Download 04-06-09 Final RFP-tkg V6 - Maryland Aviation Administration

Document related concepts
no text concepts found
Transcript
SENSITIVE SECURITY INFORMATION
MARYLAND DEPARTMENT OF TRANSPORTATION
Maryland Aviation Administration
Technical Provisions
For
MAA-CO-10-005 (Construction)
MAA-MC-10-011 (Maintenance)
Integrated Airport Security System (IASS)
At
BWI Thurgood Marshall Airport
April 15, 2010
P.O. Box 8766
Baltimore/Washington International Airport
Maryland 21240-0766
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
SENSITIVE SECURITY INFORMATION
INTRODUCTION
This book, the Standard Provisions (December 1993) and the Interim Standard Provisions Addenda
(ISPA) (February 2004) are intended to describe and establish all requirements and standards for
this construction Contract.
These requirements contained in this book as well as the Standard Provisions and ISPA shall be
binding upon the parties signatory to the Contract. By submitting a proposal for this Contract,
the Contractor agrees to adhere to the requirements of all of these Provisions.
Please be advised that the State of Maryland has new requirements regarding Minority Business
Enterprise participation. It is incumbent upon all potential Offerors to understand thoroughly
and comply with these requirements when applicable. Please read the Solicitation and Contract
Formation carefully.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
Request for Proposals
Introduction
SENSITIVE SECURITY INFORMATION
TECHNICAL PROVISIONS
TABLE OF CONTENTS
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
VOLUME I of II
Part I
General Information ................................................................................................................... GI.1
Scope of Work ....................................................................................................................... SOW.1
Part II
Technical Specifications .......................................................................... Sections X-1 through X-5
Technical Specifications ................................................................................................. Section Z-1
Technical Specifications ................................................................................... Divisions 01 thru 33
Part III
Maintenance General Conditions .............................................................................................. GC-1
Maintenance Special Provisions ................................................................................................ SP-1
Maintenance Technical Provisions ............................................................................................TP-1
Part IV
Wage Rates .............................................................................................................................. WR.1
VOLUME II of II
Part V
Bid/Price Proposal Forms ..........................................................................................................BF.1
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
Request for Proposals
Table of Contents
SENSITIVE SECURITY INFORMATION
TECHNICAL PROVISIONS
PART I
General Information
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
Request for Proposals
Table of Contents
SENSITIVE SECURITY INFORMATION
TABLE OF CONTENTS
Part I - General Information
GI-1
General Information
GI.1
GI-1.01
Acronyms and Definitions of Terminology
GI.1
GI-1.02
Contract Summary
GI.5
GI-1.03
Notice to Offerors
GL.6
GI-1.04
Individual Surety Bonds
GI.15
GI-1.05
Description of Project
GI.17
GI-1.06
Contract Information
GI.19
GI-1.06.1 Contract Duration
GI.19
GI-1.06.2 Liquidated Damages
GI.20
GI-1.06.3 MBE Solicitation and Contract Information
GI.21
GI-1.06.4 Minimum Qualifications/Experience Requirements
GI.21
GI-1.07
Explanation of Evaluation and Selection Process Events
GI.24
A.
Pre-Proposal Conference
GI.24
B.
Proposal Inquiries
GI.24
C.
RFP Amendment(s)
GI.24
D.
Submission of Proposals
GI.25
E.
Evaluation Process
GI.26
Proposal Format and Organization/Evaluation Criteria
GI.27
GI-1.08.1 Volume I - Technical Proposal/Content Requirements
GI.29
GI-1.08
A.
Title Page
GI.29
B.
Table of Contents
GI.29
C.
Statement of Project Goals and Management Approach
GI.29
D.
Offeror Information
GI.30
E.
Offeror’s Contract Team Information
GI.30
F.
Offeror’s Contract Team Key Personnel and Key Personnel References
GI.31
G.
General System Requirements
GI.33
H.
System Functional Requirements
GI.34
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
Request for Proposals
Table of Contents
SENSITIVE SECURITY INFORMATION
I.
Transition and Cutover Plan and Approach
GI.36
K.
Configuration Management
GI.37
L.
Economic Benefits to the State
GI.38
M.
Confidentiality of Proposal
GI.39
N.
Minority Business Enterprise (MBE) Subcontractors
GI.39
O.
Bid/Proposal Affidavit
GI.39
P.
Small Business Reserve Affidavit
GI.39
Q.
Living Wage Affirmation Affidavit
GI.39
GI-1.08.2 Volume II – Price Proposal/Offer Content Requirements
GI.40
A.
Title Page
GI.40
B.
Table of Contents
GI.40
C.
Bid/Proposal Forms
GI.40
D.
Financial Responsibility
GI.41
GI-1.09
Errata for Interim Standard Provisions Addendum
GI.42
GI-1.10
List of Drawings
GI.Error! Boo
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
Request for Proposals
Table of Contents
SENSITIVE SECURITY INFORMATION
GI-1
General Information
General Information contains information regarding the Construction and Maintenance Contract
requirements, and requirements for the content and preparation of the Offeror’s Response to this
Request for Proposal (RFP).
GI-1.01 Acronyms and Definitions of Terminology
AA Co: Anne Arundel County
Addendum: Written or graphic instrument issued as part of RFP that clarifies, corrects, or
changes the RFP and related materials or the Contract Documents.
Administration: The Maryland Aviation Administration or MAA.
Airport: Baltimore/Washington International Thurgood Marshall Airport.
Airside: The airfield, as well as all portions of the Terminal, as designated from time to time, to
which the public does not have access without passing through security checkpoints.
Agreement: Contract.
ARFF: Aircraft (Airport) Rescue and Fire Fighting.
BWI: Baltimore/Washington International Thurgood Marshall Airport.
Capacity: The workload and financial responsibility of the Offeror.
CASS:
Controlled Access Security System
CCTV:
Closed Circuit Television System
CDC: Consolidated Dispatch Center
COMAR: Code of Maryland Regulations
Compatibility: The compatibility of the firm with the size of the proposed project.
Contract: The written agreement between Administration and Contractor, to include MAA-CO10-005 and MAA-MC-10-011.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.1
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
Contractor or Prime Contractor: The selected Offeror that enters into a binding, written
Contract with the Administration to provide the services required.
CASS: Controlled Access Security System
CPI: “Consumer Price Index for All Urban Consumers (CPI-U): Selected Areas, All Items
Index (1996=100) for the Washington, D. C. and Baltimore, Maryland Area,” published by the
Bureau of Labor Statistics of the United States Department of Labor, using the month the
Contract commences, or the nearest following month for which the index is published, as the
base month. The annual adjustment shall be made as of the beginning of each calendar year
following the commencement of the Contract. If the Bureau of Labor Statistics of the United
States Department of Labor should cease to publish the Index in its present form, calculated upon
its present basis, the parties agree to accept a comparable Index concerning costs of living
increases or decreases for the Washington, D. C. and Baltimore, Maryland Area, published by an
agency of the United States Government or by a recognized financial institution or economic
periodical mutually acceptable to the Administration and the Contractor.
Department: Maryland Department of Transportation or MDOT.
Entity: A person, corporation, firm or partnership, limited liability company (LLC), Joint
Venture or other form of business.
FAA: Federal Aviation Administration.
FAR: Federal Acquisition Regulation.
FAT: Factory Acceptance Test.
Finalist: Offeror that meets all required specifications of the RFP and its ranking on evaluation
factors is sufficiently high to merit further consideration by the Selection Panel.
Fixed-Price Contract: A contract which places responsibility on the Contractor for the delivery
of the product or the complete performance of the services in accordance with the contract terms
at a price that may be firm or may be subject to contractually specified adjustments.
Firm: See Entity.
Hourly Rate: An all-inclusive rate that will not have any additions or deductions of any kind.
IASS: Integrated Airport Security System
IDF: Intermediate Distribution Frame
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.2
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
ISPA: Interim Standard Provisions Addendum.
LE: Law Enforcement
Local Time: Time in the Eastern Time Zone as observed by the State.
MAA: Maryland Aviation Administration.
MDF: Main Distribution Frame
MDOT: Maryland Department of Transportation.
MTAP:
Maryland Transportation Authority Police.
Notice to Proceed (NTP): Written Notice to Contractor to commence performing services
under the Contract.
OAS: MAA Office of Airport Security
OT: MAA Office of Technology (Formerly OAT, MAA Office of Airport Technology)
Offer: The response of an Offeror to a solicitation by the Administration for a service. The
response may include, but not be limited to, an Offeror’s price and terms for the proposed
Contract, a description of the technical expertise, work experience, and other information as
requested in the solicitation.
Offeror: An entity that submits an offer in response to this RFP.
Prime Contractor or Contractor: The selected Offeror that enters into a binding, written
Contract with the Administration to provide the services required.
Procurement Officer: The person or designee authorized by the Administration to manage
contracts or administer procurements. The Procurement Officer is the Administration’s
representative for the resulting Contract, and is responsible for the Contract, issuing Notices to
Proceed, determining scope issues, and authorizing changes to the Contract.
Proposal: The response of an Offeror to a solicitation of the Administration for a service. The
response may include, but not be limited to, an Offeror's price and terms for the proposed
contract, a description of the technical expertise, work experience, and other information as
requested in the solicitation.
Responsible Offeror: An Offeror that submits a proposal and has furnished, when required,
information and data to prove that its financial resources, production or service facilities,
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.3
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
personnel, service reputation and experience are adequate to make satisfactory delivery of the
services or items of tangible personal property described in the proposal. A Responsible Offeror
is an Offeror that has the capability in all respects to perform fully the contract requirements, and
the integrity and reliability that will assure good faith performance.
Resident Engineer (RE): The Administration representative that serves as the technical
manager for the resulting Contract. Monitors the daily activities of the Contract and provides
technical guidance to the Contractor and assesses Contract performance.
RFP: Request for Proposals.
Selection Panel: A body or group of persons appointed by the Administration to evaluate/rank
Offeror proposals.
Standard Provisions (SP): Maryland Department of Transportation/Maryland Aviation
Administration Standard Provisions for Construction Contracts Volume I.
State: State of Maryland.
Subcontractor: Any Entity undertaking a part of the work under the terms of the Contract, by
virtue of an agreement with the Contractor, which, prior to such undertaking, receives the
approval of the Administration, and approval of the surety if required.
SAT: System Availability Test.
SIT: System Integration Test.
Telecommunicator: a person who is trained and employed in public safety telecommunications.
The term applies to call takers, dispatchers, radio operators, data terminal operators or any
combination of such functions in a PSAP.
TSA: Transportation Security Administration
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.4
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
GI-1.02 Contract Summary
ITEM
DESCRIPTION
Contract Title
Integrated Airport Security System (IASS)
MAA Contract Number(s)
Construction Contract: MAA-CO-10-005
Maintenance Contract: MAA-MC-10-011
AIP Contract Number
Applicable Standard Provisions
N/A
Standard Provisions, Volume No.1, December 1993 &
Interim Standard Provisions (ISPA), February 2004
Provisions for Federal Aid Applicable
YES ( ) - NO (X )
MBE Participation Goal
21%
Small Business Reserve
Contractor Self-Performance Goal
Contract Classification
Construction Contract Wage Rates Required*
YES ( ) - NO ( X )
50%
E
YES ( X ) - NO ( )
BWI Thurgood Marshall Airport ( X )
MTN Airport ( )
YES ( ) - NO ( X )
Project Location
DHR Hiring Agreement Applicable
Living Wage Applicable
Interim Standard Provisions Addendum
YES ( X ) - NO ( )
Will be issued with purchase of Contract Documents
Request for Proposals Cost
Contract Duration
Liquidated Damages
Pre-Proposal Conference
Proposals Due
Hard Copy: $400
Contract No. MAA-CO-10-005: 730 Calendar Days
Contract No. MAA-MC-10-011: 5 years (max)
Refer to GI-1.06.2
May 6, 2010, 2:00:00 p.m.
Maryland Aviation Administration
Assembly Room A&B , 991 Corporate Boulevard
Linthicum, Maryland 21090
June 25, 2010, 4:00:00 p.m.
Maryland Aviation Administration
Office of Engineering and Construction Management, 991
Corporate Boulevard
Linthicum, Maryland 21090
Wage Rates are required for bids in excess of $500,000 (State-funded projects).
Wage Rates are required for all bids with Federal funds.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.5
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
GI-1.03 Notice to Offerors
Sealed Proposals for the Maryland Aviation Administration (MAA) project entitled Integrated
Airport Security System (IASS) at Baltimore/Washington International Thurgood
Marshall Airport (BWI), Construction Contract No. MAA-CO-10-005 and Maintenance
Contract No. MAA-MC-10-011 will be received at the MAA’s Office of Engineering and
Construction Management, 991 Corporate Boulevard, Linthicum, Maryland 21090, until 4:00:00
PM local time June 25, 2010.
Use of UPS, U.S. Mail or other delivery services may delay delivery. Proposals sent by U.S. Postal
Service should be sent to MAA, P.O. Box 8766, BWI Airport, Maryland 21240-0766, Attention:
Myrna Harris, Office of Procurement, Building 991. Late Proposals, late request for modifications,
or late requests for withdrawal will not be considered. U.S. Postal Service is not received at
Building 991. Hand or Commercial Delivery is recommended, and should be delivered to 991
Corporate Boulevard, Linthicum, Maryland 21090. MAA is not responsible for Proposals received
late and shall not accept any Proposals that are late if sent by U.S. Postal Service, or delivered by
commercial delivery.
Positively no Proposals will be received after 4:00:00 PM local time.
In accordance with Code of Maryland Regulations (COMAR) 21.05.02.16, to receive a
contract award, an Offeror/Offerors must be registered on eMaryland Marketplace (eMM)
as an Offeror. To register on eMM, go to the Department of General Services website at
www.eMarylandMarketplace.com.
The Work associated with this RFP includes the furnishing of supervision, labor, materials
(including delivery, testing, sampling, certifying, storage, handling, installation, programming,
and debugging), equipment, tools, and associated work necessary for the implementation of the
Integrated Airport Security System (IASS).
The Work includes, but is not limited to:
MAA-CO-10-005
The Work associated with MAA-CO-10-005 includes the Purchase, Construction,
Implementation, Testing, Training, and Commissioning of an Integrated Airport Security
System (IASS). Major subsystems included in the IASS will be a Digital Video
Management System, (DVMS, or CCTV security camera system) including a Storage Area
Network (SAN), a Physical Access Control System/Controlled Access Security System
(ACS/CASS), and an Identity Management System. The DVMS will include a solution for
an overall BWI Replacement CCTV system as well as a solution for specific areas of the
terminal monitored by Transportation Security Administration (TSA) personnel. The system
includes a centrally located head-end with a centralized storage solution.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.6
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
The Work shall include electrical improvements in various IDFs and other locations as
indicated in the Proposal Documents in support of the new IASS system. Various
architectural renovations and/or replacements of portals shall also be performed as indicated
in the Proposal Documents, as well as modifications to the Baggage Handling System. See
the Scope of Work for more information.
A portion of the Work under this contract involves extension and/or temporary relocation of
existing systems that are maintained by contractors already under contract to MAA. See
Scope of Work for more information regarding work to be performed by designated
subcontractors.
The Work will be purchased and implemented under a single prime contract. Work shall be
performed throughout the entire BWI campus, including the main terminal building. The
Work shall be performed in compliance with the requirements, specifications, technical
criteria, and drawings contained and indicated in this RFP.
MAA-MC-10-011
The Work associated with MAA-MC-10-011 includes up to a five (5) year full service
Maintenance agreement for the IASS to commence upon overall final system acceptance,
provided by the same Offeror selected for the purchase and implementation. Warranty issues
associated with MAA-CO-10-005 shall be covered under this maintenance agreement.
It is the intent of MAA to award MAA-MC-10-011 to the same Contractor/Offeror awarded
MAA-CO-10-005.
Contract Drawings and Technical Provisions may be purchased for $400.00 and Standard
Provisions for Construction Contracts for $30.00. Payment should be made in the form of a check
or money order made payable to the MAA. Requests for Contract documents and payments by U.S.
Postal Service should be sent to the MAA’s Office of Procurement, P.O. Box 8766, BWI Airport,
Maryland 21240-0766. These payments will not be refunded.
All planholders must sign a MAA Confidentiality and Non-Disclosure Agreement prior to
receipt of Contract Drawings and Technical Provisions for MAA-CO-10-005 and MAAMC-10-011.
NOTICE TO CONTRACTORS:
THIS PROJECT CONTAINS SENSITIVE SECURITY INFORMATION (SSI). ALL
CONTRACTORS INTERESTED IN THIS SOLICITATION MUST COMPLY WITH
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.7
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
THE FOLLOWING REQUIREMENTS PRIOR TO MAA GRANTING ACCESS TO
VIEW AND/OR PURCHASE THE PROCUREMENT DOCUMENTS.
This project contains Sensitive Security Information (SSI) which shall be handled in accordance
with 49 CFR 1520. To comply with 49 CFR 1520 requirements, MAA has instituted the
following new procedure for bidders interested in this project.
New Contract Document Purchase Procedures:
Interested bidders shall not be permitted to view or purchase contract documents for this project
or attend the Pre-bid meeting until they have satisfactorily cleared the Transportation Security
Administration (TSA) Security Background Verification process. There are two levels of
security background verification as follows:
1. To Purchase and Hold SSI Documents:
a. Bidders who currently possess a valid Red BWI Security badge shall be
required to submit to the MAA Office of Procurement their Name, Company,
Security Badge Number and Expiration date as it appears on the security badge.
MAA will verify the validity of the Bidders badge, and Bidders will be notified of
the results of the review within ten (10) days by email. Should notification not
arrive within the specified period, bidders are urged to call Ms. Linda Marcucci,
410-859-7376 or Ms. Myrna Harris, 410-859-7004 to inquire about their
processing status.
b. Bidders who do not currently possess a valid Red BWI Security badge must
successfully complete a TSA Criminal History Record Check (CHRC) and a TSA
Security Threat Assessment (STA). Bidders must complete the attached
“Application for Airport Identification Badge” (included in Attachment A) for all
of their designated representatives that will be responsible for purchasing and
handling SSI. Individuals who successfully complete a TSA CHRC and STA.
will be responsible for: protection of the SSI contained in the contract documents;
return of all documents at the conclusion of the bidding process; and for any civil
penalties incurred in the event that the requirements of 49 CFR 1520 are not
complied with. Please be advised that MAA reserves the right to prohibit any
bidder that does not pass the Transportation Security Administration (TSA)
Security Background Verification from purchasing or holding SSI
Documents for this project.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.8
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
Bidders shall hand deliver an original signed copy of each completed
“Application for Airport Identification Badge” to the Maryland Aviation
Administration – Office of Procurement for processing. It is recommended that
all bidders submit at least two individuals for processing. (Note: The MAA
Office of Procurement will be the Authorized Signer for the Application;
please do not place signatures in the Authorized Signer blocks.) The
Authorized Signer will provide each applicant with a Sponsor letter to take with
them to the MAA Security Office for further processing. Processing of the
application will take at least fourteen (14) Calendar Days and Bidders will be
notified of the results by email. Should notification not arrive within the specified
period, bidders are urged to call Ms. Myrna Harris, 410-859-7004 to inquire about
their processing status.
NOTE: MAA CANNOT GUARANTEE TIMELY BIDDER APPROVAL
AND/OR DOCUMENT DISTRIBUTION FOR LATE APPLICATIONS
SUBMITTED.
BIDDERS ARE ENCOURAGED TO SUBMIT
APPLICATIONS AS EARLY AS POSSIBLE, PRIOR TO THE
SCHEDULED PRE-BID DATE, TO ALLOW TIME FOR RECEIPT AND
REVIEW OF DOCUMENTS PRIOR TO THE SCHEDULED BID DATE.
c. Upon notification by MAA of successful verification of the validity of the
bidders red badge or Transportation Security Administration (TSA) Security
Background Verification, the bidder’s approved representative (Contractor’s
Representative hereafter) or red badge holder (Contractor’s Representative
hereafter) shall be eligible to purchase the contract documents at the MAA Office
of Procurement. In addition, the Contractor’s Representative will be required to
meet ALL of the following requirements to purchase a set(s) of plans and
specifications:
1. The Contractor’s representative purchasing the Contract Plan and
Specification Sets shall be required to provide proof of identification before
being granted access to the documents. The representative shall present for
MAA inspection, two forms of original identification documents (valid
Driver’s License and Social Security Card, Etc.) matching the information
supplied on the corresponding “Application for Airport Identification Badge”
for the individual.
2. The Contractor must be registered in the eMaryland Marketplace as a vendor.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.9
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
3. The Contractor’s Representative shall be required to execute an “MAA
Confidentiality and Non-Disclosure Agreement – Sensitive Security
Information” (included in Attachment B), to be witnessed by MAA Office of
Procurement personnel, prior to purchasing project plans and specifications.
4. The Contractor’s Representative shall provide a refundable deposit of
$6,000.00 per set of plans and specifications in the form of a certified check or
money order made payable to the Maryland Aviation Administration. The
certified check or money order shall be held by MAA until the Plan and
Specification sets are returned fully intact to MAA Procurement personnel at
which time the check or money order shall be returned to the Contractor.
2. To View SSI Documents, attend Pre-bid Meeting or attend Field Site Visit:
a. Bidders who currently possess a valid Red BWI Security badge
Interested bidders who possess a valid red badge shall be permitted to view
contract documents, attend the Pre-bid Meeting or attend the Field Site Visit for
this project provided they have submitted to the Maryland Aviation
Administration – Office of Procurement their Name, Company, Security Badge
Number and Expiration date as it appears on the security badge; and received
verification of the validity of the Bidders badge. Bidders will be notified of the
validity of their badge within ten (10) days by email. Should notification not
arrive within the specified period, bidders are urged to call Ms. Linda Marcucci,
410-859-7376 or Ms. Myrna Harris, 410-859-7004 to inquire about their
processing status.
Interested bidders who possess a valid red badge and would like to view contract
documents, attend the Pre-bid Meeting or attend the Field Site Visit shall be
required to present a valid red badge before being granted access to the
documents and/or meetings/site visits.
b. Bidders who do not currently possess a valid Red BWI Security badge
Interested bidders shall not be permitted to view contract documents, attend the
Pre-bid Meeting or attend the Field Site Visit for this project until they have
satisfactorily cleared a TSA “No Fly List” Security Background Verification
process. Bidders shall be required to complete the attached form titled
“Contractor Representative Information” (included in Attachment C) for all of
their designated representatives that will be viewing the contract documents;
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.10
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
and/or attending the pre-bid meeting and/or site inspection. Any individual
submitting the “Contractor Representative Information” form shall be considered
responsible for protection of the SSI contained in the contract documents and
shall be responsible for any civil penalties incurred in the event that the
requirements of 49 CFR 1520 are not complied with. Please be advised that
MAA reserves the right to prohibit any bidder that does not pass the
Transportation Security Administration (TSA) “No Fly List” Security
Verification from viewing the contract documents; and/or attending the prebid meeting and/or site inspection for this project.
Bidders may submit the “Contractor Representative Information” form via email to
the Office of Procurement to the attention of Ms. Linda Marcucci,
[email protected] or Ms. Myrna Harris [email protected].
Processing of the “Contractor Representative Information” forms will take at least
ten (10) Calendar Days and Bidders will be notified of the results by email. Should
notification not arrive within the specified period, bidders are urged to call Ms.
Linda Marcucci, 410-859-7376 or Ms. Myrna Harris, 410-859-7004 to inquire
about their processing status. It is recommended that all bidders submit at least
two individuals for processing.
NOTE: MAA CANNOT GUARANTEE TIMELY BIDDER APPROVAL
AND/OR DOCUMENT DISTRIBUTION FOR LATE APPLICATIONS
SUBMITTED.
BIDDERS ARE ENCOURAGED TO SUBMIT
CONTRACTOR REPRESENTATIVE INFORMATION FORMS AS
EARLY AS POSSIBLE, PRIOR TO THE SCHEDULED PRE-BID DATE,
TO ALLOW TIME FOR RECEIPT AND REVIEW OF DOCUMENTS
PRIOR TO THE SCHEDULED BID DATE.
Upon notification by MAA of successful Transportation Security
Administration (TSA) Security “No Fly List” Background Verification, the
Contractor’s representative shall be permitted to view contract documents, attend
the Pre-bid Meeting or attend the Field Site Visit. In addition, the Contractor’s
representative shall meet the following additional requirement:
The Contractor’s representative(s) viewing contract documents, attending the Prebid Meeting or attending the Field Site Visit shall be required to bring with
him/her and present to MAA Office of Procurement the original signed
“Contractor Representative Information” and proof of identification before being
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.11
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
granted access to the documents and/or meetings/site visits. The representative
shall present for MAA inspection, original identification documents (valid
Driver’s License and Social Security Card) matching the information supplied
on the corresponding “Contractor Representative Information” form for the
individual.
NOTE: PLANS AND SPECIFICATIONS FOR THIS PROJECT WILL BE NUMBERED
AND ARE NOT AUTHORIZED FOR REPRODUCTION BY PROJECT BIDDERS.
FAILURE TO RETURN ALL PLAN AND SPECIFICATION SETS FULLY INTACT,
UNAUTHORIZED REPRODUCTION OF THE PLAN AND SPECIFICATION SETS OR
FAILURE TO COMPLY WITH THE REQUIREMENTS OF THE ‘MAA
CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT – SENSITIVE
SECURITY INFORMATION’ SHALL RESULT IN THE FORFEITURE OF THE
DEPOSIT AND MAY LEAD TO CIVIL PENALTIES.
A Pre-Proposal Conference/Site Inspection will be held on May 6, 2010 at 2:00:00 PM for
interested parties. Please assemble at the Maryland Aviation Administration, Assembly Room
A&B, 991 Corporate Boulevard, Linthicum, Maryland 21090. Attendance at the Conference is
not mandatory, but all interested Offerors are encouraged to attend.
A State Equal Opportunity Officer will be available to discuss the Minority Business Enterprise
program.
Appropriate auxiliary aids and service for qualified individuals with disabilities will be provided
upon request. Please call at least two business days in advance of the meeting to 410-859-7081
(Procurement Division), 410-859-7111 (MAA Communications Center), or 410-859-7227
(TDD) to advise of any reasonable accommodations required.
The Price Proposal/Offer must be accompanied by a Bid Guaranty in the amount of five percent
(5%) of the total contract cost, including both installation and maintenance costs, in the name of
the "State of Maryland". The Certified Minority Business Enterprise Utilization and Fair
Solicitation Affidavits, and the Minority Business Enterprise Participation Schedule must be
submitted with the technical proposal. If an Offeror fails to submit these documents the MAA
shall deem the proposal not reasonably susceptible for award of this contract.
New versions of Sections 13-103, 13-104 and 14-303 of the State Finance and Procurement
Article of the Annotated Code of Maryland relating to increased proposal documentation of
MBE commitments have been effective as of October 1, 2004. The Contract under this
solicitation will be awarded in accordance with these new requirements. As a result, new
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.12
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
bid/proposal submission requirements, including revised MBE documents, are in effect for this
solicitation. These new requirements are set forth under GI.1.06.3 of the Technical Provisions in
this solicitation. Potential Offerors should carefully review all instructions related to these new
MBE requirements. If an Offeror fails to submit these documents the MAA will deem the
Proposal as not reasonably susceptible for award of this contract. Also, please be advised
that the documents must be completed in their entirety with accurate information. Failure
to abide by these requirements shall render the Proposal not reasonably susceptible for
award of this contract.
The Bid/Proposal Affidavit shall accompany the technical proposal. Performance and Payment
Bonds in the amount of the total Contract cost will be required of the successful Offeror.
Assistance in obtaining Proposal, Performance and Payment Bonds may be available to
qualifying small businesses through the Maryland Small Business Development Financing
Authority (MSBDFA). Questions regarding the bonding assistance program should be referred
to: MSBDFA, 826 East Baltimore Street, Baltimore, Maryland 21202, (410) 333-4270 (phone);
(410) 333-6931 (fax).
Offerors are hereby notified that any contract entered into pursuant to this advertisement,
Minority Business Enterprises (MBE) will be afforded full opportunity to submit Proposals in
response to this notice, and will not be subjected to discrimination on the basis of race, color,
sex, creed, or national origin. Minority Business Enterprises are encouraged to respond to this
solicitation notice.
Effective October 1, 2004, the Contract under this solicitation will be awarded in accordance
with SB.903. As a result, new bid/proposal submission requirements, including certain revised
MBE documents, are in effect for this solicitation.
It is the goal of the Maryland Department of Transportation that Minority Business Enterprises
(MBE) participate in all contracts, and the Offeror is encouraged to utilize MBE subcontractors
when there is opportunity to do so. The MAA has established a minimum goal of (21) % MBE
participation of the total contract dollar amount of the Offeror’s Proposal for this contract.
By submitting a response to this solicitation the Offeror agrees that 21% of the total dollar
amount of this contract be performed by one or more MBE firms. A Prime contractor, including
an MBE prime contractor, must accomplish the MBE subcontract goals with certified MBE
subcontractors. A prime contractor comprising a joint venture that includes MBE partner(s)
must accomplish the MBE subcontract goal with certified MBE subcontractors.
By submitting a response to this solicitation, the Offeror agrees to accept payments by electronic
funds transfer unless the State Comptroller's Office grants an exemption. The selected Offeror
shall register with the EFT Registration, General Accounting Division form using the COT/GAD
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.13
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
X10 Offeror Electronic Funds (EFT) Registration Request Form, which is available at
http://compnet.comp.state.md.us/gad/pdf/GADX-10.pdf. Any request for exemption must be
submitted to the State Comptroller's Office for approval at the address specified on the
COT/GAD X-10 form and must include the reason for exemption
Questions regarding the Electronic Funds Transfer should be referred to Office of the
Comptroller, General Accounting Division, 80 Calvert Street, Room 200, Annapolis, Maryland
21401, (410) 260-7375 or [email protected].
By submitting a response to this solicitation, an Offeror shall be deemed to represent that it is not
in arrears in the payment of any obligation due and owing the State of Maryland, including the
payment of taxes and employee benefits, and that it shall not become so in arrears during the
term of the contract if selected for the contract award.
As a condition of entering into this agreement, the company represents and warrants that it will
comply with the State’s Commercial Nondiscrimination Policy, as described under Title 19 of
the State Finance and Procurement Article of the Annotated Code of Maryland. As part of such
compliance, the company may not discriminate on the basis of race, color, religion, ancestry or
national origin, sex, age, marital status, sexual orientation, or on the basis of disability or other
unlawful forms of discrimination in the solicitation, selection, hiring, or commercial treatment of
subcontractors, Offerors, suppliers, or commercial customers, nor shall the company retaliate
against any person for reporting instances of such discrimination. The company shall provide
equal opportunity for subcontractors, Offerors, and suppliers to participate in all of its public
sector and private sector subcontracting and supply opportunities, provided that nothing
contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of
marketplace discrimination that have occurred or are occurring in the marketplace. The
company understands and agrees that a material violation of this clause shall be considered a
material breach of this agreement and may result in termination of this agreement,
disqualification of the company from participating in State contracts, or other sanctions. This
clause is not enforceable by or for the benefit of, and creates no obligation to, any third party.
As a condition of entering into this agreement, upon the Maryland Human Relations
Commission’s request, and only after the filing of a complaint against the company under Title
19 of the State Finance and Procurement Article, as amended from time to time, the company
agrees to: provide to the State within 60 days after the request a truthful and complete list of
names of all subcontractors, Offerors, and suppliers that the company has used in the past 4 years
on any of its contracts that were undertaken within the State of Maryland, including the total
dollar amount paid by the contractor on each subcontract or supply contract. The company
further agrees to cooperate in any investigation conducted by the State pursuant to the State’s
Commercial Nondiscrimination Policy as set forth under Title 19 of the State Finance and
Procurement Article of the Annotated Code of Maryland, to provide any documents relevant to
any investigation that is requested by the State. The company understands and agrees that
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.14
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
violation of this clause shall be considered a material breach of this agreement and may result in
contract termination, disqualification by the State from participating in State contracts, and other
sanctions.
The MAA reserves the right to reject any and all Proposals if in its judgment the interest of the
Administration may so require.
If there should be any questions regarding this contract, please contact Myrna Harris, Agency
Procurement Officer, at 410-859-7004.
GI-1.04 Individual Surety Bonds
I.
Bid, payment, and performance security may be in the form of: (1) a bond executed by a
surety company authorized to do business in the State; (2) a bond executed by an individual
surety that meets certain criteria; (3) cash; (4) another form of security required by State or
federal law; or (5) another form of security satisfactory to the State Agency awarding the
contract. Sections 13-207, 13-216, 17-104 of the State Finance and Procurement Article,
Annotated Code of Maryland.
II.
The 2006 General Assembly expanded the scope of acceptable security to provide more
State contracting opportunities for businesses unable to obtain bonding from surety
companies. The 2006 law permits individuals to serve as sureties. (Chapter 299, Laws of
2006.)
III.
Procedure: Acceptability of Bonds from Individual Sureties: A State agency may accept a
bond provided by an individual surety ONLY if:
A. The contractor has been denied bonding by a corporate surety;
B. The individual surety transacts business through an insurance agency licensed by the
Maryland Insurance Administration;
C. The individual surety attaches an Affidavit of Individual Surety with Appendix to the
bid security (Attachments A and B);
D. The individual surety pledges one or more of the following assets in an amount equal
to or greater than the bond's total penal amount:
1. Cash or certificates of deposit.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.15
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
2.
3.
4.
5.
6.
7.
Cash equivalents held with a federally-insured financial institution.
Certain assets evidenced by a security interest including irrevocable trust receipts.
U.S. Government securities at market value.
Stocks and bonds that meet certain criteria.*
Real property that meets certain criteria.*
Irrevocable letters of credit that meet certain criteria.*
*
These criteria may be found at State Finance and Procurement Article §§13-207
and 17-104.
IV. Pledged Assets:
A. Personal property: If using the personal property assets listed in II. D. 1-5, 7 above,
an individual surety must provide a current UCC-1 financing statement at the time the
bond is furnished. The financing statement is filed to perfect the State’s security
interest in the property and establishes the State's priority in case of debtor default or
bankruptcy. An example of a UCC-1 financing statement (National UCC Financing
Statement) may be found on the State Department of Assessments and Taxation Web
site, www.dat.state.md.us/sdatweb/ucc/ucc1.pdf.
B. Real property: Pledged real property must be owned by the contractor or individual
surety in fee simple or by co-tenants who all agree to act jointly. Evidence of title
must be a certificate of title prepared by an attorney or a title insurance company
licensed by the State. Title evidence must show:
1. Fee simple title vested in the contractor or surety along with any concurrent
owners;
2. Whether any real estate taxes are due and payable; and
3. Any recorded encumbrances.
The individual surety must also provide a copy of the current real estate tax
assessment of the property or a current appraisal dated no earlier than 6 months
before the bond date, prepared by a professional appraiser who certifies that the
appraisal was conducted in accordance with the generally accepted appraisal
standards as reflected in the Uniform Standards of Professional Appraisal Practice.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.16
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
C. Pledged assets may not be pledged for any other security or contract until the State
agency releases the asset.
V. Who may act as an individual surety: An individual surety must be a United States citizen.
Corporations and partnerships cannot act as individual sureties. Individual sureties who
have been suspended or debarred by the State may not submit bonds.
VI. Contractor who cannot obtain bid, payment, and performance bonds, and wish to use an
individual surety, must complete Attachment C in its entirety. The information submitted
in Attachment C will determine whether the requirements for the use of an individual
surety have been met. Before accepting a bond from an individual surety, the Procurement
Officer must consult with the Office of the Attorney General to determine whether the
requirements for an individual surety bond have been met.
VII. If an individual surety is used for a bid bond, then Attachments A and B must be
submitted with the bid at the time of bidding; if they are not submitted with the bid, then
the bid will be rejected as not reasonably susceptible for award of this contract. If used for
a payment or performance bond, then all attachments shall be submitted at the request of
the Administration following bid opening.
Referenced Attachments (Volume II, Part V – Bid/Proposal Forms, Section S):
Affidavit of Individual Surety (Attachment A).
Surety Affidavit Appendix (Attachment B).
Acceptability of Individual Surety Bonds (Attachment C).
GI-1.05 Description of Project
A. Baltimore/Washington International Thurgood Marshall Airport (BWI) is located in Anne
Arundel County, Maryland. The complex is situated on 3,596 acres. The BWI Passenger
Terminal covers 1.98 million square feet consisting of five (5) concourses, four (4) of which
are domestic concourses.
B. The Maryland Aviation Administration (MAA) is soliciting proposals for the hardware,
software, applications, systems integration, construction and implementation services
required to provide a commercial-off-the-shelf (COTS) Integrated Airport Security System
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.17
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
(IASS) at BWI. Major subsystems included in the IASS will be a Digital Video Management
System, (DVMS, or CCTV security camera system), a Physical Access Control
System/Controlled Access Security System (CASS), and an Identity Management System
(Badging System that is part of the overall CASS). The DVMS will include a solution for an
overall BWI Replacement CCTV system as well as a solution for specific areas of the
terminal monitored by Transportation Security Administration (TSA) personnel.
a. Work associated with the TSA portion of the DVMS is extremely time-sensitive
in nature with an accelerated completion date indicated in the Proposal
Documents.
C. The end-state objective of MAA-CO-10-005 is to deliver a COTS IASS that is state-oftechnology, utilizing an open system architecture, and with inherent scalability to meet future
system capacity requirements. The successful Offeror must have experience in the planning,
designing, integrating and implementing of integrated security systems including Visual
Surveillance and Access Control of a similar size and scope applicable to the requirements of
this project.
D. All Offerors are encouraged to provide as much information as possible in support of this
proposed solution within the maximum allowable limitations stipulated throughout this RFP.
E. Prospective Offerors must offer a proposal that will meet the scope of work, qualifications
and general description of work activities identified in this RFP. In responding to this RFP,
Offerors must follow the prescribed format as outlined in this document.
F. The work associated with MAA-CO-10-005 will be constructed under a single prime
contract.
G. The work associated with MAA-MC-10-011 includes up to a five (5) year full service
maintenance agreement on the IASS, to commence upon final overall system acceptance
under MAA-CO-10-005.
H. Entities within the MAA for which this solution will be implemented include the Office of
Airport Security (OAS) and the Office of Technology (OT).
I. See Scope of Work for a further breakdown of scope and responsibilities.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.18
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
GI-1.06 Contract Information
General: The Procurement Officer intends to recommend contract award to the Offeror that best
satisfies the needs of the MAA, based on the criteria defined in this RFP. Contents of proposals
become contractual obligations.
Construction Contract: The Construction Contract for the Integrated Airport Security System
(IASS), MAA-CO-10-005, will include the requirements contained in this RFP, and will be
administered in adherence with the terms and conditions of the Standard Provisions (SP)
(December 1993), the Interim Standard Provisions Addenda (ISPA) (February 2004), the Maryland
Department of Transportation/Maryland Aviation Administration Office of Technology (OT)
Standards and Specifications.
Maintenance Contract: The Maintenance Contract for the Integrated Airport Security System
(IASS), MAA-MC-10-011, will include the requirements contained in this RFP, and will be
administered in adherence with the terms and conditions of the General Conditions and Special
Provisions contained in Part III.
Parties to the Contracts: The Contracts to be entered into as a result of the RFP shall be by and
between Offeror and MAA. The form of the standard Contract is enclosed in the Standard
Provisions and incorporated by reference.
Certification of Performance: By submitting a proposal in response to this RFP, an Offeror is
certifying that all work will be performed in conformance with applicable local, state and federal
laws and regulations, and the Equal Employment Opportunity (EEO) and Minority Business
Enterprise/Disadvantaged Business Enterprise (MBE) requirements.
GI-1.06.1
Contract Duration
All work associated with Contract MAA-CO-10-005 shall be completed and ready for final
acceptance within 730 calendar days of the NTP date. The contract is to be completed in
conformance with the project as contained in this RFP and shall be conducted in a timely manner
in accordance with the Contractor’s approved schedule.
Under Contract MAA-CO-10-005, all work associated with the TSA phase of the overall DVMS
shall be completed and ready for final acceptance within 241 calendar days of the NTP date.
The Scope of Work associated with the TSA phase of the DVMS is defined in the Proposal
Documents.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.19
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
For purposes of this provision, final acceptance will not occur until after successful completion
and approval of the System Availability Test (SAT). See the CASS and DVMS technical
provisions for additional information.
Contract MAA-MC-10-011 shall commence after final acceptance of the overall IASS and
extend up to a five (5) year period; this contract will remain in effect for a minimum period of
three (3) years and may be continued for one (1) additional two (2) year period at the option of
the MAA.
GI-1.06.2
Liquidated Damages
Failure by the Contractor to complete the work on Contract MAA-CO-10-005 within the overall
time specified will impact MAA airport operations. Therefore, the Contractor and his surety will be
liable for liquidated damages in the amount of $750.00 for each calendar day that the overall work
remains incomplete after the established project schedule completion date.
Failure by the Contractor to complete work associated with the TSA phase of the overall DVMS,
a subset of Contract MAA-CO-10-005, within the time specified will significantly impact MAA
and TSA airport operations and will also place funding sources in jeopardy. Therefore, the
Contractor and his surety will be liable for liquidated damages in the amount of $3,750.00 for
each calendar day that the work remains incomplete after the established project schedule
completion date for this phase.
In the event the contractor fails to meet the applicable Maintenance Service Level Agreement
(SLA) response and/or repair time for an incident, Liquidated Damages (LDs) shall be imposed
at the discretion of the MAA Contract Manager. In the absence of documented and accepted
extenuating circumstances justifying the SLA breach, the contractor shall be assessed Liquidated
Damages at the following rates beyond the pre-defined response and/or repair times applicable to
that incident category for Contract MAA-MC-10-011.
Priority I (Major) Incident: Failure to respond to, and complete repair/restoration of a Major
failure/outage within the defined timeframes shall result in non-payment of $2,500.00 per
hour for each hour exceeding the Service Level.
Priority II (Minor) Incident: Failure to respond to, and complete repair/restoration of a
Minor failure/outage within the defined timeframes shall result in non-payment of $375.00
per day for each hour exceeding the Service Level.
Preventive Maintenance: Failure to adhere to the approved Preventive Maintenance schedule
shall result in non-payment of $250.00 per calendar day for each day the scheduled
Preventive Maintenance is not performed.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.20
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
GI-1.06.3
MBE Solicitation and Contract Information
A Bidder or Offeror must include Bid Forms with its Technical Proposal as indicated:
1.
2.
A completed Certified MBE Utilization and Fair Solicitation Affidavit whereby the
Bidder/Offeror acknowledges the certified MBE participation goal, commits to make a good
faith effort to achieve the goal, and affirms that MBE subcontractors were treated fairly in
the solicitation process.
A completed MBE Participation Schedule whereby the Bidder/Offeror responds to the
expected degree of Minority Business Enterprise participation as stated in the solicitation, by
identifying the specific commitment of certified Minority Business Enterprises at the time of
submission.
If a Bidder/Offeror fails to submit as required, the Procurement Officer may deem the
Bidder/Offeror as being not reasonably susceptible for award of this contract. Within 10 working
days from notification that it is the apparent awardee or from the date of the actual award,
whichever is earlier, the apparent awardee must provide the following documentation to the
Procurement Officer:
1.
2.
3.
Outreach Efforts Compliance Statement.
Subcontractor Project Participation Statement.
In the rare event that the apparent awardee believes a waiver (in whole or in part) is
necessary of the overall MBE goal or of any subgoal by MBE classification, it must submit
a fully documented waiver request that complies with COMAR 21.11.03.11.
Any other documentation required by the Procurement Officer to ascertain Bidder/Offeror
responsibility in connection with the certified MBE participation goal shall be provided by the
Bidder/Offeror. If the apparent awardee fails to return each completed document within the
required time, the Procurement Officer may determine that the apparent awardee is not
responsible and therefore not eligible for contract award. If the Contract has already been
awarded, the award will be void.
GI-1.06.4
Minimum Qualifications/Experience Requirements
A. The prime participant (Offeror) shall have been in the business of providing similar access
control and visual surveillance monitoring systems at airport facilities for a minimum of the
past five (5) years. Due to the size and nature of the scope of work in this RFP, only airport
experience at medium-hub or large-hub airports as defined by the Federal Aviation
Administration will be considered as being applicable to this project.
B. The Offeror shall have been actively engaged in installing, maintaining and operating similar
systems and services as outlined in this RFP. The Offeror shall have a minimum of two (2)
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.21
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
sites that are actively using the same system with the same version of the software as being
proposed in their RFP response; each of those sites must be in operation (post final customer
acceptance), and have been in operation for at least the preceding twelve (12) months prior to
the issue date of this RFP. If the product is software based and has been upgraded within the
past twelve (12) months, the previous version of software will be allowed for reference
purposes.
C. Responses to this RFP that do not meet these minimum requirements will not be included in
the MAA evaluation and selection process.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.22
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
GI-1.06.5
Special Construction Requirements
A. Sequencing and Phasing:
The contract is to be completed in conformance with the project as contained in this RFP and
shall be conducted in a timely manner in accordance with the Contractor’s approved Critical
Path Method (CPM) schedule. The CPM schedule shall incorporate any sequencing and
phasing called out in the Proposal Documents. The Contractor shall provide additional
phasing and coordination as part of their overall Project Transition/Cut-over Plan. CPM
schedule updates shall be provided to the MAA in MS Project 2003 format.
The CPM schedule shall incorporate all tasks and work items associated with completing the
TSA phase of the DVMS per the schedule listed in GI-1.06.1 and shall identify associated
tasks as part of the overall project Critical Path.
B. Time Restrictions:
Night and/or weekend work is permitted for this project as approved by the Resident
Engineer. A minimum of forty-eight (48) hours advance notice is required. Any additional
costs associated with labor, inspections, security, equipment rental, or incidental costs
associated with night and/or weekend work shall be part of the Offerror’s Price Proposal.
Multiple shift or night/weekend work shall be accounted for in the approved CPM schedule.
C. Staging Area and Site Access:
If the Contractor requires an on-site trailer or staging area, they must be placed as approved
by the Resident Engineer. Temporary chain-linked fencing will be required around exterior
staging and storage areas. All access to the work site shall be subject to prior review and
approval by the Resident Engineer. All contractor and sub-contractor personnel shall follow
Site Security Requirements as indicated under Section X-1.
D. US Customs and Border Protection Clearance:
The Contractor shall be required to receive specific clearance for work in areas controlled by
the US Customs and Border Protection (CBP), specifically in Pier E of the main BWI
passenger terminal. All personnel assigned to work in CBP controlled areas are required to
obtain and maintain a BWI Airport Identification Badge with a US Customs seal.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.23
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
GI-1.07 Explanation of Evaluation and Selection Process Events
This section describes, but is not limited to, the major events of the selection process and
specifies general requirements.
A. Pre-Proposal Conference
A pre-proposal conference will be held; see GI-1.03, Notice to Offerors, for information
regarding time and location. Attendance at the Pre-Proposal Conference is not mandatory, but all
interested Offerors are encouraged to attend in order to facilitate better preparation of their
proposals.
B. Proposal Inquiries
Offerors having questions about this RFP and any aspect of the project should submit them in
writing via facsimile, or preferably e-mail, to the Procurement Officer no later than ten (10) days
prior to the Proposal due date. All written questions received shall become part of the RFP process
and will be answered in writing. The questions and answers will be distributed, in the form of an
addendum, to all entities on the Offeror RFP-holders’ list maintained by the MAA’s Office of
Procurement.
NOTE: Each Offeror, prior to submitting a proposal, shall become fully informed as to the extent
and character of the work involved. Please note that the Selection Panel takes an Offeror’s
understanding of the project services into consideration at the written proposal evaluation phase.
Point of Contact: The sole point of contact in the State for purposes of this RFP prior to the
award of any contract is the Procurement Officer at the address listed in GI-1.03, Notice to
Offerors.
C. RFP Amendment(s)
Any clarification, interpretation, or change to the RFP or contract documents by the MAA will be
made by written addenda and will be provided, to all entities known to have a copy of the RFP. The
MAA is not responsible for any explanation, clarification, interpretation, or approval made or given
in any manner except by written addenda. Any addenda so issued shall be considered a part of this
RFP document. The Issuing Office, at its sole discretion or wherever stated in this RFP, may use
facsimile transmission (FAX) for the issuance of revisions, addenda or amendments.
Addenda shall be acknowledged in the Bid/Price Proposal. Failure to acknowledge receipt of
addenda does not relieve the Offeror from complying with terms of any such amendments.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.24
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
D. Submission of Proposals
By submitting an offer/proposal in response to this RFP, the Offeror does the following:
1. Affirms it understands that in accordance with the State’s new law (HB 702 of the 2004
Legislative Session), effective July 1, 2005, it must be registered on eMaryland Marketplace in
order to receive a contract award.
2. Declares that it is not in arrears in the payment of any obligation due and owing the State,
including the payment of taxes and employee benefits, and that it shall not become so during the
term of the contract, if selected for award;
3. Certifies, that if selected for award, that all work will be performed in conformance with
applicable local, state and federal laws and regulations and the Equal Employment Opportunity
and MBE requirements;
4. Agrees to accept payments by electronic funds transfer unless the State Comptroller’s Office
grants an exemption. (refer to Notice to Offerors); and
5. Agrees that, if selected for award, shall be deemed to have accepted the terms of this RFP, the
Contract, MAA Standard Provisions, ISPA and all Maintenance Terms and Conditions. Any
exceptions to this RFP and contract documents must be clearly identified in the Offeror’s
proposal. A proposal that takes exception to these terms may be rejected.
Proposals must be received no later than the time and date specified under GI-1.03 Notice to
Offerors at the MAA, Office of Procurement, 991 Corporate Boulevard, Linthicum, MD 21090, in
order to be considered.
Mail responses to:
Hand Delivery or Commercial Delivery of
responses to:
Maryland Aviation Administration
Attn: M. Harris
Office of Procurement
P.O. Box 8766
BWI Marshall Airport, MD 21240-0766
Maryland Aviation Administration
Attn: M. Harris
Office of Procurement
991 Corporate Boulevard
Linthicum, MD 21090
Requests for extensions of this date or time will not be granted. Any late proposal, late request for
modification, or late request for withdrawal will not be considered. Oral, fax, telegraphic, e-mail, or
mailgram proposals shall not be accepted. Offerors submitting proposals by mail or commercial
delivery service should allow sufficient mailing and delivery time to ensure timely receipt at the
MAA. The U.S. Postal Service mail is received in a different location than that designated for
receipt of proposals. It is recommended that proposals be hand-delivered to the Issuing Office. The
MAA is not responsible for late proposals, no matter how delivered.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.25
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
The identity of an Offeror and the Register of Proposals shall not be disclosed before the
Procurement Officer makes a determination recommending award of the Contract, in accordance
with COMAR 21.05.03.02.G.
E. Evaluation Process
Clarifications/Discussions:
Proposals will be reviewed for conformance to the RFP
requirements. The MAA reserves the right to cancel this RFP; accept or reject any and all
proposals, in whole or in part, received in response to this RFP; to waive or permit cure of minor
irregularities; and to conduct discussions with all responsible/responsive Offerors in any manner
necessary to serve the best interest of the MAA. However, the MAA reserves the right to make
an award without holding discussions. In either case of holding discussions or not doing so, the
MAA may determine an Offeror to be not responsible and/or not reasonably susceptible of being
selected for award at any time after the initial closing date for receipt of proposals and the review
of those proposals. If an Offeror is deemed not responsible; or the submitted proposal is found to
be not reasonably susceptible for award of this contract to the RFP requirements, the Offeror
may be given an opportunity for clarifications and/or discussions.
Interviews: The MAA may require responsible/responsive Offerors to interview with the Selection
Panel, clarifying their proposals and responding to questions from the Selection Panel. Interviews
will be scheduled at the convenience of the MAA, and notices of the date, time, and place will be
sent to those Offerors invited for discussions. An agenda and/or a list of questions to be addressed
at the discussions may be enclosed with the notice.
Significant representations made by an Offeror during discussions/interviews that are not part of the
written technical proposal should be reduced to writing. All such representations shall become part
of the Offeror’s proposal and are binding if the contract is awarded.
The number of Offerors invited for discussions/interviews is at the discretion of the Procurement
Officer and the Selection Panel. Submission of a proposal does not guarantee an Offeror the
opportunity to meet with the Selection Panel. Panel evaluation of discussions/interviews will
become part of the overall technical evaluation of each Offeror’s proposal.
Best and Final Offers: When it is in the best interest of the State, the Procurement Officer may
permit responsible/responsive Offerors to revise their initial proposal by submitting best and final
offers. This action is in accordance with COMAR 21.05.03.03.D. The Panel may again conduct
discussions with responsible/responsive Offerors.
Recommended Award: The Procurement Officer intends to recommend award of the Contract to
the responsible/responsive Offeror whose offer is determined to be the most advantageous to the
State, considering the technical evaluation factors set forth in this RFP, and Price. In making this
determination, technical factors are more important than Price.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.26
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
Notice to Offerors: Each Offeror will be notified in writing of its selection or non-selection. Firms
not selected will be notified of a date and time scheduled for a debriefing by the Procurement
Officer to discuss the strengths and weaknesses of its offer. Debriefings will not include discussions
of any other offers submitted in response to this RFP.
Existing Site Visits: As part of the selection process, the final three Offeror’s shall be prepared
to coordinate an on-site visit with the MAA to an existing installation by the manufacturer that is
similar in scope to the project described herein.
Contract Formation: The selected Offeror shall submit all required contract documents, for
approval by the MAA prior to Contract award, and shall execute the Contract by the date set by the
MAA.
Authority to Award/Notice to Proceed: Execution of the resultant contract and its effectiveness are
subject to the approval of the MDOT and the Maryland Board of Public Works (BPW).
After all approvals required by State Procurement Law (State Finance and Procurement Article of
the Annotated Code of Maryland) and State Procurement Regulations, COMAR Title 21, are
obtained, a written Notice to Proceed will be issued to the successful Contractor to commence
Contract services.
GI-1.08 Proposal Format and Organization/Evaluation Criteria
Responses to RFP:
Submittal: An Offeror should submit a separately, sealed package for each requested proposal
“Volume.” Each envelope should be labeled as Volume I or Volume II, as applicable, and include
the RFP title and number, name and address of the Offeror, and the closing date and time for receipt
of the proposals on the outside of the package. Submit to the location specified above in this RFP.
Number of Copies:
1.
2.
Volume I – Technical Proposal: One (1) unbound original containing original signatures and
clearly marked on its cover as “original,” and ten (10) bound photocopies of the original; ten
(10) CD copies in either MS Windows Word or PDF format; and
Volume II – Price Proposal/Offer: One (1) unbound original containing original signatures
and clearly marked on its cover as “original,” and ten (10) bound photocopies; ten (10) CD
copies in either MS Windows Word or PDF format of the original.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.27
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
Proposal/Offer: Exceptions to terms and conditions may result in having the proposal deemed
unacceptable or classified as not reasonably susceptible of being selected for award.
General: All pages of both proposal volumes shall be numbered consecutively from beginning
(page 1) to end (page “x”) and be organized as detailed below. Separation tabs for each proposal
section are required. Please follow any and all page limitations noted for each category/section
of the Proposal.
Volume I – Technical Proposal: Organize as indicated below. Technical Evaluation
Criteria (Sections C through L) will be evaluated based upon a descending order of
importance.
A. Title Page.
B. Table of Contents.
C. Statement of Project Goals and Management Approach.
D. Offeror Information
E. Offeror’s Contract Team Information
F. Offeror’s Contract Team Key Personnel & Key Personnel References
G. General System Requirements
H. Functional Requirements Criteria
I. Transition and Cutover Plan and Approach
J. Maintenance Plan
K. Configuration Management
L. Economic Benefits to the State
M. Confidentiality of Proposal
N. MBE Subcontractors
O. Bid/Proposal Affidavit
P. Small Business Reserve Affidavit
Q. Living Wage Affirmation Affidavit
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.28
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
Volume II – Price Proposal/Offer: Organize as follows:
A. Title Page.
B. Table of Contents.
C. Bid/Proposal Forms
1. Bid Bond (Attachments A through C)
2. Bid/Proposal Affidavit
3. Certified MBE Utilization and Fair Solicitation Affidavit (Forms A through D)
4. Small Business Reserve Affidavit (not required for this contract)
5. Maryland Living Wage Requirements Affidavit of Agreement
6. Bid/Proposal Forms
a. Unit Price and Bid/Proposal Forms, both completeness and amounts
b. Alternative Pricing as required for both completeness and amounts
D. Financial Responsibility
GI-1.08.1
Volume I - Technical Proposal/Content Requirements
The Offeror technical proposal shall follow the required format and must address the following
content requirements, as described below.
A. Title Page
The proposal shall begin with a title page bearing the name and address of the Offeror and the name
and project numbers of this RFP.
B. Table of Contents
Insert a Table of Contents immediately following the Title Page, indicating each of the items
included in Volume I.
C. Statement of Project Goals and Management Approach
Describe the Project Goals as understood by the Offeror’s Contract Team. Indicate the proposed
overall management approach in detail to fulfill hardware, software and implementation for a
competitively priced and fully integrated IASS as described herein and throughout this RFP.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.29
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
This information is limited to five (5) pages.
D. Offeror Information
Qualifications/Experience: For the Offeror firm (prime participant), please provide the following
information:
1.
Firm Description. Provide a general background of Offeror firm, including its history, the
principal business in which it is engaged, the number of employees, location of offices,
ownership of firm and type of ownership. This information is limited to two (2) pages.
2.
Project Experience. Describe the Offeror’s qualifications and relevant experience
performed within the past five (5) years, as related to projects of similar size and scope in
the United States. Include any such projects performed at medium/large hub airports.
Thoroughly describe how the Offeror has supplied this same expertise for contracts of
similar size and complexity. This information is limited to six (6) pages.
3.
Airport References. Provide current reference information from medium and/or large hub
airport(s) within the United States for whom the Offeror has provided the specific types of
services described elsewhere in this RFP during the past ten (10) years. A minimum of two
(2) references is required. Each reference is to include the a) name of the client
organization; b) the scope of the project including all systems implemented; c) the value,
type, and duration of contract supporting the client organization; and d) the name, title,
telephone number and e-mail address of a point of contact who can speak to the type of
services provided, the overall scope of the contract, objectives satisfied, and economic or
cost savings to the business owner. This information is limited to eight (8) pages.
4.
Vendors and/or products possessing DHS Safety Act certification will receive additional
consideration in the evaluation process. Offerors shall note in their proposals if the
product(s) being proposed currently have this certification, if they are currently under
evaluation by DHS for certification, or if there is currently no plan or activities to obtain
this certification. This information is limited to two (2) pages.
E. Offeror’s Contract Team Information
For each subcontractor proposed to perform contract services, the Offeror shall submit information
about the subcontractor’s qualifications and experience that demonstrates working knowledge and
in-depth skills in their area of expertise as it applies to the type of work they would be performing
under this Contract. A letter of commitment from each proposed subcontractor shall be included in
the technical proposal. Indicate whether or not the Offeror (prime participant) and the subcontractor
have worked together in the past, and if so, where. Information, including the letter of commitment,
is limited to three (3) pages per subcontractor.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.30
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
F. Offeror’s Contract Team Key Personnel and Key Personnel References
Key staff is defined as staff having major project responsibilities. The Offeror shall indicate the key
staff proposed for this project, setting forth the specific responsibilities and availability of each
proposed key staff person. Proposed personnel should have the requisite and desired
qualifications and experience in his/her area of expertise indicated herein and as called out in the
technical specifications relevant to the proposed position. Provide for each proposed key staff
person a two (2) page resume detailing both general experience and specific experience related to
the project services as defined in this RFP, including relevant experience gained within the past five
(5) years. Thoroughly describe how the proposed personnel have supplied the same expertise for
similar contracts and include three (3) references for each. The proposed Project Manager (PM) and
Project Executive must be employees of the Offeror (prime participant) firm.
At a minimum, personnel for the following positions shall be identified in the RFP response:
1.
Project Manager (PM): Responsible for the administration of the contract, and is the dayto-day direct point of contact between the MAA and the Contractor. The PM will
provide task leadership to the project including overall scheduling, assignment of unit
resources, budget review/adherence, quality control and day-to-day coordination of staff
activities and subcontractors.
He/she should have prior experience managing
installations from concept development through systems acceptance. Any individual(s)
proposed for this role must possess a current PMP certification by the Project
Management Institute. These individuals shall be required to become familiar with the
State of Maryland Systems Development Life Cycle (SDLC) methodologies and provide
project management services consistent with the current version of the State of
Maryland SDLC. The Project Manager shall be assigned to the project 100% of the time
for the entire schedule. The Project Manager shall be an employee of the Offeror (prime
participant).
2.
Security Task Leader: The Security Task Leader will work in conjunction with the
Project Manager to provide technical oversight for the ACS and DVMS/CCTV/SAN
systems. He/she will be responsible for the integration and interfacing required between
the security systems. The Security Task Leader will work with the Project Manager to
define the internal and external risks with suggestions on how to mitigate these risks,
including the monitoring of the Contractor’s Schedule. The Security Task Leader shall
participate in meetings as required and shall be assigned to the project 100% of the time
through the completion of the Existing Systems Transition work and IASS System
Availability Test (SAT).
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.31
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
If the Offeror intends to separate security tasks by IASS sub-system (ACS, DVMS,
Badging, Alarm Monitoring, etc.), separate sub-task leaders shall be identified with
resumes provided for each individual.
3.
Scheduling Representative: The Scheduling Representative will create, maintain, and
update the Contractor’s Schedule as well as provide the required update documents to
the MAA. The Scheduling Representative shall participate in scheduling/coordination
meetings as required and will be made available as needed through the completion of the
project. See SP-8.03 for additional requirements.
4.
Safety Manager: The Contractor’s Safety Manager will create and maintain the
Contractor’s Accident Prevention/Safety Plan. He/she will provide safety management
and reporting for the Contractor’s personnel and subcontractors. See SP-6.04 for
additional requirements. The Safety Manager shall be onsite until after system final
acceptance or until all contract personnel have left the site.
5.
Project Executive: The role of the Project Executive is to act as a facilitator regarding
additional resources and resolving issues. This executive position from the Contractor
represents the Contractor’s commitment to provide leadership and access to the
Contractor’s resources worldwide as required through the course of this project which
will contribute to a cost effective, productive, and smooth implementation. The Project
Executive shall be an employee of the Offeror (prime participant).
The Offeror’s response to the RFP shall note either acceptance or exception to the following
project personnel requirements:
Personnel Availability: Individuals proposed by the Offeror and accepted by the MAA as
personnel for this Contract are expected to remain dedicated to the project for the life of the
Contract.
Substitution of Personnel: In the event a key staff person becomes unavailable for continuation
of the work assignment, they shall be replaced with personnel of equal ability and qualifications.
Any changes to designated key staff personnel shall require the prior written approval of the
MAA. If acceptable, changes shall be effected without additional cost to the MAA, and without
formal modification of the Contract.
Replacement of Personnel: Any selected Contractor’s team employee whose service is deemed
unsatisfactory for any reason by the MAA shall be immediately removed from the project. Upon
written notification from the MAA, replacement personnel with equal ability and qualifications
shall be promptly offered by the Contractor for the MAA’s approval. The Contractor shall be
responsible for any cost arising from the action of the MAA relative to this requested action.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.32
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
Airport Security: Any member of the selected Contractor’s team requiring access to a Security
Identification Display Area (SIDA) or Air Operations Area (AOA) as part of his/her assigned
duties shall be subject to background checks, fingerprinting and other requirements as may be
determined by the MAA or the Federal Transportation Security Agency (TSA). Adherence to all
federal and state laws and regulations, and Airport regulations and policy regarding access to
certain airport areas is a requirement of this contract. Failure to comply with appropriate security
requirements may be grounds for loss of security access and/or contract termination.
G. General System Requirements
The Offeror’s response to the RFP shall provide the following information and/or note
exceptions to the following:
Business Functions: A complete business solution is required. If an Offeror has a solution for
only one of the applications identified or a module within an application, then the Offeror must
team with another party to provide a complete response to all functional requirements. The MAA
will only consider single prime contractor proposals for the IASS project.
System Integration: The MAA is seeking to obtain information regarding a packaged solution,
rather than custom-developed software. Applications should be implemented with minimal
customization to gain the efficiencies associated with proven products. Applications and
equipment should represent advanced but well-understood technologies, best practices, and be
consistent with the goals identified by the MAA. A Commercial-off-the-Shelf (COTS) solution
will be given preference over a unique or proprietary solution. Single vendor solutions or
solutions that have a proven track record of success at other airports of similar size are preferred.
Beta or test versions of systems and/or software will not be acceptable.
License Terms for Applications Software: The Offeror shall clearly identify all company or
vendor policies associated with their standard company license agreements and/or typical
contract terms and conditions for all applications products proposed.
Software Licensing: The selected Contractor shall be required to provide the MAA with a
physical individual or multi-user group license(s) for every software component in place at the
time of final installation. The MAA will not grant final systems acceptance until the selected
Contractor has completely fulfilled this condition.
Accessories and Incidental Work: Offerors are expected to include in their proposal all cabling,
racks, mounts, cabinetry and/or other network components necessary to upgrade, standardize,
and make readily identifiable and accessible all system components proposed. This includes all
system components that reside in the various terminal building and outbuilding IDFs, headend
equipment location (CDC Equipment Room), redundant headend and storage location
(Kauffman Building), as well as any other locations identified by MAA in this RFP.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.33
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
Technical Issues: The Resident Engineer (RE) shall be the sole point of contact directing the
successful Offeror as to the standards applicable to all hardware, operating systems and
applications.
System Availability: The system shall operate on redundant or fault tolerant systems/servers in
order to provide the required system availability (head-end) of 99.9 percent when measured on a
twenty four (24) hour per day, seven (7) day a week basis for three hundred sixty-five (365)
days. Processor, disk storage, and power supply redundancy may be required in order to achieve
the desired availability and protection of information. The system shall be configured such that
concurrently operating the system and running large reports will not adversely affect system
response time. The Offeror shall provide adequate system design and configuration data for the
proposed solution to quantifiably substantiate how the 99.9 percent availability requirement will
be achieved for each of the mission-critical functions. The MAA is defining availability as the
ability to conduct its business as usual. That is, any system errors that directly result in any
agency’s inability to conduct their normal business as usual will be classified as unavailable
time.
H. System Functional Requirements
The functional requirements indicated in the technical specifications and drawings define the
minimum feature set required by MAA. At a minimum, the Offeror shall complete the
compliance matrix provided at the end of each technical specification and shall provide narrative
evaluation information for the following systems or system components:
Specification 280708 – Controlled Access Security System (CASS)
System Requirements (1.16)
System Architecture (1.18)
Software Requirements (1.20)
System Interface Requirements (1.21)
Functional Requirements (1.22)
Application Design (1.23)
Operating System (1.24)
Client/Server Relational Database Management System (1.25)
Client/Server Architecture (1.26)
Migration and Upgrades (1.27)
Specification 280780 – Digital Video Management System (DVMS)
System Architecture and Components (2.1)
Material Requirements (2.2)
DVMS Processing Server (2.3)
Application/Control Server (2.4)
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.34
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
Video Server (2.5)
DVMS Software Requirements (2.7)
Remote Web Access (2.8)
Virtual Matrix Application Software (2.9)
Integration Requirements (2.10)
Virtual Matrix (2.11)
Workstation Requirements (2.12)
Video Server Software Requirements (2.13)
Specification 280781 – Storage Area Network (SAN)
Storage Area Network, Fiber Channel Type (2.2)
As applicable for each item, clearly describe and identify hardware components, software
functionality, and system support:
1. Proposed Hardware Components
a. Provide a graphical representation (block diagram) of the proposed hardware
solution(s), identifying all essential components of the system.
b. Identify those components of the proposed hardware solution(s) that address
hardware redundancy and the uninterrupted operation of the overall Visual
Surveillance System.
c. Indicate the hardware, software, and protocols for interfacing the new proposed
systems to the existing MAA communications and security systems.
d. Describe the technical underpinnings for software (hardware platform, operating
system, database, programming language, network protocol, etc.).
e. Explain how any current servers and communications hardware will be incorporated
in the deployment and implementation of new products (integration with existing
systems).
2. Software Functionality
a. Describe the processes and tools for system administration, network and security,
including:
1) data integrity controls
2) user access controls
3) backup and recovery
4) remote diagnostics
5) error alert, tracking, and notification
b. Provide an overview of the data structure of the software. Describe the approach to
and modeling capabilities for sizing the server platform(s), network (including
required bandwidth), and database.
c. Describe how the applications can be used as an efficient means of information
transfer between the MAA and other agencies (federal, state, and local)
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.35
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
d. Describe the user interface of the applications; sample screens and transaction
scenarios are desired.
e. Indicate what new applications releases are planned for the next two years.
f. Describe the standard and ad-hoc reporting features of the software.
g. Indicate how long old releases and/or associated hardware are supported; provide
specific details.
h. Describe the approach to achieve MAA Office of Security and TSA data retention
regulations and requirements along with the system’s ability to purge, archive, and
delete information.
3. System Support
a. Indicate the scope of implementation services you will provide relating to the
installation and operation the hardware and software products.
b. Clearly identify the extent of conversion, transition, and support services you will
provide during implementation and testing of the system. Also, specify the specific
services expected of MAA.
c. Outline a training plan for MAA OT staff that will enable them to support the system,
or provide an outsourcing solution. The plan for MAA OT staff must include all offsite courses and on-the-job training necessary.
d. Include optimum staffing levels, job descriptions, necessary knowledge or skills
required for long-term operations.
e. Provide a plan describing any user training that is included. The plan must provide
training that will enable MAA OT staff to be fully functional in the software.
The Offeror shall state any and all exceptions to the technical specifications or overall
proposed system architecture, as well as any proposed deviations from the stated
requirements.
Overall response to this section is limited to eighty (80) pages.
I. Transition and Cutover Plan and Approach
The Offeror shall provide a preliminary Transition/Cutover Plan outline, indicating strategies and
approaches that have been used successfully at other airport facilities of similar size. The
preliminary plan shall describe how the Offeror proposes to ensure a non-disruptive and
successful transition from the existing CCTV and CASS systems environment to the IASS
environment being provided under the terms of this contract. The Offeror shall provide both a
draft plan specific to the requirements of this contract and the general approach, tools and
methodologies towards systems migration in a security and life safety environment.
The Offeror shall provide an overall phasing plan for the terminal facility as well as specific
examples of individual portal and camera transition cutovers.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.36
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
A sample Final Testing and Acceptance (FTAA) plan shall be included as part of the overall
Transition/Cutover Plan outline. This sample plan shall identify typical components of the
proposed system and method or methods of testing.
Response to this section is limited to twenty (20) pages.
J. Maintenance Plan
The Offeror shall provide a sample Maintenance Plan indicating how the Offeror proposes to
meet all maintenance and help desk support services consistent with the requirements of the Part
III Technical Provisions contained in this RFP. The plan shall indicate how this will be achieved
during both the warranty and post-warranty periods. Indicate whether similar services are
provided for other airport clients, and if so, where. Describe and provide samples of typical
documentation, reporting, and online/help-desk assistance provided.
The Offeror shall indicate what, if any, transition measures will be required in regards to
maintenance and warranty issue responses between MAA-CO-10-005 and MAA-MC-10-011.
Response to this section is limited to ten (10) pages.
K. Configuration Management
The Offeror shall describe the proposed approach to software upgrade releases and patch
management. Include descriptions of the following:
1. Capability to control multiple versions of source components and data as they are moved
from the development environment through the test environment to the production
environment.
2. Testing protocols for both standard and critical upgrade/patches within test environment.
3. Typical schedules (timeframe) for taking standard and critical upgrade/patches from test
environment to production environment.
4. Promotion mechanism to move components from one environment to another.
5. Mechanism for reverting to a previous release.
6. Audit trails per release.
7. Reporting on releases.
8. Downtime required for new release implementation.
9. Contractor “no charge” and “charge” assistance for release and patch management.
Describe the proposed software’s capability around product life cycle management. Describe the
release strategy for product upgrades (both major and minor), major revisions and maintenance
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.37
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
and bug fixes. Also address the timeframes between major product releases and minor product
releases. Specify the amount of time that previous versions remain supported.
Describe any dependencies of the proposed software on other software (e.g. operating system
platform requirements and compatibility) and other software versions/releases within the
proposed configuration. Describe the capability of the proposed software to validate versions.
Describe how the proposed software ensures functionality by monitoring, identifying and
validating the environment integrity prior to and during program execution.
Describe the tools available to enable automated distribution of data and software to the
workstations and servers. Describe how it works with other standard software distribution tools.
Response to this section is limited to four (4) pages.
L. Economic Benefits to the State
The Offeror shall describe the benefits that will accrue to the economy of the State of Maryland as a
direct or indirect result of the Offeror’s performance of the contract resulting from this RFP. The
Offeror will take into consideration the following elements. Do not include any Price details with
this technical information.
The estimated percentage of contract dollars to be recycled into Maryland’s economy in support of
the contract, through the use of Maryland subcontractors, suppliers, and joint venture partners shall
be indicated. Offerors should be as specific as possible and provide a percentage breakdown of
expenditures in this category.
The estimated number and types of jobs for Maryland residents resulting from this contract shall be
indicated. Indicate job classifications, number of employees in each classification, the aggregate
Maryland payroll percentages to which the Offeror has committed at both prime, and if, applicable,
subcontract levels.
Estimated Tax revenues to be generated for Maryland and its political subdivisions as a result of this
contract shall be indicated. Indicate tax category (sales tax, inventory taxes, and estimated personal
income taxes for new employees). Provide a forecast of the total tax revenues resulting from the
contract.
The estimated percentage of subcontract dollars committed to Maryland small businesses and MBE
shall be provided.
In addition to the factors listed above, the Offeror should explain any other economic benefit to the
State of Maryland that would result from the Offeror’s proposal.
Response to this section is limited to four (4) pages.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.38
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
M. Confidentiality of Proposal
Offerors must specifically identify those portions of their proposals, if any, which they deem to
contain confidential, proprietary, commercial, or financial information or trade secrets and must
provide justification why such materials, upon request, should not be disclosed by the State under
the Maryland Public Information Act, Section 10-611, et seq., of the State Government Article of
the Annotated Code of Maryland. Portions of proposals identified as confidential or proprietary
shall be readily separable from the proposal in order to facilitate any public inspection of the nonconfidential portion of the proposal after award of the contract. A blanket statement declaring the
entire proposal confidential is not acceptable. All replies shall comply with MAA Security Secure
Sensitive Information (SSI) requirements.
N. Minority Business Enterprise (MBE) Subcontractors
The Offeror shall identify certified MBE(s) firms proposed to attain the MBE subcontractor
participation goal, and the type of work to be performed under this Contract.
Certified MBE Utilization and Fair Solicitation Affidavit
MBE Participation Schedule
Outreach Efforts Compliance
MBE Subcontractor Project Participation
Refer to RFP Volume II, Part V – Bid/Proposal Forms; failure to submit the required MBE
documents will be cause for the Price Proposal to be considered not reasonably susceptible for
award of this contract.
O. Bid/Proposal Affidavit
Refer to RFP Volume II, Part V – Bid/Proposal Forms
P. Small Business Reserve Affidavit
MAA-CO-10-005 – Not Applicable for this contract
MAA-MC-10-011 – Not Applicable for this contract
Q. Living Wage Affirmation Affidavit
MAA-CO-10-005 – Not Applicable for this contract
MAA-MC-10-011 – Refer to RFP Volume II, Part V – Bid/Proposal Forms
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.39
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
GI-1.08.2
Volume II – Price Proposal/Offer Content Requirements
The Offeror price proposal shall follow the required format and must address the following content
requirements, as described below.
Price Proposal/Offers will not be reviewed and ranked until after ranking of the Technical Proposals
is complete. The Panel may again decide to conduct discussions with Offerors deemed
reasonably susceptible for award of this contract.
A. Title Page
The proposal should begin with a title page bearing the name and address of the Offeror and the
name and project number of this RFP.
B. Table of Contents
Insert a Table of Contents immediately following the Title Page, indicating each of the items
included in Volume II.
C. Bid/Proposal Forms
Include only those Sections, including any Attachments, marked for inclusion in Volume II - Price
Proposal/Offer. Those Sections include the following:
Bid Bond (Section S)
Affidavit of Surety – Attachment A
Surety Affidavit – Attachment B
Acceptability of Individual Surety Bonds – Attachment C
Bid/Proposal Affidavit
Certified MBE Utilization and Fair Solicitation Affidavit (Section N)
Certified MBE Utilization and Fair Solicitation Affidavit – Form A
MBE Participation Schedule – Form B
Outreach Efforts Compliance Statement – Form C
MBE Subcontractor Project Participation Affidavit – Form D
Small Business Reserve Affidavit
Maryland Living Wage Requirements Affidavit of Agreement (Section T)
Bid/Proposal Forms
MAA-CO-10-005
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.40
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
MAA-MC-10-011
a. Offerors should submit their best offer in the Price Proposal/Offer, and the MAA
reserves the right to accept these offers as best and final. Offerors should not count on
separate best and final offers to occur later in the procurement process.
b. All addenda should be acknowledged by Offeror in the Technical Proposal/Offer.
Failure to acknowledge receipt of addenda does not relieve the Offeror from
complying with all terms of any such amendments.
c. Offerors should submit their Price Proposal/Offer on the forms provided in accordance
with instructions provided.
D. Financial Responsibility
Capacity: The Offeror is required to affirm in writing that it is a financially responsible entity and
has the capacity and capability to execute the work in accordance with the requirements in this RFP
and the resultant contract. Offeror shall submit a letter from a surety company stating its
bondability.
Insurance: The Offeror is required to certify in writing its ability to provide the insurance required
by the Contract. Evidence may also be in the form of its current, signed certificate of insurance,
issued by a firm licensed to do business in the State of Maryland, confirming that it carries the
coverage in each of the areas required at the time of contract award.
Additional Evidence: The Procurement Officer reserves the right to request Offerors to provide
additional evidence of financial stability.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.41
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
GI-1.09 Errata for Interim Standard Provisions Addendum
NOTICE TO CONTRACTORS: The following changes to the document titled “INTERIM
STANDARD PROVISIONS ADDENDUM (ISPA) to the STANDARD PROVISIONS FOR
CONSTRUCTION CONTRACTS, VOLUME I, December 1993” shall be incorporated
into this contract as described below.
ISPA Article SP-6.07 Safety Hazards in Confined Spaces: Remove Article SP-6.07, titled
“Safety Hazards in Confined Spaces,” in its entirety and replace with the following:
SP-6.07 Safety Hazards in Confined Spaces
A. The Contractor shall comply with the following, including all appendices, when
entering any confined space on Maryland Aviation Administration (MAA) property.
1.
U.S. Department of Labor Occupational Safety and Health Administrations Standards
OSHA 29 CFR 1910.146, ‘Permit-Required Confined Spaces’ and OSHA 29 CFR
1926, ‘Safety and Health Regulations for Construction.’
2.
The Maryland Occupational Safety and Health (MOSH) requirements of COMAR
09.12.35.
B. Definitions
1.
Acceptable entry conditions. The conditions that must exist in a permit space to allow
entry and to ensure that employees involved with a permit-required confined space
entry can safely enter into and work within the space.
2.
Attendant. An individual stationed outside one or more permit spaces who monitors
the authorized entrants and who performs all attendant duties assigned in the MAA
permit space program.
3.
Authorized entrant. An employee who is authorized to enter a permit space.
4.
Blanking or blinding. The absolute closure of a pipe, line, or duct by the fastening of a
solid plate (such as a spectacle blind or a skillet blind) that completely covers the bore
and that is capable of withstanding the maximum pressure of the pipe, line, or duct with
no leakage beyond the plate.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.42
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
5.
"Confined space" is a space that:
a.
Is large enough and so configured that an employee can bodily enter and perform
assigned work; and
b.
Has limited or restricted means for entry or exit (for example, tanks, vessels, silos,
storage bins, hoppers, vaults, and pits are spaces that may have limited means of
entry); and
c.
Is not designed for continuous employee occupancy.
6.
Completion: End of a given task.
7.
Double block and bleed. The closure of a line, duct, or pipe by closing and locking or
tagging two in-line valves and by opening and locking or tagging a drain or vent valve
in the line between the two closed valves.
8.
Emergency. Any occurrence (including any failure of hazard control or monitoring
equipment) or event internal or external to the permit space that could endanger
entrants.
9.
Engulfment. The surrounding and effective capture of a person by a liquid or finely
divided (flowable) solid substance that can be aspirated to cause death by filling or
plugging the respiratory system or that can exert enough force on the body to cause
death by strangulation, constriction, or crushing.
10. Entry. The action by which a person passes through an opening into all confined space.
Entry includes ensuing work activities in that space and is considered to have occurred
as soon as any part of the entrant's body breaks the plane of an opening into the space.
11. Entry permit (permit). The written or printed document that is provided to allow and
control entry into a permit space.
12. Entry Supervisor. The person responsible for determining if acceptable entry
conditions are present at a permit space where entry is planned, for authorizing entry
and overseeing entry operations, and for terminating entry as required by this section
(Note: An entry supervisor also may serve as an attendant or as an authorized entrant,
as long as that person is trained and equipped as required by this section for each role
he or she fills. Also, the duties of entry supervisor may be passed from one individual
to another during the course of an entry operation).
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.43
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
13. Hazardous atmosphere. An atmosphere that may expose employees to the risk of
death, incapacitation, and impairment of ability to self-rescue (that is, escape unaided
from a permit space), injury, or acute illness from one or more of the following causes:
a.
Flammable gas, vapor, or mist in excess of 10 percent of its lower flammable
limit (LFL);
b.
Airborne combustible dust at a concentration that meets or exceeds its LFL (Note:
This concentration may be approximated as a condition in which the dust
obscures vision at a distance of 5 feet (1.52 m) or less).
c.
Atmospheric oxygen concentration below 19.5 percent or above 23.5 percent;
d.
Atmospheric concentration of any substance for which a dose or a permissible
exposure limit is published in the OSHA General Industry Standard Subpart G
and Subpart Z, Toxic and Hazardous Substances, which could result in employee
exposure in excess of its dose or permissible exposure limit (Note: An
atmospheric concentration of any substance that is not capable of causing death,
incapacitation, impairment of ability to self-rescue, injury, or acute illness due to
its health effects is not covered by this provision).
e.
Any other atmospheric condition that is immediately dangerous to life or health.
(Note: For air contaminants for which OSHA has not determined a dose or
permissible exposure limit, other sources of information, such as Material Safety
Data Sheets that comply with the Hazard Communication Standard published
information, and internal documents can provide guidance in establishing
acceptable atmospheric conditions).
14. Hot work permit. A permit allowing employees to perform work involving welding,
cutting, or any task that would deplete oxygen, create toxic fumes and vapors, or create
the potential for fire or explosion. MAA’s BWI Airport Fire and Rescue Department is
the Authorizing Authority.
15. Immediately dangerous to life or health (IDLH). Any condition that poses an
immediate or delayed threat to life or that would cause irreversible adverse health
effects or that would interfere with an individual's ability to escape unaided from a
permit space.
16. Inerting. The displacement of the atmosphere in a permit space by a noncombustible
gas (such as nitrogen) to such an extent that the resulting atmosphere is
noncombustible. (Note: This procedure produces an IDLH oxygen-deficient
atmosphere).
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.44
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
17. Isolation. The process by which a permit space is removed from service and
completely protected against the release of energy and material into the space by such
means as: blanking or blinding; misaligning or removing sections of lines, pipes, or
ducts; a double block and bleed system; lockout or tagout of all sources of energy; or
blocking or disconnecting all mechanical linkages.
18. Line breaking. The intentional opening of a pipe, line, or duct that is or has been
carrying flammable, corrosive, or toxic material, an inert gas, or any fluid at a volume,
pressure, or temperature capable of causing injury.
19. Non-permit confined space. A confined space that does not contain or, with respect to
atmospheric hazards, have the potential to contain any hazard capable of causing death
or serious physical harm.
20. Oxygen deficient atmosphere. An atmosphere containing less than 19.5 percent
oxygen by volume.
21. Oxygen enriched atmosphere. An atmosphere containing more than 23.5 percent
oxygen by volume.
22. Permit-required confined space (permit space). A confined space that has one or
more of the following characteristics:
a.
b.
c.
d.
Contains or has a potential to contain a hazardous atmosphere;
Contains a material that has the potential for engulfing an entrant;
Has an internal configuration such that an entrant could be trapped or asphyxiated
by inwardly converging walls or by a floor which slopes downward and tapers to
a smaller cross-section; or
Contains any other recognized serious safety or health hazard.
23. Permit-required confined space program (permit space program). The MAA
overall program for controlling, and where appropriate, for protecting employees from
permit space hazards and for regulating employee entry into permit spaces.
24. Permit system. The MAA written procedure for preparing and issuing permits for
entry and for returning the permit space to service following termination of entry.
25. Prohibited condition. Any condition in a permit space that is not allowed by the
permit during the period when entry is authorized.
26. Rescue service. The personnel designated to rescue employees from permit spaces.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.45
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
27. Retrieval system. The equipment (including a retrieval line, chest or full-body harness,
wristlets, if appropriate, and a lifting device or anchor) used for non-entry rescue of
persons from permit spaces.
28. Standby Rescue Team. Designated rescue personnel that are on site at all times during
permit required entries, and are trained to the OSHA requirements for Confined Space
Rescue.
29. Testing. The process by which the hazards that may confront entrants of a permit space
are identified and evaluated. Testing includes specifying the tests that are to be
performed in the permit space (Note: Testing enables employers both to devise and
implement adequate control measures for the protection of authorized entrants and to
determine if acceptable entry conditions are present immediately prior to, and during,
entry).
C. The Contractor shall include his confined space entry program as part of the overall
safety program and shall include the following:
1.
Contactors shall follow, as applicable, OSHA 29 CFR 1910.146, “Permit-Required
Confined Spaces” and OSHA CFR 1926, “Safety and Health Regulation for
Construction,” and the Code of Maryland (COMAR) 09.12.35, “Maryland
Occupational Safety and Health Standards for Confined Spaces” when entering any
confined space on Maryland Aviation Administration property.
2.
Contractors who are required to enter into any confined space on MAA property shall
be required to have successfully completed an OSHA compliant Confined Space Entry
training course on Permit and Non-Permit entries prior to performing this task.
3.
Contractors entering confined spaces on MAA property at BWI Marshall shall notify
all entries in advance through BWI Airport Fire & Rescue Department On-Duty
Division Chief of Operations, 410-859-7709.
4.
Contractors entering confined spaces on Martin State Airport (MTN) property shall
schedule all entries in advance with the MTN Operations Center, 410-682-8831.
5.
Contractors shall provide their own STANDBY Rescue Team for all Immediately
Dangerous to Life and Health (IDLH) permit required confined spaces.
6.
Contractors shall be required to have rescue equipment and personnel trained in
confined space rescue on site and in place to perform rescue during IDLH permit
required confined space entries on MAA property.
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.46
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
7.
Contractors shall be required to have a communications device capable of notifying the
emergency services at BWI Marshall (410-859-7222) or emergency services at Martin
State Airport (911) in the event of a fire, medical emergency or confined space rescue
incident.
8.
In instances where MAA and Contractor employees are working simultaneously as
authorized entrants in a permit space, the Contractor shall coordinate entry operations
with the Engineer, MAA’s Office of Maintenance and Utilities and MAA’s Employee
Risk Management Coordinator so that MAA and Contractor employees do not
endanger each other.
9.
The Contractor’s Entry Supervisor shall be required to use and fill out the appropriate
MAA confined space forms listed below. All forms listed below shall be used for all
confined space entries on MAA property. Forms are attached.
a.
MAA-017 B – Confined Space Evaluation Form
This is to determine Permit or Non-Permit Required Confined Space.
b.
MAA-017 C – Confined Space Entry Permit (Contractor may substitute his
own form if it contains the same information). The permit shall be on location at
all times during entry.
c.
MAA-017 F – Confined Space Entry Critique/Review Form. This form shall
be used after each confined space entry on MAA property.
d.
MAA-27 A – BWI Airport Welding & Burning Permit (MAA’s BWI Airport
Fire & Rescue Department is the Authorizing Authority). This form shall be used
during any hot work, following FRD’s policy.
e.
MAA-27 B – Martin State Airport Welding & Burning Permit (MAA’s BWI
Airport Fire & Rescue Department is the Authorizing Authority). This form shall
be used during any hot work, following FRD’s policy.
10. The Entry Supervisor shall forward all completed forms to the Division of Employee
Risk Management within 24 hours of the completion of the entry, FAX is acceptable.
MAA Division of Employee Risk Management
P.O. Box 8766
BWI Airport, MD 21240
410-859-7509 (Phone)
410-859-7114 (Fax)
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.47
Request for Proposals
General Information
SENSITIVE SECURITY INFORMATION
WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR parts 15 and 1520. No part of this record
may be disclosed to persons without a “need to know”, as defined in 49 CFR parts 15 and 1520, except with the written permission of the
Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil
penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 and 49 CFR parts 15 and 1520.
MAA-CO-10-005 and MAA-MC-10-011
Integrated Airport Security System (IASS)
BWI Thurgood Marshall Airport
GI.48
Request for Proposals
General Information