Active SLED Opportunity · CALIFORNIA · SAN FRANCISCO AIRPORT
AI Summary
San Francisco International Airport seeks qualified providers for as-needed critical incident stress management, counseling, consulting, and staff training services. The contract term is five years. Proposals are due by May 11, 2026. Services include rapid response to traumatic events, onsite counseling, and mental health training.
San Francisco International Airport is seeking qualified Proposers to provide as‑needed critical incident stress management (CISM), post‑incident counseling, proactive consulting, and staff training and development services for Airport. When incidents occur, Contractor will provide onsite defusing, debriefing, and counseling services to Airport employees, contractors, tenants, passengers, and members of the public who witness or experience traumatic or life‑threatening events. In addition, Contractor will design and lead training tailored to mental health services topics for individuals and groups on an as-needed basis.
Refer to the Draft Agreement in the Downloads Tab.
A. Introduction
1. General
The San Francisco International Airport (the “Airport” or “SFO”) is operated by the City and County of San Francisco (the “City”) acting by and through its Airport Commission (the “Commission”). This Request for Qualifications (hereinafter “RFQ” or “Solicitation”) is being issued by the Airport. The Airport is seeking qualified suppliers (“Proposers”) to provide proposals (“Proposal”) for as-needed critical incident stress management and consulting services.
When applicable and practical, Proposers are encouraged to engage contracting teams that reflect the diversity of the City and include participation of businesses and residents from the City’s most disadvantaged communities including, but not limited to the Bayview/Hunters Point, Chinatown, Mission, South of Market, Tenderloin, Visitacion Valley and Western Addition neighborhoods.
Proposers should not submit, and the City will not consider, any demographic data about the racial, ethnic, gender, sexual orientation, or national origin make up of Proposer’s staff, leadership, and/or board of directors.
2. Creation and Duration of the Prequalified Pool
Proposers meeting the Minimum Qualifications shall be added to the Prequalified Pool and eligible for potential contract negotiations (“Resulting Contract”) with the City, on an as-needed basis. A Prequalified Pool list is valid for 2 years, but may be extended for up to 2 additional years if re-opened by City in accordance with Section 21.4 of the San Francisco Administrative Code.
3. Resulting Contracts Awarded to Contractors Selected from the Prequalified Pool
a. Selection of Contractors from the Prequalified Pool
Pursuant to Section 21.4 of the San Francisco Administrative Code, City shall select contractors from the Prequalified Pool for Resulting Contracts pursuant to three options, as described below. Selections must be made prior to Pool expiration.
b. Notice of Intent to Award a Resulting Contract to the Prequalified Pool
Except where a contractor was selected without a further solicitation for a contract amount equal to or less than the Minimum Competitive Amount, City shall not issue a Notice of Intent to Award when awarding a Resulting Contract to a contractor from the Prequalified Pool. The City’s award of a Resulting Contract to a contractor from the Prequalified Pool is final and not subject to further review.
B. Anticipated Contract Term
A contract awarded under this Solicitation shall be non-exclusive with an original term of five (5) years.
C. Anticipated Contract Not to Exceed Amount
The not to exceed (“NTE”) amount for a contract awarded under this Solicitation cannot be anticipated at the time of this Solicitation but shall be based on the selected Proposal. This amount is based on City’s estimated spend over the advertised contract term. Should City’s actual spend exceed its estimated spend, City may in its sole discretion increase the contract NTE accordingly.
D. Indefinite Quantity - Reserved
E. Cooperative Agreement
Any other City department, public entity or non-profit made up of multiple public entities, may use the results of this Solicitation to obtain some or all of the commodities or services to be provided by Proposer under the same terms and conditions of any contract awarded under this Solicitation.
F. Solicitation Schedule
The anticipated schedule for this Solicitation is set forth below. These dates are tentative and subject to change. It is the responsibility of the Proposer to check for any Addenda to this Solicitation or other published pertinent information.
Proposal Phase | Tentative Date |
Request for Qualifications Issuance | April 8, 2026 |
Pre-Proposal Conference | April 16, 2026, 10:00 am (Pacific Time) Microsoft Teams |
Deadline for Questions | April 22, 2026, 5:00 pm (Pacific Time) |
Deadline to Submit Proposals | May 11, 2026, 2:00 pm (Pacific Time) |
Period for Protesting Notice of Intent to Establish Prequalified Pool | Within three (3) business days of the City's issuance of a Notice of Intent to Establish Prequalified Pool. |
Pre-Proposal Conference Details The Pre-Proposal Conference will be held via Microsoft Teams. https://teams.microsoft.com/meet/291523938064457?p=spNkAiS4uTvyxfIcdf Meeting ID: 291 523 938 064 457 Passcode: fv6Jb6Uo
Interested parties are asked to RSVP through the Airport e-Procurement Portal or by emailing the Contract Administrator before April 15, 2026.
The Pre-Proposal Conference will begin at the time specified. Proposers’ representatives are urged to arrive on time. Topics already covered will not be repeated for the benefit of late arrivals. Failure to attend the Pre-Proposal Conference shall not excuse the awarded Proposer from any obligations of a contract awarded under this Solicitation. Any change or addition to the requirements contained in this Solicitation as a result of the Pre-Proposal Conference will be executed by a written Addendum to this Solicitation. It is the responsibility of the Proposer to check for any Addenda to this Solicitation or other published pertinent information. | |
G. Contract Terms and Negotiations
The successful Proposer will be required to enter into a contract substantially in the form attached hereto as Appendix A, Agreement for Professional Services (form AIR-600). If Proposer is unable to accept Agreement for Professional Services (form AIR-600) substantially in the form presented, Proposer shall include a revised copy of Agreement for Professional Services (form AIR-600) with its Proposal. The revised copy of Agreement for Professional Services (form AIR-600) must clearly:
(1) Mark those sections to which it objects;
(2) Set forth Proposer’s alternative terms with respect to each such section; and
(3) Explain the basis for each proposed change.
If a satisfactory contract(s) cannot be negotiated in a reasonable time, the City, in its sole discretion, may terminate negotiations. Upon termination of negotiations, City may begin negotiation with the Proposer that meets the Minimum Qualifications of this Solicitation whose Proposal receives the next highest-ranking score.
A. Introduction
1. General
The San Francisco International Airport (the “Airport” or “SFO”) is operated by the City and County of San Francisco (the “City”) acting by and through its Airport Commission (the “Commission”). This Request for Qualifications (hereinafter “RFQ” or “Solicitation”) is being issued by the Airport. The Airport is seeking qualified suppliers (“Proposers”) to provide proposals (“Proposal”) for as-needed critical incident stress management and consulting services.
When applicable and practical, Proposers are encouraged to engage contracting teams that reflect the diversity of the City and include participation of businesses and residents from the City’s most disadvantaged communities including, but not limited to the Bayview/Hunters Point, Chinatown, Mission, South of Market, Tenderloin, Visitacion Valley and Western Addition neighborhoods.
Proposers should not submit, and the City will not consider, any demographic data about the racial, ethnic, gender, sexual orientation, or national origin make up of Proposer’s staff, leadership, and/or board of directors.
2. Creation and Duration of the Prequalified Pool
Proposers meeting the Minimum Qualifications shall be added to the Prequalified Pool and eligible for potential contract negotiations (“Resulting Contract”) with the City, on an as-needed basis. A Prequalified Pool list is valid for 2 years, but may be extended for up to 2 additional years if re-opened by City in accordance with Section 21.4 of the San Francisco Administrative Code.
3. Resulting Contracts Awarded to Contractors Selected from the Prequalified Pool
a. Selection of Contractors from the Prequalified Pool
Pursuant to Section 21.4 of the San Francisco Administrative Code, City shall select contractors from the Prequalified Pool for Resulting Contracts pursuant to three options, as described below. Selections must be made prior to Pool expiration.
b. Notice of Intent to Award a Resulting Contract to the Prequalified Pool
Except where a contractor was selected without a further solicitation for a contract amount equal to or less than the Minimum Competitive Amount, City shall not issue a Notice of Intent to Award when awarding a Resulting Contract to a contractor from the Prequalified Pool. The City’s award of a Resulting Contract to a contractor from the Prequalified Pool is final and not subject to further review.
B. Anticipated Contract Term
A contract awarded under this Solicitation shall be non-exclusive with an original term of five (5) years.
C. Anticipated Contract Not to Exceed Amount
The not to exceed (“NTE”) amount for a contract awarded under this Solicitation cannot be anticipated at the time of this Solicitation but shall be based on the selected Proposal. This amount is based on City’s estimated spend over the advertised contract term. Should City’s actual spend exceed its estimated spend, City may in its sole discretion increase the contract NTE accordingly.
D. Indefinite Quantity - Reserved
E. Cooperative Agreement
Any other City department, public entity or non-profit made up of multiple public entities, may use the results of this Solicitation to obtain some or all of the commodities or services to be provided by Proposer under the same terms and conditions of any contract awarded under this Solicitation.
F. Solicitation Schedule
The anticipated schedule for this Solicitation is set forth below. These dates are tentative and subject to change. It is the responsibility of the Proposer to check for any Addenda to this Solicitation or other published pertinent information.
Proposal Phase | Tentative Date |
Request for Qualifications Issuance | April 8, 2026 |
Pre-Proposal Conference | April 16, 2026, 2:00 pm (Pacific Time) Microsoft Teams |
Deadline for Questions | April 22, 2026, 5:00 pm (Pacific Time) |
Deadline to Submit Proposals | May 11, 2026, 2:00 pm (Pacific Time) |
Period for Protesting Notice of Intent to Establish Prequalified Pool | Within three (3) business days of the City's issuance of a Notice of Intent to Establish Prequalified Pool. |
Pre-Proposal Conference Details The Pre-Proposal Conference will be held via Microsoft Teams. https://teams.microsoft.com/meet/291523938064457?p=spNkAiS4uTvyxfIcdf Meeting ID: 291 523 938 064 457 Passcode: fv6Jb6Uo
Interested parties are asked to RSVP through the Airport e-Procurement Portal or by emailing the Contract Administrator before April 15, 2026.
The Pre-Proposal Conference will begin at the time specified. Proposers’ representatives are urged to arrive on time. Topics already covered will not be repeated for the benefit of late arrivals. Failure to attend the Pre-Proposal Conference shall not excuse the awarded Proposer from any obligations of a contract awarded under this Solicitation. Any change or addition to the requirements contained in this Solicitation as a result of the Pre-Proposal Conference will be executed by a written Addendum to this Solicitation. It is the responsibility of the Proposer to check for any Addenda to this Solicitation or other published pertinent information. | |
G. Contract Terms and Negotiations
The successful Proposer will be required to enter into a contract substantially in the form attached hereto as Appendix A, Agreement for Professional Services (form AIR-600). If Proposer is unable to accept Agreement for Professional Services (form AIR-600) substantially in the form presented, Proposer shall include a revised copy of Agreement for Professional Services (form AIR-600) with its Proposal. The revised copy of Agreement for Professional Services (form AIR-600) must clearly:
(1) Mark those sections to which it objects;
(2) Set forth Proposer’s alternative terms with respect to each such section; and
(3) Explain the basis for each proposed change.
If a satisfactory contract(s) cannot be negotiated in a reasonable time, the City, in its sole discretion, may terminate negotiations. Upon termination of negotiations, City may begin negotiation with the Proposer that meets the Minimum Qualifications of this Solicitation whose Proposal receives the next highest-ranking score.
1. Description of Services
Contractor will provide as‑needed critical incident stress management (CISM), post‑incident counseling, proactive consulting, and staff training and development services for San Francisco International Airport (“Airport” or “SFO”). When incidents occur, Contractor will provide onsite defusing, debriefing, and counseling services to Airport employees, contractors, tenants, passengers, and members of the public who witness or experience traumatic or life‑threatening events. In addition, Contractor will design and lead training tailored to mental health services topics for individuals and groups on an as-needed basis.
The Scope of Services is intended as a general guide and does not represent a complete listing of all work that may be required under this Agreement.
Types of events that may trigger CISM services include, but are not limited to: | |
Declared Disaster | City, State, or Federally Declared, such as:
Natural disasters, such as earthquakes, wildfires, and other natural disasters |
Emergency Event | Critical or Life Safety Impact, such as:
Active security threats, airplane crashes, other major infrastructure failures, and other safety incidents |
Urgent Event | Disruptive to a Workgroup or Large Part of SFO, such as:
Aircrafts accidents, bomb threats, medical emergency, prolonged flights delays and cancellations, and other major disruptions. |
Level 1 Activation: Catastrophic Events | Level 1 Activation is an emergency declaration initiated by the Airport Emergency Operations Center (EOC) under the Airport Emergency Plan (AEP), in accordance with Federal Aviation Administration (FAA) requirements under Title 14, Part 139, Section 325 (14 C.F.R. § 139.325). |
Contractor will perform the following services for Airport employees, contractors, tenants, passengers, and members of the public to reduce the impact of traumatic or stressful experiences during the above triggered events, and improve their physical and mental well-being at the Airport, including, but not limited to:
1.1. Critical Incident Stress Management (CISM)
a. Contractor shall provide expert assessment, intervention, and consultation for traumatic workplace situations, including the following:
i. Rapid Response - Contractor shall mobilize and be at SFO within four (4) hours of notification.
ii. Assessment & Stabilization - Contractor shall assess the impact of the incident, stabilize acute stress reactions, normalize experiences, and support individuals in returning to routine duties.
1.2. Defusing and Debriefing
a. Mitigate acute symptoms and signs of distress following emergencies.
b. Provide information on stress reactions and coping strategies.
c. Encourage peer group support and reestablish social networks to prevent isolation.
d. Share resources or provide follow up contacts to internal (e.g. City’s Employee Assistance Programs) and external (e.g. healthcare providers) emotional, psychological and social resources.
e. Evaluate group response and determine if a full debriefing is required.
1.3. Level 1 Activation
a. Contractor shall mobilize and report at SFO’s EOC within two (2) hours of notification.
b. Contractor shall provide a minimum of three (3) licensed professionals to provide debriefing services to support three separate groups: Passenger gathering area (PGA), Friends and relatives center (FRC), Reunification center (RC). Up to six (6) California licensed mental health providers may be required simultaneously depending on the scale of the incident.
1.4. Level 1 Activation Simulation
a. Contractor shall participate in the Airport’s deployment exercise (Training Simulation Exercise), which is mandatory at least once every three years and typically lasts up to three hours. The Airport may also require the Contractor to participate in additional annual exercises based on operational needs.
1.5. As Needed Employee Trainings
a. Contractor may be asked to design and/or lead employee mental‑health–focused trainings on an as-needed basis.
1.6. Other Requirements
a. Contractor shall comply with all applicable privacy laws regarding personal information and health information, including, but not limited to, the Health Information Practices and Accountability Act (HIPAA); the Confidentiality of Medical Information Act (CMIA; Cal. Civ. Code Sec. 56 et.seq.), Cal. Welf. & Inst. Code Sec. 5328, and 42 CFR Part 2.
b. Contractor shall maintain security protocols and operate under escort in Airport’s secured areas.
2. Reports
Contractor shall prepare and submit a post‑services report within five (5) days after each service is performed. Each report shall include, at a minimum, the number of participants, a general assessment of the service provided, recommendations of next steps the Airport should take to further respond to the critical incident (if any), and any required follow‑up, all in a format specified by the Airport. Reports must not contain any personally identifiable information (PII) of individuals served. Timely submission of all required reports is a material condition of this Agreement.
3. Department Liaison
In performing the Services provided for in this Agreement, Contractor’s liaison with the Airport will be the person identified in Agreement at Section 11.1, Notices to the Parties. Such individual shall be the Contractor’s primary point of contact for all purposes under this Agreement.
4. Services Provided by Attorneys
Any services to be provided by a law firm or attorney must be reviewed and approved in writing in advance by the City Attorney. No invoices for services provided by law firms or attorneys, including, without limitation, as subcontractors of Contractor, will be paid unless the provider received advance written approval from the City Attorney.
A. Services Requested
This Solicitation is being issued by the Airport which is seeking qualified Proposers to provide as‑needed critical incident stress management (CISM), post‑incident counseling, proactive consulting, and staff training and development services for Airport. When incidents occur, Contractor will provide onsite defusing, debriefing, and counseling services to Airport employees, contractors, tenants, passengers, and members of the public who witness or experience traumatic or life‑threatening events. In addition, Contractor will design and lead training tailored to mental health services topics for individuals and groups on an as-needed basis.
The Scope of Services is to be used as a general guide and is not intended to be a complete list of all the work necessary to complete the project.
The services being procured through this Solicitation are set forth in Appendix A, Scope of Services to Agreement for Professional Services (AIR-600), which is attached hereto as Appendix A.
B. Regulatory and Compliance Requirements Specific to the Services Solicited
Prior to submitting a Proposal in response to this Solicitation, Proposers must ensure they have fully read and understood the “Regulatory and Compliance Requirements” set forth below and in Agreement for Professional Services (form AIR-600).
C. Green Purchasing Requirements
In preparation for any Proposal submitted in response to this Solicitation, Proposers are required to review the City Mandatory Green Purchasing Requirements to ensure all goods and services offered to City in response to this Solicitation comply with the City’s Green Purchasing Requirements. In addition, Proposers are encouraged to refer to Appendix A, Agreement for Professional Services (form AIR-600), for additional details related to the Green Purchasing Requirements applicable to any contract awarded under this Solicitation.
D. Alternates and Samples - Reserved
E. Freight on Board and Shipping Costs – Reserved
A. Services Requested
This Solicitation is being issued by the Airport which is seeking qualified Proposers to provide Proposals for as-needed critical incident stress management and consulting services to Airport staff who may have experienced or been involved in traumatic or stressful workplace situations, and other as-needed supplemental work-life services. The services being procured through this Solicitation are set forth in Appendix A, Scope of Services to Agreement for Professional Services (AIR-600), which is attached hereto as Appendix A.
The Scope of Services is to be used as a general guide and is not intended to be a complete list of all the work necessary to complete the project.
B. Regulatory and Compliance Requirements Specific to the Services Solicited
Prior to submitting a Proposal in response to this Solicitation, Proposers must ensure they have fully read and understood the “Regulatory and Compliance Requirements” set forth below and in Agreement for Professional Services (form AIR-600).
C. Green Purchasing Requirements
In preparation for any Proposal submitted in response to this Solicitation, Proposers are required to review the City Mandatory Green Purchasing Requirements to ensure all goods and services offered to City in response to this Solicitation comply with the City’s Green Purchasing Requirements. In addition, Proposers are encouraged to refer to Appendix A, Agreement for Professional Services (form AIR-600), for additional details related to the Green Purchasing Requirements applicable to any contract awarded under this Solicitation.
D. Alternates and Samples - Reserved
E. Freight on Board and Shipping Costs – Reserved
A. Contract Monitoring Division (CMD) Contact
Contract Monitoring Division
City and County of San Francisco
Tel: 415.554.0630
Email: LBEcert@sfgov.org
Website: www.sfgov.org/cmd.
B. Application of LBE Rating Bonuses
LBE Rating Bonuses shall be applicable to at each phase of the Solicitation evaluation and selection process, in accordance with the values shown below.
1. Commodities – Reserved.
2. General and Professional Services
Estimated Contract Value | Small/Micro LBEs Rating Bonus | SBA LBEs Rating Bonus |
Greater than $10,000 but less than or equal to $400,000. | 10% | 0% |
Greater than $400,000 but less than or equal to $10,000,000. | 10% | 5% So long as it does not adversely affect a Small or Micro-LBE Proposer’s participation or, for Professional Services, an JV Proposer’s participation. |
Greater than $10,000,000 but less than or equal to $20,000,000. | 2% | 2% |
3. Professional Services by Joint Ventures
Estimated Contract Value | Small/Micro LBE Subcontracting Level | Rating Bonus |
Greater than $10,000 but less than or equal to $10,000,000. | Equals or exceeds 35%, but less than 40% | 5% |
Equals or exceeds 40%, but less than 100% | 7.5% | |
100% | 10% | |
If applying for an LBE rating discount as a Joint Venture (JV), the Micro and /or Small-LBE must be an active partner in the JV and perform work, manage the job and take financial risks in proportion to the required level of participation stated in the Proposal, and must be responsible for a clearly defined portion of the work to be performed and share in the ownership, control, management responsibilities, risks, and profits of the JV. The portion of the Micro and/or Small-LBE JV’s work shall be set forth in detail separately from the work to be performed by the non-LBE JV. The Micro and/or Small-LBE JV’s portion of the contract must be assigned a commercially useful function. | ||
C. LBE Subcontracting Participation Requirements
There shall be no LBE Subcontracting Requirement for any Contract awarded under this Solicitation because the anticipated Contract NTE amount will be less than one half of the Minimum Competitive Amount.
D. CMD LBE Forms – Reserved.
E. LBE Payment and Utilization Tracking – Reserved.
A. Contract Monitoring Division (CMD) Contact
Contract Monitoring Division
City and County of San Francisco
Tel: 415.554.0630
Email: LBEcert@sfgov.org
Website: www.sfgov.org/cmd.
B. Application of LBE Rating Bonuses
LBE Rating Bonuses shall be applicable to at each phase of the Solicitation evaluation and selection process, in accordance with the values shown below.
1. Commodities – Reserved.
2. General and Professional Services
Estimated Contract Value | Small/Micro LBEs Rating Bonus | SBA LBEs Rating Bonus |
Greater than $10,000 but less than or equal to $400,000. | 10% | 0% |
Greater than $400,000 but less than or equal to $10,000,000. | 10% | 5% So long as it does not adversely affect a Small or Micro-LBE Proposer’s participation or, for Professional Services, an JV Proposer’s participation. |
Greater than $10,000,000 but less than or equal to $20,000,000. | 2% | 2% |
3. Professional Services by Joint Ventures
Estimated Contract Value | Small/Micro LBE Subcontracting Level | Rating Bonus |
Greater than $10,000 but less than or equal to $10,000,000. | Equals or exceeds 35%, but less than 40% | 5% |
Equals or exceeds 40%, but less than 100% | 7.5% | |
100% | 10% | |
If applying for an LBE rating discount as a Joint Venture (JV), the Micro and /or Small-LBE must be an active partner in the JV and perform work, manage the job and take financial risks in proportion to the required level of participation stated in the Proposal, and must be responsible for a clearly defined portion of the work to be performed and share in the ownership, control, management responsibilities, risks, and profits of the JV. The portion of the Micro and/or Small-LBE JV’s work shall be set forth in detail separately from the work to be performed by the non-LBE JV. The Micro and/or Small-LBE JV’s portion of the contract must be assigned a commercially useful function. | ||
C. LBE Subcontracting Participation Requirements
There shall be no LBE Subcontracting Requirement for any Contract awarded under this Solicitation because the anticipated Contract NTE amount will be less than one half of the Minimum Competitive Amount.
D. CMD LBE Forms – Reserved.
E. LBE Payment and Utilization Tracking – Reserved.
1. In accordance with Article 3 of this Agreement, Contractor’s total compensation under this Agreement is detailed below, inclusive of all costs required to complete all work specified in Appendix A. In no event shall the total costs under this Agreement exceed the amount provided in Article 3, Section 3.3, of this Agreement.
2. As-Needed Services. Contractor shall provide quotes for scope and costs for as-needed services, in accordance with Section 4.1 (Services Contractor Agrees to Perform) of this Agreement. All as-needed services must be implemented via written task order as detailed in Section 4.1. Costs shall be based on the following hourly rates:
Position | Rate |
Listed Positions | $xxxxx/hour |
Listed Positions | $xxxxx/hour |
Listed Positions | $xxxxx/hour |
Listed Positions | $xxxxx/hour |
Listed Positions | $xxxxx/hour |
Listed Positions | $xxxxx/hour |
3. Travel. Contractor shall obtain City approval prior to scheduling travel. Direct and reasonable travel expenses shall be reimbursed at the actual cost when supported by appropriate receipts. Profit or mark-up costs are prohibited. Contractor shall submit all requests for reimbursement to the Airport via invoice. Travel expenses and cost for vehicle rentals, communication charges, postage and shipping, contractor meals, and per diem are not reimbursable expenses unless Contractor has obtained the prior written approval of the Airport before the expenses are incurred. If per diem is approved by the Airport, Contractor’s travel expense must meet the federal per diem General Services Administration Continental United States rates (“GSA CONUS Rates”) for San Mateo County. Current federal per diem rates can be confirmed online at https://www.gsa.gov/travel/plan-book/per-diem-rates
Evaluation Phase | Maximum Points |
Minimum Qualifications Documentation | Pass/Fail |
Price Proposal | 0 Points |
TOTAL | Pass/Fail |
Evaluation Phase | Maximum Points |
Minimum Qualifications Documentation | Pass/Fail |
Price Proposal | 0 Points |
TOTAL | Pass/Fail |
Proposers must provide documentation that clearly demonstrates each Minimum Qualification (MQ) listed below has been met by Proposer, Proposer’s assigned staff, and/ or Proposer’s Subcontractor(s). Each Proposal will be reviewed for an initial determination of whether Proposer meets the MQs set forth in this section. The City reserves the right to request clarifications from Proposers prior to rejecting a Proposal for failure to meet the Minimum Qualifications.
MQ 1 |
Requirements: Proposer must have a minimum of five (5) years of experience within the past ten (10) years providing the services described in Appendix A, Scope of Services to Agreement for Professional Services (AIR-600). This Minimum Qualification must be met by the prime Proposer. |
Documentation:
|
MQ 2 |
Requirements: Proposer’s team (Proposer, Proposer’s assigned staff, or Proposer’s Subcontractor(s)) must consist of at least a minimum of three (3) psychologists or psychotherapists licensed by the State of California that each have at least five (5) years of experience in providing the services described in Appendix A, Scope of Services to the Agreement for Professional Services (AIR‑600). |
Documentation: Proposer shall submit the three (3) psychologists or psychotherapists licenses issued by the State of California. |
MQ 3 |
Requirements: Proposer’s team (Proposer, Proposer’s assigned staff, or Proposer’s Subcontractor(s)) must have at least one office located in the San Francisco Bay Area which is comprised of nine counties: Alameda, Contra Costa, Marin, Napa, San Francisco, San Mateo, Santa Clara, Solano, and Sonoma. Please include the address of your San Francisco Bay Area office(s). |
Documentation: Proposer must submit verifiable documentation confirming the address of their Bay Area office(s). Acceptable forms of documentation include, but are not limited to:
|
Proposers must provide documentation that clearly demonstrates each Minimum Qualification (MQ) listed below has been met by Proposer, Proposer’s assigned staff, and/ or Proposer’s Subcontractor(s). Each Proposal will be reviewed for an initial determination of whether Proposer meets the MQs set forth in this section. The City reserves the right to request clarifications from Proposers prior to rejecting a Proposal for failure to meet the Minimum Qualifications.
MQ 1 |
Requirements: Proposer must have a minimum of five (5) years of experience within the past ten (10) years providing the services described in Appendix A, Scope of Services to Agreement for Professional Services (AIR-600). This Minimum Qualification must be met by the prime Proposer. |
Documentation:
|
MQ 2 |
Requirements: Proposer’s team (Proposer, Proposer’s assigned staff, or Proposer’s Subcontractor(s)) must consist of at least a minimum of three (3) psychologists or psychotherapists licensed by the State of California that each have at least five (5) years of experience in providing the services described in Appendix A, Scope of Services to the Agreement for Professional Services (AIR‑600). |
Documentation: Proposer shall submit the three (3) psychologists or psychotherapists licenses issued by the State of California. |
MQ 3 |
Requirements: Proposer’s team (Proposer, Proposer’s assigned staff, or Proposer’s Subcontractor(s)) must have at least one office located in the San Francisco Bay Area which is comprised of nine counties: Alameda, Contra Costa, Marin, Napa, San Francisco, San Mateo, Santa Clara, Solano, and Sonoma. Please include the address of your San Francisco Bay Area office(s). |
Documentation: Proposer must submit verifiable documentation confirming the address of their Bay Area office(s). Acceptable forms of documentation include, but are not limited to:
|
Reserved.
Reserved.
A. Price Proposal Format and Allocation of Points
In addition to submitting documents supporting each MQ as required by this Solicitation, Proposers shall also submit a complete Appendix B, Fee Proposal Form. The price proposal will not be scored but may be used to negotiate a contract.
A. Price Proposal Format and Allocation of Points
In addition to submitting documents supporting each MQ as required by this Solicitation, Proposers shall also submit a complete Appendix B, Fee Proposal Form. The price proposal will not be scored but may be used to negotiate a contract.
Reserved.
Reserved.
Proposers must provide each Required Supporting Documentation (“RSD”) identified below. Failure to do so may result in the Proposal being deemed Non-Responsive.
RSD 1 | Minimum Qualification Documentation as described in V.MINIMUM QUALIFICATIONS DOCUMENTATION REQUIRED WITH PROPOSAL (PASS/FAIL) |
RSD 2 | Appendix B - Fee Proposal Form |
RSD 3 | Appendix C - First Source Hiring Form |
Proposers must provide each Required Supporting Documentation (“RSD”) identified below. Failure to do so may result in the Proposal being deemed Non-Responsive.
RSD 1 | Minimum Qualification Documentation as described in V.MINIMUM QUALIFICATIONS DOCUMENTATION REQUIRED WITH PROPOSAL (PASS/FAIL) |
RSD 2 | Appendix B - Fee Proposal Form |
RSD 3 | Appendix C - First Source Hiring Form |
Unless otherwise stated, within ten business days of the receipt of a notice of award of a Contract, the Proposer to whom the contract is awarded shall deliver the specified bond documents and/or insurance certificates and policy endorsements to City. If the Proposer fails or refuses to furnish the required bond and/or insurance within ten days after receiving notice to award a Contract, City may, at its option, determine that the Proposer has abandoned its Proposal. The foregoing in no way limits the damages which are recoverable by City whether or not defined elsewhere in the contract documents.
Unless otherwise stated, within ten business days of the receipt of a notice of award of a Contract, the Proposer to whom the contract is awarded shall deliver the specified bond documents and/or insurance certificates and policy endorsements to City. If the Proposer fails or refuses to furnish the required bond and/or insurance within ten days after receiving notice to award a Contract, City may, at its option, determine that the Proposer has abandoned its Proposal. The foregoing in no way limits the damages which are recoverable by City whether or not defined elsewhere in the contract documents.
The San Francisco Municipal Code establishes a number of requirements for people seeking to do business with the City (“Social and Economic Policy Requirements”). These Social and Economic Policy Requirements can be found in Appendix A, Agreement for Professional Services (form AIR-600), which Proposers are encouraged to carefully review. The Social and Economic Policy Requirements set forth below are not intended to be a complete list of all Social Policy Requirements applicable to this Solicitation and any contracts awarded from it.
A. Nondiscrimination Requirements
A Proposer selected under this Solicitation may not, during the term of the Contract, in any of its operations in San Francisco, on real property owned by San Francisco, or where work is being performed for the City elsewhere in the United States, discriminate in the provision of bereavement leave, family medical leave, health benefits, membership or membership discounts, moving expenses, pension and retirement benefits or travel benefits, as well as any benefits other than the benefits specified above, between employees with domestic partners and employees with spouses, and/or between the domestic partners and spouses of such employees, where the domestic partnership has been registered with a governmental entity under state or local law authorizing such registration, subject to the conditions set forth in San Francisco Labor and Employment Code Articles 131 and 132. Refer to Appendix A, Agreement for Professional Services (form AIR-600) for additional details related to the application of this Ordinance to a contract awarded under this Solicitation.
B. Payment of Prevailing Wages – Reserved.
C. Health Care Accountability Ordinance (HCAO)
A Proposer selected under this Solicitation shall comply with Labor and Employment Code Article 121 For each Covered Employee, the awarded Contractor shall provide the appropriate health benefit set forth in Article 121.3. If the awarded Contractor chooses to offer the health plan option, such health plan shall meet the minimum standards set forth by the San Francisco Health Commission. Information about and the text of Article 121, as well as the Health Commission’s minimum standards, is available on the web at http://sfgov.org/olse/hcao. An awarded Contractor is subject to the enforcement and penalty provisions in Article 121. Any Subcontract entered into by the awarded Contractor shall require any Subcontractor with 20 or more employees to comply with the requirements of the HCAO and shall contain contractual obligations substantially the same as those set forth in this Section. Refer to Appendix A, Agreement for Professional Services (form AIR-600) for additional details related to the application of this Policy to a contract awarded under this Solicitation.
D. Minimum Compensation Ordinance (MCO)
A Proposer selected under this Solicitation shall comply with Labor and Employment Code Article 111. For each Covered Employee, the awarded Contractor shall pay no less than the minimum compensation required by San Francisco Labor and Employment Code Article 111, including a minimum hourly gross compensation, compensated time off, and uncompensated time off. An awarded Contractor is subject to the enforcement and penalty provisions in Article 111. Information about and the text of Article 111 is available on the web at http://sfgov.org/olse/mco. An awarded Contractor is required to comply with all of the applicable provisions of Article 111, irrespective of the listing of obligations in this Section. Refer to Appendix A, Agreement for Professional Services (form AIR-600) for additional details related to the application of this Policy to a contract awarded under this Solicitation.
E. First Source Hiring Program
A Proposer selected under this Solicitation shall comply with all of the applicable provisions of the First Source Hiring Program, Chapter 83 of the San Francisco Administrative Code. Refer to Appendix A, Agreement for Professional Services (form AIR-600) for additional details related to the application of this Policy to a contract awarded under this Solicitation.
F. Sweatfree Procurement – Reserved.
G. Non-Profit Entities – Reserved.
H. Other Social Policy Provisions
Appendix A, Agreement for Professional Services (form AIR-600), identifies the City’s applicable social policy provisions related to a contract awarded under this Solicitation. Proposers are encouraged to carefully review these terms and ensure they are able to comply with them.
I. Airport Intellectual Property.
Under Resolution No. 01-0118, adopted by the Airport Commission on April 18, 2001, the Airport Commission affirmed that it will not tolerate the unauthorized use of its intellectual property, including the SFO logo, CADD designs, and copyrighted publications. All proposers, bidders, contractors, tenants, permittees, and others doing business with or at the Airport (including subcontractors and subtenants) may not use the Airport intellectual property, or any intellectual property confusingly similar to the Airport intellectual property, without the Airport Director’s prior consent.
J. Labor Peace / Card Check Rule.
Contractor will comply with the Airport’s Labor Peace/Card Check Rule, a revised version of which was adopted as Rule 12.1 on February 7, 2023 by Airport Commission Resolution No. 23-0018 (as amended the “Labor Peace/Card Check Rule”). To comply with the Labor Peace/Card Check Rule, each Covered Employer shall comply with the Labor Peace/Card Check Rule, Section C, Covered Employer Duties, Items 1-13. If the Airport Director determines that Contractor violated the Labor Peace/Card Check Rule, the Airport Director shall have the option to terminate the Contract, in addition to exercising all other remedies available to the Airport Director. Capitalized terms not defined in this provision are defined in the Labor Peace/Card Check Rule.
K. Quality Standards Program. – Reserved.
L. Worker Retention Policy. – Reserved.
M. Airport’s Small Business Participation Requirements.
SFO has developed outreach initiatives to promote access opportunities for small, local, woman and minority-owned businesses with a view toward increasing participation of local and small businesses across the Airport. Contractor will be required to participate in one or more of the following Airport-sponsored capacity building events during the term of the Agreement with the Airport:
1. Doing Business at SFO Events
2. Small Business Town Halls
3. Meet the Prime Networking Events
The San Francisco Municipal Code establishes a number of requirements for people seeking to do business with the City (“Social and Economic Policy Requirements”). These Social and Economic Policy Requirements can be found in Appendix A, Agreement for Professional Services (form AIR-600), which Proposers are encouraged to carefully review. The Social and Economic Policy Requirements set forth below are not intended to be a complete list of all Social Policy Requirements applicable to this Solicitation and any contracts awarded from it.
A. Nondiscrimination Requirements
A Proposer selected under this Solicitation may not, during the term of the Contract, in any of its operations in San Francisco, on real property owned by San Francisco, or where work is being performed for the City elsewhere in the United States, discriminate in the provision of bereavement leave, family medical leave, health benefits, membership or membership discounts, moving expenses, pension and retirement benefits or travel benefits, as well as any benefits other than the benefits specified above, between employees with domestic partners and employees with spouses, and/or between the domestic partners and spouses of such employees, where the domestic partnership has been registered with a governmental entity under state or local law authorizing such registration, subject to the conditions set forth in San Francisco Labor and Employment Code Articles 131 and 132. Refer to Appendix A, Agreement for Professional Services (form AIR-600) for additional details related to the application of this Ordinance to a contract awarded under this Solicitation.
B. Payment of Prevailing Wages – Reserved.
C. Health Care Accountability Ordinance (HCAO)
A Proposer selected under this Solicitation shall comply with Labor and Employment Code Article 121 For each Covered Employee, the awarded Contractor shall provide the appropriate health benefit set forth in Article 121.3. If the awarded Contractor chooses to offer the health plan option, such health plan shall meet the minimum standards set forth by the San Francisco Health Commission. Information about and the text of Article 121, as well as the Health Commission’s minimum standards, is available on the web at http://sfgov.org/olse/hcao. An awarded Contractor is subject to the enforcement and penalty provisions in Article 121. Any Subcontract entered into by the awarded Contractor shall require any Subcontractor with 20 or more employees to comply with the requirements of the HCAO and shall contain contractual obligations substantially the same as those set forth in this Section. Refer to Appendix A, Agreement for Professional Services (form AIR-600) for additional details related to the application of this Policy to a contract awarded under this Solicitation.
D. Minimum Compensation Ordinance (MCO)
A Proposer selected under this Solicitation shall comply with Labor and Employment Code Article 111. For each Covered Employee, the awarded Contractor shall pay no less than the minimum compensation required by San Francisco Labor and Employment Code Article 111, including a minimum hourly gross compensation, compensated time off, and uncompensated time off. An awarded Contractor is subject to the enforcement and penalty provisions in Article 111. Information about and the text of Article 111 is available on the web at http://sfgov.org/olse/mco. An awarded Contractor is required to comply with all of the applicable provisions of Article 111, irrespective of the listing of obligations in this Section. Refer to Appendix A, Agreement for Professional Services (form AIR-600) for additional details related to the application of this Policy to a contract awarded under this Solicitation.
E. First Source Hiring Program
A Proposer selected under this Solicitation shall comply with all of the applicable provisions of the First Source Hiring Program, Chapter 83 of the San Francisco Administrative Code. Refer to Appendix A, Agreement for Professional Services (form AIR-600) for additional details related to the application of this Policy to a contract awarded under this Solicitation.
F. Sweatfree Procurement – Reserved.
G. Non-Profit Entities – Reserved.
H. Other Social Policy Provisions
Appendix A, Agreement for Professional Services (form AIR-600), identifies the City’s applicable social policy provisions related to a contract awarded under this Solicitation. Proposers are encouraged to carefully review these terms and ensure they are able to comply with them.
I. Airport Intellectual Property.
Under Resolution No. 01-0118, adopted by the Airport Commission on April 18, 2001, the Airport Commission affirmed that it will not tolerate the unauthorized use of its intellectual property, including the SFO logo, CADD designs, and copyrighted publications. All proposers, bidders, contractors, tenants, permittees, and others doing business with or at the Airport (including subcontractors and subtenants) may not use the Airport intellectual property, or any intellectual property confusingly similar to the Airport intellectual property, without the Airport Director’s prior consent.
J. Labor Peace / Card Check Rule.
Contractor will comply with the Airport’s Labor Peace/Card Check Rule, a revised version of which was adopted as Rule 12.1 on February 7, 2023 by Airport Commission Resolution No. 23-0018 (as amended the “Labor Peace/Card Check Rule”). To comply with the Labor Peace/Card Check Rule, each Covered Employer shall comply with the Labor Peace/Card Check Rule, Section C, Covered Employer Duties, Items 1-13. If the Airport Director determines that Contractor violated the Labor Peace/Card Check Rule, the Airport Director shall have the option to terminate the Contract, in addition to exercising all other remedies available to the Airport Director. Capitalized terms not defined in this provision are defined in the Labor Peace/Card Check Rule.
K. Quality Standards Program. – Reserved.
L. Worker Retention Policy. – Reserved.
M. Airport’s Small Business Participation Requirements.
SFO has developed outreach initiatives to promote access opportunities for small, local, woman and minority-owned businesses with a view toward increasing participation of local and small businesses across the Airport. Contractor will be required to participate in one or more of the following Airport-sponsored capacity building events during the term of the Agreement with the Airport:
1. Doing Business at SFO Events
2. Small Business Town Halls
3. Meet the Prime Networking Events
A. How to Register as a City Supplier
The following requirements pertain only to Bidders not currently registered with the City as a Supplier.
Step 1: Register as a BIDDER at City’s Supplier Portal:
https://sfcitypartner.sfgov.org/pages/index.aspx
Step 2: Follow instructions for converting your BIDDER ID to a SUPPLIER ID. This will require you to register with the City Tax Collector’s Office and submit the online Declaration for Article 131 (Equal Benefits Program) compliance through the Supplier portal. Once these forms have been completed, submitted, and processed, you will be notified via email with your organization's new Supplier ID. That email will also provide instructions for completing your Supplier registration.
B. Proposal Questions and Submissions
1. Proposer Questions and Requests for Clarification
Proposers shall address any questions regarding this Solicitation to the Contract Administrator whose name and contact information appears on the cover page of this Solicitation. Proposers who fail to submit questions concerning this Solicitation and its requirements will waive all further rights to protest based on the specifications and conditions herein. Questions must be submitted through the Airport e-Procurement Portal or by email to the Contract Administrator whose name and contact information appears on the cover page of this Solicitation no later than the Written Questions Due Date. A written Addendum will be executed addressing each question and answer and posted publicly. It is the responsibility of the Proposer to check for any Addenda and other updates that will be posted on the Airport e-Procurement Portal: https://procurement.opengov.com/portal/sfo/projects/253592.
2. Proposal Format
Proposals must be created using a word processing software (e.g. Microsoft Word) and typed in a serif font (e.g. Arial and Times New Roman). The document must have page margins of at least .5” on all sides. Information must be provided at a level of detail that enables effective evaluation and comparison between Proposals. Failure to follow formatting, submission, or content requirements, as well as page limit restrictions (if any), may negatively impact the evaluation of your Proposal.
3. Time and Place for Submission of Proposals
Proposers interested in responding to this solicitation must register with the Airport e-Procurement Portal in order to submit a proposal. This is a separate registration from the City’s requirement for Bidder and Supplier. It is recommended that Proposers complete this Airport e-Procurement registration as soon as possible. Late submissions will not be considered. The City will not be responsible for proposals that are late due to failure to register with the Airport e-Procurement Portal.
Proposer is solely responsible for ensuring its proposal is successfully uploaded and submitted in accordance with the solicitation requirements prior to the Deadline to Submit Proposals. The City shall not be responsible for any delays in transmission or errors with Proposer’s submission of proposal. Do not wait until the last minute to upload files and submit a proposal as delays can occur. In the event that there is a technical issue with uploading documents or submitting a proposal, please contact the Airport e-Procurement Portal support for assistance at:
Proposers are instructed to upload the required documents to the Airport e-Procurement Portal in Adobe PDF format (unless otherwise noted) in separate files as follows:
C. RFQ Addenda
The City may modify this Solicitation, prior to the Proposal Due Date, by issuing an Addendum to the Solicitation, which will be posted on Airport e-Procurement Portal: https://procurement.opengov.com/portal/sfo/projects/253592. The Proposer shall be responsible for ensuring that its Proposal reflects any and all Addenda issued by the City prior to the Proposal Due Date regardless of when the Proposal is submitted. Therefore, the City recommends that the Proposer consult the website frequently, including shortly before the Proposal Due Date, to determine if the Proposer has downloaded all Solicitation Addenda. It is the responsibility of the Proposer to check for any Addenda, Questions and Answers documents, and updates, which may be posted to the subject Solicitation.
THE SUBMITTAL OF A RESPONSE TO THIS SOLICITATION SHALL EXPLICITLY STIPULATE ACCEPTANCE BY PROPOSERS OF THE TERMS FOUND IN THIS SOLICITATION, ANY AND ALL ADDENDA ISSUED TO THIS SOLICITATION, AND THE PROPOSED CONTRACT TERMS.
D. Public Disclosure
All documents under this solicitation process are subject to public disclosure per the California Public Records Act (California Government Code Section §7920.000 et seq.) and the San Francisco Sunshine Ordinance (San Francisco Administrative Code Chapter 67). Contracts, Proposals, responses, and all other records of communications between the City and Proposers shall be open to inspection immediately after a contract has been awarded. Nothing in this Administrative Code provision requires the disclosure of a private person’s or organization’s net worth or other proprietary financial data submitted for qualification for a contract or other benefit until and unless that person or organization is awarded the contract or benefit.
If the City receives a Public Records Request (“Request”) pertaining to this solicitation, City will use its best efforts to notify the affected Proposer(s) of the Request and to provide the Proposer with a description of the material that the City deems responsive and the due date for disclosure (“Response Date”). If the Proposer asserts that some or all of the material requested contains or reveals valuable trade secret or other information belonging to the Proposer that is exempt from disclosure and directs the City in writing to withhold such material from production (“Withholding Directive”), then the City will comply with the Withholding Directive on the condition that the Proposer seeks judicial relief on or before the Response Date. Should Proposer fail to seek judicial relief on or before the Response Date, the City shall proceed with the disclosure of responsive documents.
E. Limitation on Communications During Solicitation
From the date this Solicitation is issued until the date the competitive process of this Solicitation is completed (either by cancellation by final action of the Airport Commission and the Board of Supervisors), Proposers and their subcontractors, vendors, representatives and/or other parties under Proposer’s control, shall communicate solely with the Airport only with the person whose name appears in this Solicitation (“Contract Administrator”) whose name and contact information appears on the cover page of this Solicitation. Any attempt to communicate with any party other than the Contract Administrator – including any City official, representative or employee - is strictly prohibited. The persons with whom communication is prohibited includes, but is not limited to, any City and County of San Francisco elected official, member of the Airport Commission, City or Airport Commission personnel, and/or any selection panel member. Failure to comply with this communications protocol may, at the sole discretion of the Airport, result in the disqualification of the Proposer or potential Proposer from the competitive process. This protocol does not apply to communications with the City regarding business not related to this Solicitation.
F. Proposal Selection Shall Not Imply Acceptance
The acceptance and/or selection of any Proposal(s) shall not imply acceptance by the City of all terms of the Proposal(s), which may be subject to further approvals before the City may be legally bound thereby.
G. Cybersecurity Risk Assessment
As part of City’s evaluation process, City may engage in Cybersecurity Risk Assessment (CRA). CRA may be performed for each entity manufacturing the product, performing technical functions related to the product’s performance, and/or accessing City’s networks and systems. Where a prime contractor or reseller plays an active role in each of these activities, CRA may also be required for the prime contractor or reseller.
To conduct a CRA, City may collect as part of this Solicitation process one of the following two reports:
The above reports may be requested at such time City has selected or is considering a potential Proposer. The reports will be evaluated by the soliciting Department and the City’s Department of Technology to identify existing or potential cyber risks to City. Should such risks be identified, City may afford a potential Proposer an opportunity to cure such risk within a period of time deemed reasonable to City. Such remediation and continuing compliance shall be subject to City’s on-going review and audit through industry-standard methodologies, including but not limited to: on-site visits, review of the entities’ cybersecurity program, penetration testing, and/or code reviews.
H. Solicitation Errors and Omissions
Proposers are responsible for reviewing all portions of this Solicitation. Proposers are to promptly notify the City, in writing and to the Solicitation contact person if the Proposer discovers any ambiguity, discrepancy, omission, or other error in the Solicitation. Any such notification should be directed to the City promptly after discovery, but in no event later than the deadline for questions. Modifications and clarifications will be made by Addenda as provided below.
I. Objections to Solicitation Terms
Should a Proposer object on any ground to any provision or legal requirement set forth in this Solicitation, the Proposer must, no later than the deadline for questions, provide written notice to the City setting forth with specificity the grounds for the objection. The failure of a Proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection.
J. Protest Procedures
1. Protest of Non-Responsiveness Determination
Within three (3) business days of the City's issuance of a Notice of Non-Responsiveness, a Proposer may submit a written Notice of Protest of Non-Responsiveness. The Notice of Protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The Notice of Protest must be signed by an individual authorized to represent the Proposer, and must cite the law, rule, local ordinance, procedure or Solicitation provision on which the protest is based. In addition, the Notice of Protest must specify facts and evidence sufficient for the City to determine the validity of the protest.
2. Protest of Non-Responsible Determination
Within three (3) business days of the City's issuance of a Notice of Non-Responsibility, a Proposer may submit a written Notice of Protest of Non-Responsibility. The Notice of Protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The Notice of Protest must be signed by an individual authorized to represent the Proposer, and must cite the law, rule, local ordinance, procedure or Solicitation provision on which the protest is based. In addition, the Notice of Protest must specify facts and evidence sufficient for the City to determine the validity of the protest.
3. Protest of Contract Award
Within three (3) business days of the City's issuance of a Notice of Intent to Award, a Proposer may submit a written Notice of Protest of Contract Award. The Notice of Protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The Notice of Protest must be signed by an individual authorized to represent the Proposer, and must cite the law, rule, local ordinance, procedure or Solicitation provision on which the protest is based. In addition, the Notice of Protest must specify facts and evidence sufficient for the City to determine the validity of the protest. The City, at its discretion, may make a determination regarding a protest without requesting further documents or information from the Proposer who submitted the protest. Accordingly, the initial protest must include all grounds of protest and all supporting documentation or evidence reasonably available to the prospective Proposer at the time the protest is submitted. If the Proposer later raises new grounds or evidence that were not included in the initial protest, but which could have been raised at that time, then the City may not consider such new grounds or new evidence. Upon receipt of a timely and proper protest, the City will review the protest and conduct an investigation as it deems appropriate. As part of its investigation, the City may consider information provided by sources other than the Proposer. The City may also consider supplemental correspondence or other information relating to the original ground(s) of Protest submitted by a protesting Proposer to the extent the City determines that such information will assist it in resolving the Protest. At the completion of its investigation, the City will provide a written determination to the Proposer who submitted the protest.
4. Delivery of Protests
A Notice of Protest must be written. Protests made orally (e.g., by telephone) will not be considered. A Notice of Protest must be delivered by mail or email to the Contract Administrator whose name and contact information appears on the cover page to this Solicitation and received by the due dates stated above. A Notice of Protest shall be transmitted by a means that will objectively establish the date the City received the Notice of Protest. If a Notice of Protest is mailed, the protestor bears the risk of non-delivery within the deadlines specified herein.
K. Proposal Term
Submission of a Proposal signifies that the proposed products, services and prices are valid for 180 calendar days from the Proposal Due Date and that the quoted prices are genuine and not the result of collusion or any other anti-competitive activity. At Proposer’s election, the Proposal may remain valid beyond the 180-day period in the circumstance of extended negotiations.
L. Revision to Proposal
A Proposer may revise a Proposal on the Proposer’s own initiative at any time before the deadline for submission of Proposals. The Proposer must submit the revised Proposal in the same manner as the original. A revised Proposal must be received on or before, but no later than the Proposal Due Date and time. In no case will a statement of intent to submit a revised Proposal, or commencement of a revision process, extend the Proposal Due Date for any Proposer. At any time during the Proposal evaluation process, the City may require a Proposer to provide oral or written clarification of its Proposal. The City reserves the right to make an award without further clarifications of Proposals received.
M. Proposal Errors and Omissions
Failure by the City to object to an error, omission, or deviation in the Proposal will in no way modify the Solicitation or excuse the Proposer from full compliance with the specifications of this Solicitation or any contract awarded under this Solicitation.
N. Financial Responsibility
The City accepts no financial responsibility for any costs incurred by a Proposer in responding to this Solicitation. Proposers acknowledge and agree that their submissions in response to this Solicitation will become the property of the City and may be used by the City in any way deemed appropriate.
O. Proposer’s Obligations under the Campaign Reform Ordinance
If a contract awarded under this Solicitation has (A) a value of $100,000 or more in a fiscal year and (B) requires the approval of an elected City official, Proposers are hereby advised:
This restriction applies to the party seeking the contract, the party’s board of directors, chairperson, chief executive officer, chief financial officer, chief operating officer, any person with an ownership interest greater than ten percent, and any political committees controlled or sponsored by the party, as well as any subcontractors listed in the awarded contract or Proposal. The law both prohibits the donor from giving contributions and prohibits the elected official from soliciting or accepting them.
The people and entities listed in the preceding paragraph may not make a campaign contribution to the elected official at any time from the submission of a Proposal for a contract until either: (1) negotiations are terminated and no contract is awarded; or (2) twelve months have elapsed since the award of the contract.
A violation of Section 1.126 may result in criminal, civil, or administrative penalties. For further information, Proposers should contact the San Francisco Ethics Commission at (415) 252-3100 or go to https://sfethics.org/compliance/city-officers/city-contracts/city-departments/notifying-bidders-and-potential-bidders.
P. Reservations of Rights by the City
The issuance of this Solicitation does not constitute a guarantee by the City that a contract will be awarded or executed by the City. The City expressly reserves the right at any time to:
Q. No Waiver
No waiver by the City of any provision of this Solicitation shall be implied from the City’s failure to recognize or take action on account of a Proposer’s failure to comply with this Solicitation.
R. Other
A. How to Register as a City Supplier
The following requirements pertain only to Bidders not currently registered with the City as a Supplier.
Step 1: Register as a BIDDER at City’s Supplier Portal:
https://sfcitypartner.sfgov.org/pages/index.aspx
Step 2: Follow instructions for converting your BIDDER ID to a SUPPLIER ID. This will require you to register with the City Tax Collector’s Office and submit the online Declaration for Article 131 (Equal Benefits Program) compliance through the Supplier portal. Once these forms have been completed, submitted, and processed, you will be notified via email with your organization's new Supplier ID. That email will also provide instructions for completing your Supplier registration.
B. Proposal Questions and Submissions
1. Proposer Questions and Requests for Clarification
Proposers shall address any questions regarding this Solicitation to the Contract Administrator whose name and contact information appears on the cover page of this Solicitation. Proposers who fail to submit questions concerning this Solicitation and its requirements will waive all further rights to protest based on the specifications and conditions herein. Questions must be submitted through the Airport e-Procurement Portal or by email to the Contract Administrator whose name and contact information appears on the cover page of this Solicitation no later than the Written Questions Due Date. A written Addendum will be executed addressing each question and answer and posted publicly. It is the responsibility of the Proposer to check for any Addenda and other updates that will be posted on the Airport e-Procurement Portal: https://procurement.opengov.com/portal/sfo/projects/253592.
2. Proposal Format
Proposals must be created using a word processing software (e.g. Microsoft Word) and typed in a serif font (e.g. Arial and Times New Roman). The document must have page margins of at least .5” on all sides. Information must be provided at a level of detail that enables effective evaluation and comparison between Proposals. Failure to follow formatting, submission, or content requirements, as well as page limit restrictions (if any), may negatively impact the evaluation of your Proposal.
3. Time and Place for Submission of Proposals
Proposers interested in responding to this solicitation must register with the Airport e-Procurement Portal in order to submit a proposal. This is a separate registration from the City’s requirement for Bidder and Supplier. It is recommended that Proposers complete this Airport e-Procurement registration as soon as possible. Late submissions will not be considered. The City will not be responsible for proposals that are late due to failure to register with the Airport e-Procurement Portal.
Proposer is solely responsible for ensuring its proposal is successfully uploaded and submitted in accordance with the solicitation requirements prior to the Deadline to Submit Proposals. The City shall not be responsible for any delays in transmission or errors with Proposer’s submission of proposal. Do not wait until the last minute to upload files and submit a proposal as delays can occur. In the event that there is a technical issue with uploading documents or submitting a proposal, please contact the Airport e-Procurement Portal support for assistance at:
Proposers are instructed to upload the required documents to the Airport e-Procurement Portal in Adobe PDF format (unless otherwise noted) in separate files as follows:
C. RFQ Addenda
The City may modify this Solicitation, prior to the Proposal Due Date, by issuing an Addendum to the Solicitation, which will be posted on Airport e-Procurement Portal: https://procurement.opengov.com/portal/sfo/projects/253592. The Proposer shall be responsible for ensuring that its Proposal reflects any and all Addenda issued by the City prior to the Proposal Due Date regardless of when the Proposal is submitted. Therefore, the City recommends that the Proposer consult the website frequently, including shortly before the Proposal Due Date, to determine if the Proposer has downloaded all Solicitation Addenda. It is the responsibility of the Proposer to check for any Addenda, Questions and Answers documents, and updates, which may be posted to the subject Solicitation.
THE SUBMITTAL OF A RESPONSE TO THIS SOLICITATION SHALL EXPLICITLY STIPULATE ACCEPTANCE BY PROPOSERS OF THE TERMS FOUND IN THIS SOLICITATION, ANY AND ALL ADDENDA ISSUED TO THIS SOLICITATION, AND THE PROPOSED CONTRACT TERMS.
D. Public Disclosure
All documents under this solicitation process are subject to public disclosure per the California Public Records Act (California Government Code Section §7920.000 et seq.) and the San Francisco Sunshine Ordinance (San Francisco Administrative Code Chapter 67). Contracts, Proposals, responses, and all other records of communications between the City and Proposers shall be open to inspection immediately after a contract has been awarded. Nothing in this Administrative Code provision requires the disclosure of a private person’s or organization’s net worth or other proprietary financial data submitted for qualification for a contract or other benefit until and unless that person or organization is awarded the contract or benefit.
If the City receives a Public Records Request (“Request”) pertaining to this solicitation, City will use its best efforts to notify the affected Proposer(s) of the Request and to provide the Proposer with a description of the material that the City deems responsive and the due date for disclosure (“Response Date”). If the Proposer asserts that some or all of the material requested contains or reveals valuable trade secret or other information belonging to the Proposer that is exempt from disclosure and directs the City in writing to withhold such material from production (“Withholding Directive”), then the City will comply with the Withholding Directive on the condition that the Proposer seeks judicial relief on or before the Response Date. Should Proposer fail to seek judicial relief on or before the Response Date, the City shall proceed with the disclosure of responsive documents.
E. Limitation on Communications During Solicitation
From the date this Solicitation is issued until the date the competitive process of this Solicitation is completed (either by cancellation by final action of the Airport Commission and the Board of Supervisors), Proposers and their subcontractors, vendors, representatives and/or other parties under Proposer’s control, shall communicate solely with the Airport only with the person whose name appears in this Solicitation (“Contract Administrator”) whose name and contact information appears on the cover page of this Solicitation. Any attempt to communicate with any party other than the Contract Administrator – including any City official, representative or employee - is strictly prohibited. The persons with whom communication is prohibited includes, but is not limited to, any City and County of San Francisco elected official, member of the Airport Commission, City or Airport Commission personnel, and/or any selection panel member. Failure to comply with this communications protocol may, at the sole discretion of the Airport, result in the disqualification of the Proposer or potential Proposer from the competitive process. This protocol does not apply to communications with the City regarding business not related to this Solicitation.
F. Proposal Selection Shall Not Imply Acceptance
The acceptance and/or selection of any Proposal(s) shall not imply acceptance by the City of all terms of the Proposal(s), which may be subject to further approvals before the City may be legally bound thereby.
G. Cybersecurity Risk Assessment
As part of City’s evaluation process, City may engage in Cybersecurity Risk Assessment (CRA). CRA may be performed for each entity manufacturing the product, performing technical functions related to the product’s performance, and/or accessing City’s networks and systems. Where a prime contractor or reseller plays an active role in each of these activities, CRA may also be required for the prime contractor or reseller.
To conduct a CRA, City may collect as part of this Solicitation process one of the following two reports:
The above reports may be requested at such time City has selected or is considering a potential Proposer. The reports will be evaluated by the soliciting Department and the City’s Department of Technology to identify existing or potential cyber risks to City. Should such risks be identified, City may afford a potential Proposer an opportunity to cure such risk within a period of time deemed reasonable to City. Such remediation and continuing compliance shall be subject to City’s on-going review and audit through industry-standard methodologies, including but not limited to: on-site visits, review of the entities’ cybersecurity program, penetration testing, and/or code reviews.
H. Solicitation Errors and Omissions
Proposers are responsible for reviewing all portions of this Solicitation. Proposers are to promptly notify the City, in writing and to the Solicitation contact person if the Proposer discovers any ambiguity, discrepancy, omission, or other error in the Solicitation. Any such notification should be directed to the City promptly after discovery, but in no event later than the deadline for questions. Modifications and clarifications will be made by Addenda as provided below.
I. Objections to Solicitation Terms
Should a Proposer object on any ground to any provision or legal requirement set forth in this Solicitation, the Proposer must, no later than the deadline for questions, provide written notice to the City setting forth with specificity the grounds for the objection. The failure of a Proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection.
J. Protest Procedures
1. Protest of Non-Responsiveness Determination
Within three (3) business days of the City's issuance of a Notice of Non-Responsiveness, a Proposer may submit a written Notice of Protest of Non-Responsiveness. The Notice of Protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The Notice of Protest must be signed by an individual authorized to represent the Proposer, and must cite the law, rule, local ordinance, procedure or Solicitation provision on which the protest is based. In addition, the Notice of Protest must specify facts and evidence sufficient for the City to determine the validity of the protest.
2. Protest of Non-Responsible Determination
Within three (3) business days of the City's issuance of a Notice of Non-Responsibility, a Proposer may submit a written Notice of Protest of Non-Responsibility. The Notice of Protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The Notice of Protest must be signed by an individual authorized to represent the Proposer, and must cite the law, rule, local ordinance, procedure or Solicitation provision on which the protest is based. In addition, the Notice of Protest must specify facts and evidence sufficient for the City to determine the validity of the protest.
3. Protest of Contract Award
Within three (3) business days of the City's issuance of a Notice of Intent to Award, a Proposer may submit a written Notice of Protest of Contract Award. The Notice of Protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The Notice of Protest must be signed by an individual authorized to represent the Proposer, and must cite the law, rule, local ordinance, procedure or Solicitation provision on which the protest is based. In addition, the Notice of Protest must specify facts and evidence sufficient for the City to determine the validity of the protest. The City, at its discretion, may make a determination regarding a protest without requesting further documents or information from the Proposer who submitted the protest. Accordingly, the initial protest must include all grounds of protest and all supporting documentation or evidence reasonably available to the prospective Proposer at the time the protest is submitted. If the Proposer later raises new grounds or evidence that were not included in the initial protest, but which could have been raised at that time, then the City may not consider such new grounds or new evidence. Upon receipt of a timely and proper protest, the City will review the protest and conduct an investigation as it deems appropriate. As part of its investigation, the City may consider information provided by sources other than the Proposer. The City may also consider supplemental correspondence or other information relating to the original ground(s) of Protest submitted by a protesting Proposer to the extent the City determines that such information will assist it in resolving the Protest. At the completion of its investigation, the City will provide a written determination to the Proposer who submitted the protest.
4. Delivery of Protests
A Notice of Protest must be written. Protests made orally (e.g., by telephone) will not be considered. A Notice of Protest must be delivered by mail or email to the Contract Administrator whose name and contact information appears on the cover page to this Solicitation and received by the due dates stated above. A Notice of Protest shall be transmitted by a means that will objectively establish the date the City received the Notice of Protest. If a Notice of Protest is mailed, the protestor bears the risk of non-delivery within the deadlines specified herein.
K. Proposal Term
Submission of a Proposal signifies that the proposed products, services and prices are valid for 180 calendar days from the Proposal Due Date and that the quoted prices are genuine and not the result of collusion or any other anti-competitive activity. At Proposer’s election, the Proposal may remain valid beyond the 180-day period in the circumstance of extended negotiations.
L. Revision to Proposal
A Proposer may revise a Proposal on the Proposer’s own initiative at any time before the deadline for submission of Proposals. The Proposer must submit the revised Proposal in the same manner as the original. A revised Proposal must be received on or before, but no later than the Proposal Due Date and time. In no case will a statement of intent to submit a revised Proposal, or commencement of a revision process, extend the Proposal Due Date for any Proposer. At any time during the Proposal evaluation process, the City may require a Proposer to provide oral or written clarification of its Proposal. The City reserves the right to make an award without further clarifications of Proposals received.
M. Proposal Errors and Omissions
Failure by the City to object to an error, omission, or deviation in the Proposal will in no way modify the Solicitation or excuse the Proposer from full compliance with the specifications of this Solicitation or any contract awarded under this Solicitation.
N. Financial Responsibility
The City accepts no financial responsibility for any costs incurred by a Proposer in responding to this Solicitation. Proposers acknowledge and agree that their submissions in response to this Solicitation will become the property of the City and may be used by the City in any way deemed appropriate.
O. Proposer’s Obligations under the Campaign Reform Ordinance
If a contract awarded under this Solicitation has (A) a value of $100,000 or more in a fiscal year and (B) requires the approval of an elected City official, Proposers are hereby advised:
This restriction applies to the party seeking the contract, the party’s board of directors, chairperson, chief executive officer, chief financial officer, chief operating officer, any person with an ownership interest greater than ten percent, and any political committees controlled or sponsored by the party, as well as any subcontractors listed in the awarded contract or Proposal. The law both prohibits the donor from giving contributions and prohibits the elected official from soliciting or accepting them.
The people and entities listed in the preceding paragraph may not make a campaign contribution to the elected official at any time from the submission of a Proposal for a contract until either: (1) negotiations are terminated and no contract is awarded; or (2) twelve months have elapsed since the award of the contract.
A violation of Section 1.126 may result in criminal, civil, or administrative penalties. For further information, Proposers should contact the San Francisco Ethics Commission at (415) 252-3100 or go to https://sfethics.org/compliance/city-officers/city-contracts/city-departments/notifying-bidders-and-potential-bidders.
P. Reservations of Rights by the City
The issuance of this Solicitation does not constitute a guarantee by the City that a contract will be awarded or executed by the City. The City expressly reserves the right at any time to:
Q. No Waiver
No waiver by the City of any provision of this Solicitation shall be implied from the City’s failure to recognize or take action on account of a Proposer’s failure to comply with this Solicitation.
R. Other
See Next Section 2. Appendix A - Draft Agreement
Proposer shall fill out the Hourly Rate Schedule below, including the firm name, position/title, and hourly rates for all personnel, and submit this form along with the Proposal.
The hourly rates provided in the Hourly Rate Schedule will not be scored but may be used to negotiate the final hourly rates in the Agreement.
Name | Position | Hourly Rate |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Complete and download the First Source Program Projection Form at https://powerforms.docusign.net/7fbba84c-c5d8-47c0-8e57-7203f75c0932?env=na2&acct=674ac644-8feb-497f-9e7c-73837ca1bebe&accountId=674ac644-8feb-497f-9e7c-73837ca1bebe
To learn more about the First Source Hiring Program, visit: https://www.sf.gov/comply-first-source-hiring-program
Please upload the Minimum Qualification Response here
Please upload the Fee Proposal
Please upload the First Source Hiring Form
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.