Active SLED Opportunity · CALIFORNIA · VTA PURCHASING
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.
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.
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.
See attached:
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:
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.
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.
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
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.
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,CA95134
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.
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.
Please enter your License Number here. This will be verified against the state database
Please enter your Public Works Contractor Registration Number. This will be verified against the state database.
State your Company's Name Here. This will be verified against the California Secretary of State's Website.
Would you like to have bidders respond to an electronic pricing table through ProcureNow?
Choose this if:
Will this solicitation require a bid bond?
If not using the Electronic Pricing Table, do you want your bidder to separate a Price Proposal from the rest of the Response?
Would you like to define the Evaluation Criteria for this solicitation?
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.
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.