Active SLED Opportunity · OHIO · GREATER DAYTON REGIONAL TRANSIT AUTHORITY
AI Summary
The Greater Dayton Regional Transit Authority seeks proposals for the 600 Longworth Garage Door Project involving installation and maintenance of bi-parting garage doors compatible with 480v 3-phase power. Proposals will be evaluated on design, experience, and schedule. Multiple certifications and compliance documents are required.
The Greater Dayton Regional Transit Authority (RTA) is soliciting proposals for 600 Longworth Garage Door Project.
The current door manufacturer is not certain, but the current garage doors operators at both the entrance and exit doors are OSCO Model GSL Bi-Parting Doors. These doors have worked very well for approximately 50 years. The bi-parting door design works extremely well for transit bus operations as compared to a roll up type door. To the best of my knowledge, these doors have never been hit by a bus entering or exiting the garage. The doors completely open in 15 seconds, stay open for 30 seconds and close completely in 15 seconds. There are approximately 250-300 openings and closings daily for each set of doors, entrance and exit, making it about 110,000 cycles per year per door. The current doors are operated with 480v 3 phase electric and are tied into RTA’s backup generator and the new door systems should operate on 480 3 phase electricity.
This section evaluates how well the proposer plans, structures, and executes the work required in the scope. It focuses on three integrated elements:
Overall, this criterion measures the understanding of the project, feasibility and soundness of the proposed solution, and the likelihood of successful, timely, and compliant performance.
This section evaluates the proposer's demonstrated ability to successfully perform the work based on their organizational capacity, personnel credentials, and relevant past performance. This criterion considers the firms experience with projects of similar size, scope, and complexity, particularly in comparable industries or regulatory environments. The qualifications of key personnel, including education, certifications, technical expertise, and defined roles on the project.
Overall, this criterion measures the degree to which the proposer brings proven expertise and a capable team, reducing performance risk and increasing the likelihood of successful project delivery.
This section evaluates the proposer's ability to plan and deliver the work within a required timeframe through a clear, realist, and well-structured schedule. This criterion considers the completeness and logic of the proposed schedule, including key milestones, deliverable, sequencing of activities, the feasibility of the timeline, and the ability to meet critical deadlines, particularly for time-sensitive tasks.
Overall, this criterion measures how effectively the proposer demonstrates control over project timing and their capacity to deliver services on schedule without compromising quality or compliance.
The proposal submitted by your firm shall be organized in conformance with the following format:
Cover Letter
Executive Summary
The purpose of the Executive Summary is to provide a brief description of the proposal to the Selection Committee members.
Background and Experience
This section should include a description of the company's background, experience and prior work in the related field.
Personnel
This section will address the training requirements, certifications, educational requirements and the prior work experience of the personnel that will be assigned to RTA’s account if you are awarded the contract.
DBE Participation
This section should provide a description of all DBE participation as it relates directly to this procurement, should it be awarded to your firm.
References
Provide the names, addresses, telephone numbers, facsimile numbers and email addresses, and a point of contact for five (5) firms for which you are currently providing services of a similar nature as required by the RTA.
Cost and Pricing
This section shall contain cost and pricing information.
The proposal submitted by your firm shall be organized in conformance with the following format:
Cover Letter
Executive Summary
The purpose of the Executive Summary is to provide a brief description of the proposal to the Selection Committee members.
Background and Experience
This section should include a description of the company's background, experience and prior work in the related field.
Personnel
This section will address the training requirements, certifications, educational requirements and the prior work experience of the personnel that will be assigned to RTA’s account if you are awarded the contract.
DBE Participation
This section should provide a description of all DBE participation as it relates directly to this procurement, should it be awarded to your firm.
References
Provide the names, addresses, telephone numbers, facsimile numbers and email addresses, and a point of contact for five (5) firms for which you are currently providing services of a similar nature as required by the RTA.
**DO NOT INCLUDE COST INFORMATION IN THIS PROPOSAL. ANY PROPOSER WHO SUBMITS PRICING INFORMATION WILL BE CONSIDERED UNRESPONSIVE**
By submitting a proposal, the individual submitting is confirming that they are authorized to do so on behalf of the Company named in the Proposal.
By confirming, contractor agrees and complies with the Federal Clauses the apply to this procurement.
Please submit the NAICS codes that apply organization. This helps ensure we pre-invite you to future solicitations related to those codes.
Please upload your firm's W-9.
Please upload a screenshot from SAM.gov website to confirm that your company has no active exclusions. To get to the correct page go to sam.gov/content/home then click on the "Search" tab. After this, under "Select Domain" you can select "Entity Information." This is the page where you will be able to search you organization and take a picture of your screen and then upload the picture under this requirement.
Companies doing business with RTA must be licensed to do business in the State of Ohio or covenant to obtain such qualification prior to award of the contract. To meet this requirement, Contractors must submit a copy of their Certificate of Good Standing with their bid or proposal. Certificates of Good Standing can be obtained through the Ohio Secretary of State website here: https://ohio.gov/business/resources/certificates-of-good-standing
In addition, the Contractor may be required, upon request, to prove that they have the skill and experience and the necessary facilities and financial resources to perform the contract in a responsible and satisfactory manner.
The Affirmative Action Assurance Program (AAAP) is a management tool designed to ensure equal employment opportunities. It should include efforts required to remedy all effects of discriminatory patterns and practices impacting women and minorities.
Only awarded vendors with 50 or more employees with a contract that exceeds $100,000 or more are required to apply for AAA certification.
To receive an Affirmative Action Assurance (AAA) Certification, vendors must first log onto the City of Dayton’s vendor certification portal, CityBOTS (www.citybots.com) and complete the online AAA form. To obtain CityBOTS login credentials, vendor must go to www.citybots.com, click the “Request Login” button, and follow the instructions. (If vendor’s Tax ID number does not exist in the City of Dayton’s CityBOTS database, they will need to contact the HRC’s Business & Technical Assistance team at bta@daytonohio.gov or call (937) 333-1430.
Please submit a copy of AAA Certificate supplied through CityBOTS. If approval email has not been received yet, submit a document stating that the application is pending approval. A copy of the certification must be received by RTA prior to award.
By confirming, contractor agrees and complies with the minimum insurance requirements per the General Terms and Conditions in attachment B.
Certificates of Liability Insurance are required to be provided at the time of award.
All materials, specialties, equipment, parts and accessories supplied by the Contractor shall be of the same design and model as all equipment purchased under this specification. The Contractor shall assume all responsibility for these materials, specialties, parts, equipment and accessories whether manufactured by the Contractor or purchased by him from another source.
All specialties, parts, equipment or accessories that prove to be defective in normal operation within the above referenced period shall be replaced or repaired by the Contractor free of all cost to the RTA, including all materials, labor and transportation costs. Transportation of warranty replacement parts shall be by the fastest means possible, including airfreight if the part is of a size that can be reasonably shipped via airfreight.
By confirming, contractor agrees and complies with the warranty clause.
If the offeror is a DBE or is utilizing DBE subcontractors, please complete the attached form.
NOTICE: Document links only work in browser
Contractors shall submit an affidavit stating that neither the submitting party nor its agents, nor any other party on its behalf, has paid or agreed to pay, directly or indirectly, any person, firm, or corporation, any money or valuable consideration for assistance in procuring or attempting to procure the contract that may result from this solicitation, and further agrees that no such money or consideration will be hereafter paid.
Please download the below documents, complete, and upload.
NOTICE: Document links only work in browser
Contractors shall submit to the RTA's Chief Financial Officer, a statement affirmed under oath that the person with whom the contract is to be made was not charged at the time the bid or proposal was submitted with any delinquent personal property taxes on the general list of personal property of any county in which the taxing district has territory or that such person was charged with delinquent personal property taxes on any such tax list, in which case the statement shall also set forth the amount of such due and unpaid delinquent taxes and any due and unpaid penalties and interest thereon. If the statement indicates that the taxpayer was charged with any such taxes, a copy of the statement shall be transmitted by the Chief Financial Officer to the county treasurer within 30 days of the date it is submitted.
Please download the below documents, complete, and upload.
NOTICE: Document links only work in browser
Please download the below documents, complete, and upload.
NOTICE: Document links only work in browser
For information on requirements, please see Terms and Conditions and Federal Clauses.
Please download the below documents, complete, and upload.
NOTICE: Document links only work in browser
Please download the below documents, complete, and upload.
NOTICE: Document links only work in browser
Please download the below documents, complete, and upload.
NOTICE: Document links only work in browser
Please download the below documents, complete, and upload.
NOTICE: Document links only work in browser
Please download the below documents, complete, and upload.
NOTICE: Document links only work in browser
For any additional information requested or required by any of your previously provided answers please upload that additional documentation here.
What is the DBE Goal for this contract?
Please specify the numeric percent (ex: 5, 10, 15).
DO NOT USE THE % SIGN
This question helps determine which submissions, insurance, and FTA Clauses apply.
Professional services are services that provide expertise or a service rather than a physical product.
Transportation operations is the management of transportation services including busing, paratransit and any other form of public transit.
Materials & Supplies are physical goods. If minor installation or maintenance is included, the solicitation should still be classified as materials and supplies.
What type of Contract pricing will be used for this contract?
If this is a Two-Step or Qualifications-based, all pricing submittals will be excluded and a clause stating that including pricing in a proposal is grounds to exclude a proposal from consideration.
This question also determines the Proposal Selection process details in the instructions
What is the initial term of the contract that you wish to state in the RFP? State in written and numerical number of months.
EXAMPLE (12 months):
twelve (12) months
What is the duration of contract, including any optional extensions, that you wish to state in the RFP? State in number of months, written and numerical.
EXAMPLE (60 months):
sixty (60) months
Do you wish to use the electronic pricing table within OpenGov for this procurement?
Buy America applies to all procurements over $150,000 that are related to the purchase of manufactured goods.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.