Active SLED Opportunity · CALIFORNIA · VTA PURCHASING

    Professional A&E Services for the New Operations Control Center at VTA Almaden Headquarters

    Issued by Vta Purchasing
    localRFPVta PurchasingSol. 243117
    Open · 14d remaining
    DAYS TO CLOSE
    14
    due May 7, 2026
    PUBLISHED
    Mar 27, 2026
    Posting date
    JURISDICTION
    Vta Purchasing
    local
    NAICS CODE
    541310
    AI-classified industry

    AI Summary

    VTA seeks qualified firms for engineering design services for a new Operations Control Center at Almaden HQ in San Jose, CA. The project involves design and coordination for a state-of-the-art transportation control center with a focus on SCADA system replacement and urban construction management. Proposals are due by May 7, 2026.

    Opportunity details

    Solicitation No.
    243117
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 27, 2026
    Due Date
    May 7, 2026
    NAICS Code
    541310AI guide
    Jurisdiction
    Vta Purchasing
    Agency
    Vta Purchasing

    Description

    Santa Clara Valley Transportation Authority (VTA) seeks proposals from responsive and responsible qualified firms to provide engineering design services for the New Operations Control Center ("OCC") at the VTA Almaden Headquarters and further described in the Scope of Work.

    The new OCC to be located on the 11th floor of the Almaden HQ building will support both light rail as well as bus operations. Portion of the 11th floor of the Almaden HQ building will be also used by VTA’s Express Lanes Traffic Operations Center (TOC design & construction by others). The gross area of the 11th floor is about 25,000 sf out of which OCC will have 19,000 sf and TOC will have 6,000 sf. Once VTA board approves the contract between VTA and the design consultant (Contractor) for the new OCC, VTA will share the existing drawings for the Almaden HQ along with the proposed improvements & schedule to accommodate VTA staff on floors 11-17.

    Background

    VTA will replace the existing Supervisory Control and Data Acquisition (“SCADA”) system and Operations Control Center with a new state of the art Operations Control Center (“OCC”).   The new OCC/SCADA will be located in VTA’s new headquarters building (“Almaden HQ”) located at 488 S. Almaden Boulevard in downtown San Jose, California. VTA staff will occupy floors 11 – 17 at the Almaden HQ. Currently, all listed floors in the Almaden HQ are going through renovations. Move-in/Occupancy by VTA staff to Almaden HQ floors 12-17 is scheduled for December 2026.

    Project Details

    • Reference ID: S26001
    • Department: Engineering and Program Delivery
    • Department Head: Casey Emoto (Chief Engineering and Program Delivery Officer)

    Important Dates

    • Questions Due: 2026-04-15T23:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-09T17:00:00.000Z — Virtual Pre-Proposal Conference through Microsoft Teams: https://teams.microsoft.com/meet/25216870252082?p=nvYs7mqlsbPBuBXmVp +1 408-889-1601 United States, San Jose Conference ID: 141 650 397#

    Addenda

    • Official Notice #1: Pre-proposal Conference: Presentation and Attendee Lists (released 2026-04-10T15:08:29.576Z) —

      See attached:

      • Pre-proposal conference presentation slides
      • Pre-proposal confeence attendee list
      • Site visit attendee list

    Evaluation Criteria

    • Qualifications (20 pts)

      The Proposer demonstrating through its Proposal its qualifications to perform the Scope of Work and its experience in successful delivery and performance of comparable work on comparable projects, including demonstrated capability and experience in:

            1. Technology oriented and based close reference to transportation-oriented operation command and control center projects including supervisory control data acquisition systems.
            2. Coordinating effectively with the project owner and multiple external stakeholders and third parties to support successful delivery of comparable projects. For the purposes of this evaluation criteria, "external stakeholders and third parties" refers to the applicable operating entity or department, Class 1 railroads, local jurisdictions, public and private utility owners, the California Public Utilities Commission ("CPUC") and other regulatory agencies, and other third parties and external stakeholders with jurisdiction over or an interface with, the applicable project. 5-10 years’ experience involving coordination with Authority Having Jurisdictions (“AHJ”) or entities comparable in scope is particularly relevant and is preferred.
            3. Managing construction interfaces and construction impacts in a dense urban environment when delivering a comparable project, including experience coordinating and liaising with the surrounding community.  
            4. Collaborating and coordinating effectively with other interfacing contractors and consultants when performing comparable work on a comparable project.
    • Staffing and Project Organization (20 pts)
            1. Proposer team. The Proposer demonstrating through its Proposal a cohesive team with a clear and effective division of responsibility between the Proposer Members (if applicable) and between the Proposer and the proposed Subcontractors to support successful delivery of the Scope of Work. Demonstrated experience of Proposer and/or of Proposer Members  (if applicable) and the proposed Subcontractors working together performing comparable work on comparable projects is preferred.
            2. Key Personnel experience, capability, and qualifications. The Proposer demonstrating through its Proposal the capability, experience, and qualifications of its nominated key personnel necessary to satisfy the minimum requirements for Key Personnel under the Scope of Work and to successfully deliver the Scope of Work ("Key Personnel"). Demonstrated experience of Key Personnel successfully working together performing comparable work on comparable projects is preferred.
            3. Organizational and management structure. The Proposer demonstrating through its Proposal a well-defined and appropriately-resourced organizational management structure that: (A) supports effective communication and issue resolution, (B) incorporates those Key Personnel and other personnel that bring relevant experience from comparable projects (including from the Reference Projects), best practices, and lessons learned, and allocates those Key Personnel and other personnel to those roles that enable them to utilize that experience and those best practices and lessons learned to support successful delivery of the Scope of Work, (C) demonstrates the Proposer's understanding of the Scope of Work, including the schedule for the Scope of Work, and (D) demonstrates the adequacy of the labor commitment for the Scope of Work, including taking account of the requirements to scale-up and/or scale-down the labor commitment according to the phasing of the Scope of Work.
    • Work Plan and Approach / Project Understanding / Schedule (30 pts)
            1. Project Understanding. The Proposer demonstrating through its Proposal a clear understanding of Contract requirements and the risks, challenges, and opportunities for the Project and how, by reference to specific examples, the Proposer's experience delivering comparable work on comparable projects (including the Reference Projects) will be utilized to address those risks, challenges, and opportunities when performing the Scope of Work.
            2. Work Plan. The Proposer demonstrating through its Proposal a well-defined and credible work plan for delivering the Scope of Work that: (A) aligns with the Contract requirements and Project objectives, (B) supports timely delivery of the Scope of Work in accordance with the defined milestones, (C) manages and mitigates risks to the Project, (D) establishes clear communication, coordination, and issue resolution protocols supporting productive working relationships between the Proposer and VTA, interfacing contractors and consultants, and external stakeholders, and (E) incorporates, by reference to specific examples, best practices and lessons learned from the Proposer's experience delivering comparable work on comparable projects (including the Reference Projects).
            3. Quality Management. The Proposer demonstrating through its Proposal, a well-defined and credible approach to quality assurance and quality control during the performance of the Scope of Work.
            4. Technical Submittal. The Proposer demonstrating through its Proposal a well-defined and executable technical submittal for description of the part of the Scope of Work for which a technical submittal is required to be submitted and supports successful on-time and to-budget delivery of Project in accordance with the Contract requirements.
            5. Schedule. The Proposer demonstrating through its Proposal, a well-defined and executable schedule that supports successful on-time and on-budget delivery of Project in accordance with the Contract requirements.
    • Past Performance (20 pts)

      Past performance must demonstrate Proposer team's capability to deliver similar work successfully Submit 3–5 relevant project examples. Key components include client references, project descriptions, cost control, schedule adherence, and quality of work, highlighting measurable results to show value beyond just completing tasks.

    • Local Firm Preference (10 pts)

      In accordance with VTA Administrative Code, Section 9-11, Preference for Local Firms, 5 points will be awarded to a Proposal if at least fifty percent (50%) of the dollar value of services to be rendered under that Proposal will be performed by a local firm. An additional point will be awarded for each additional ten percent (10%) of the dollar value of services to be performed by a local firm, to a maximum point award of ten percent of total evaluation points.

    Submission Requirements

    • PROPOSAL (without Cost form) (required)

      Refer to Section 4. Proposal Submittals and Forms of the RFP for details on response requirements that are to be submitted in this response section, and upload your COMPLETE Proposal here. Upload cost proposal separately in the next step.

      Submit the following forms as part of your Proposal:

      PROPOSAL FORM 1A. PROPOSAL SUBMISSION AND PROPOSER GENERAL INFORMATION

      PROPOSAL FORM 3: DESIGNATION OF SUBCONTRACTORS

      PROPOSAL FORM 5: LITIGATION DISCLOSURE

      PROPOSAL FORM 6: GENERAL CERTIFICATIONS

      PROPOSAL FORM 7: NON-COLLUSION DECLARATION

      PROPOSAL FORM 8: REFERENCES

      PROPOSAL FORM 9: KEY PERSONNEL STATEMENT OF AVAILABILITY

      PROPOSAL FORM 10: DESIGNATION OF PROPOSER'S REPRESENTATIVE

      PROPOSAL FORM 11: LOCAL FIRM CERTIFICATION

      PROPOSAL FORM 12: DEBARMENT AND SUSPENSION CERTIFICATION

      PROPOSAL FORM 13: CERTIFICATION OF RESTRICTIONS ON LOBBYING

      PROPOSAL FORM 15: BIDDERS LIST

    • Separate Cost/Price Proposal (required)

      Proposers shall submit a Cost Proposal for the services requested in this RFP.

      Submit the following forms:

      PROPOSAL FORM 1B. COST PROPOSAL

      Confirm that your Cost Proposal is not attached in your Proposal (on the previous step) and is submitted separately here.

    • Bid Bond (required)

      Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of 10% of the total bid price, payable toSanta Clara Valley Transportation Authority, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price for a period of 60 days from the date of the bid opening.

      Please scan and upload a copy of your bid bond/cashier's check. Bidder must also MAIL bid guarantee with a postmarked date no later thanThursday, May 7, 2026 addressed to:

      Santa Clara Valley Transportation Authority
      Norman David
      3331 N. 1st Street
      San Jose,CA
      95134

      Please have the Bidder Name, Contract Title ("Professional A&E Services for the New Operations Control Center at VTA Almaden Headquarters"), and Contract Number ("S26001") listed clearly on the outside of the envelope.

    • Contract Execution, Payment Bond, Performance Bond, and Certificate(s) of Insurance (required)

      The contract shall be executed by the successful bidder and shall be returned, together with the Payment Bond, Performance Bond and Certificate(s) of Insurance to Santa Clara Valley Transportation Authority so that it is received within 14 working daysafter the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty.

    • Contractors State License Board (CSLB) Number

      Please enter your License Number here. This will be verified against the state database

    • California Department of Industrial Relations Registration (required)

      Please enter your Public Works Contractor Registration Number. This will be verified against the state database.

    • California Secretary of State Business License

      State your Company's Name Here. This will be verified against the California Secretary of State's Website.

    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through ProcureNow?

      Choose this if:

      1. This is a quote for a finite set of goods or commodities
      2. This is a public works bid, but you want the bidder to list their total project cost here.
      3. Seeking services for hourly rate schedules
    • Bid Bond (required)

      Will this solicitation require a bid bond?

    • Separate Fee Proposal Upload (required)

      If not using the Electronic Pricing Table, do you want your bidder to separate a Price Proposal from the rest of the Response?

    • Evaluation Criteria (required)

      Would you like to define the Evaluation Criteria for this solicitation?

    Questions & Answers

    Q (Construction Dates): Will the VTA share the anticipated construction start date and duration for Phases 1 and 2?

    A: The construction start & end dates for both Phase I & II are tentative. Construction start is anticipated in February 2028 with the construction completion in June 2029.


    Q (Sustainability Goals): Confirm if the project has any sustainability goals, such as LEED. It was observed on the site walk that the existing building has / had the following certifications: LEED Platinum, Four Green Globes, Energy Star.

    A: Refer to RFP page 8, item C/Tasks/Project Management/item vii. VTA Sustainability Plan 2020 can be accessed at https://www.vta.org/programs/sustainability


    Q (Building Standards): As discussed at the pre-proposal conference, please confirm what Building Standards will be established prior to project commencement (finishes, lighting, etc).

    A: The City of San Jose adopted 2025 California Building Standards Codes along with all Amendments, Ordinances and Regulations will apply.


    Q (Project Scope & Objectives): Can you confirm the final scope split between Phase 1 (infrastructure) and Phase 2 (facility build-out)?

    A: Scope of Work under Phase 1 & Phase 2 is listed in Section 1 - Preliminary Information section of the RFP on pages 4 through 8. Details of the split between Phase 1 and Phase 2 will be determined by the design services contractor.


    Q (Project Scope & Objectives): What are the top 3 success criteria for the OCC project?

    A: Refer to RFP Project Documents/ 3. Evaluation Criteria.


    Q (Project Scope & Objectives): Are there any scope elements expected to evolve during design?

    A: RFP lists the Scope of Work; however, it may not include all scope elements that may be encountered during the design.


    Q (Technology & Systems): What are the key technology systems planned (SCADA, communications, AV, security)?

    A: Technology systems will include, but not limited to real time monitoring of buses, trains, and stations, automatic vehicle location and tracking, transit management software, radio and cellular communication systems, CCTV and Security Surveillance, Passenger Information Systems, and SCADA (Supervisory Control and Data Acquisition control system), etc.


    Q (Technology & Systems): Will ConnX be responsible for design only or also integration support during deployment?

    A: The design Contractor will be responsible to support design services and integration support during construction, startup, testing & commissioning.


    Q (Infrastructure & Network): Can you provide details of existing fiber infrastructure between Almaden HQ and Guadalupe Yard?

    A: Existing duct bank & fiber infrastructure between the Children's Discovery Museum and the Convention Center station to Guadalupe yard is provided in RFP Attachment D - VTA SCADA Control Center Data Collection Report. Design of the duct bank and fiber infrastructure between the Convention Center station and Almaden HQ is underway and will be provided to the winning design Contractor.


    Q (Commercial & Contractual): What contract model will be used (fixed price, T&M, hybrid)?

    A: See Appendix E - Form of Contract, Exhibit 10, Part B.


    Q (Reserved Pages): Per Appendix D - Proposer's Solicitation Requirements Checklist, will any acknowledgement need to be made for the Reserved line items?

    A: Acknowledgement is not required for Reserved line items.


    Q (SBE Goal): Does VTA have an SBE goal for this project?

    A: No, VTA does not have an SBE goal for this project because it is federally funded. Only DBE policy applies, and there is no set DBE goal.


    Key dates

    1. March 27, 2026Published
    2. May 7, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.