 2.
Methodologies to develop the tasks specified in the Scope of Work; 3. Proposed schedule to accomplish the Scope of
Work on time and within the budget.
Section 5 – Local Knowledge and Experience – (15%)
(Attachment required)
The Proposers would demonstrate their knowledge and experience related to the scope of services of this SOQ with a
specific focus on their understanding of local governing jurisdictions (i.e. Las Vegas Department of Public Safety,
NDOT, Clark County, NHP, CCSD), transit operations, pedestrian activity, public safety, security and monitoring, and
traffic controls. The Proposer should also include a description of their familiarity with the local area’s processes and
stakeholders.
Section 6 - Organizational Conflict of Interest Statement (not considered in the page count)
(Attachment required)
The Proponent is required to submit the Organizational Conflict of Interest Form with the proposal.
Section 7 – Disclosure of Ownership Form (not considered in the page count)
(Attachment required)
The Proponent is required to submit the Disclosure of Ownership Form with the proposal.
Appendices (not considered in the page count)
Information considered by the Proponent to be pertinent to this Project, which has not been specifically solicited in any
of the aforementioned sections, may be placed in a separate appendix section.
Bid Attributes
1 Certificate of Insurance Acknowledgement
Bidder acknowledges that, upon selection of contract award, bidder can comply with the requirements of the
Certificate of Insurance as stated in the Bid Document.
Acknowledged
(Required: Check if applicable)
2 Solicitation Proposal Acknowledgement
The Proponent hereby proposes and agrees to the following:
A. To be bound by all the terms, conditions and rules of procedure set forth in the Instructions to Proponents.
B. To commence the Work within the time set forth in the Notice to Proceed and to complete the same by the
deadline set forth in the Contract unless extensions thereto have been granted by the RTC.
C. To provide the required bonds and insurance, as applicable, and to execute and return the required
Contract/Agreement and all required attachments, to the RTC within the time set forth in NGEM.
Acknowledged
(Required: Check if applicable)
Page 4 of 8 pages
Deadline: 2/22/2024 04:00 PM (PT)
24-057DS
3 Proponent Representation Acknowledgement
The Proponent hereby represents to the RTC the following:
A. That the Proponent has examined the Statement of Qualification Documents and is familiar with all of the
requirements set forth therein including, without limitation, the character and quality of the Work required to be
performed, and the materials to be furnished in order to complete the Work.
B. That the Proponent has inspected the Project site and is satisfied as to the condition thereof in order to complete
the Work (if applicable).
C. That the Statement of Qualifications is genuine and not a sham, collusive or made in the interest of, or on behalf
of, any person not named herein.
Acknowledged
(Required: Check if applicable)
4 Addenda Acknowledgement
Prior to the Bid Opening, the RTC will post any Addenda on the NGEM website. The Bidder hereby acknowledges,
however, that it is responsible for ascertaining the number of Addenda, if any, which have been issued by the RTC
and for obtaining a copy of such Addenda prior to the submission of the Bid Proposal. The failure of the Bidder to
review the NGEM website to determine the issuance of any Addenda, or to acknowledge receipt of any and all of
the Addenda issued in connection with this Project, shall entitle the RTC, in its sole discretion, to (i) reject the Bid of
the Bidder as being non-responsive, or (ii) to accept the Bid of the Bidder in which event the Bidder agrees to be
bound by all of the terms and conditions of each unacknowledged Addendum (despite not having read such
Addendum). Recognizing this responsibility, the Bidder hereby acknowledges receipt of any and all addenda issued
in connection with this solicitation.
Acknowledged
(Required: Check if applicable)
Page 5 of 8 pages
Deadline: 2/22/2024 04:00 PM (PT)
24-057DS
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow A5/8ZWA DSX Access Control Active Contract Opportunity Notice ID F2QF344050AW02 Related... of ...

DEPT OF DEFENSE

Bid Due: 5/23/2024

...Solicitor Posting Type 05/15/2024 9110224 Electrical Installation/Constr... Access Control Systems...

State Government of Nevada.

Bid Due: 6/19/2024

...and installation, footing installation, access control ground loop installation, stanchion footing..., control integration ...

Nevada Government eMarketplace (NGEM)

Bid Due: 5/28/2024

...Units (AHUs) as well as modify associated ductwork, controls, electrical, fire alarm, lighting, ...

Nevada Government eMarketplace (NGEM)

Bid Due: 5/28/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.