Active SLED Opportunity · FLORIDA · JACKSONVILLE TRANSPORTATION AUTHORITY
AI Summary
JTA seeks a sole source contract with Genfare LLC for compatible fare collection system components, software, and support services to standardize and improve its transit fare collection system. The RFP includes detailed evaluation criteria and submission requirements.
The Jacksonville Transportation Authority (JTA) intends to award a sole source contract to Genfare LLC for the procurement of its core components, validators, fare collection system parts, proprietary software, and related support services. This procurement is justified based on system standardization and compatibility requirements.
JTA currently operates a Genfare fare collection system for core components of its transit network, including fareboxes and backend systems. However, there are some existing components procured from a different manufacturer and are not fully compatible with Genfare’s proprietary platform. This mixed-system environment creates inefficiencies in system integration, maintenance, data management, and overall operational performance.
To address these challenges, JTA has determined that full system standardization under a single platform is necessary to ensure interoperability, reliability, and long-term cost efficiency. JTA intends to replace the existing non-Genfare components with Genfare components to achieve a fully integrated fare collection system. Standardizing all fare collection components under Genfare will allow seamless communication between devices, consistent software functionality, improved data accuracy, and streamlined vendor support.
Genfare LLC, as the original equipment manufacturer and sole provider of its proprietary fare collection technology, is the only source capable of supplying validators, parts, and software that are fully compatible with JTA’s existing Genfare infrastructure.
Accordingly, this procurement is justified as a sole source based on the need for system standardization, compatibility with existing equipment, and the avoidance of unnecessary duplication of costs, in accordance with applicable FTA procurement guidelines.
Any vendor that believes that they can provide the above-mentioned product(s), shall submit a written statement outlining their reasons and concerns in detail along with sufficient documentation to substantiate their claim that their offer meets the specifications of the proposed proprietary/single source recommendation.
Proposers must be in good standing and authorized to transact business in the State of Florida. This shall be verified by being listed as active in Sunbiz.org database.
CONTRACT ADMINISTRATOR MUST READ BOTH STATEMENTS AND SELECT THE VERSION BASED ON FUNDING TYPE.
Proposer must not be listed in the System for Award Management (SAM) as an excluded party; and must demonstrate compliance with any other minimum requirements as stated in the Scope of Work and/or Instructions to Proposers.
Or
This is a federally funded Procurement. Proposers must be registered and in an active status in the System for Award Management (SAM) through SAM.gov to participate in a federally funded project. Proposers must not be listed in the System for Award Management (SAM) as an excluded party and must demonstrate compliance with any other minimum requirements as stated in the Scope of Work and/or Instructions to Proposers.
In addition, all licenses required for Proposers whose businesses and professions are regulated by the Florida Department of Business and Professional Regulation must be active and current at the time of the proposal submission.
The Business Compliance will review all requested DBE/SBE requirements and forms of all proposals for sufficiency then provide to the Procurement Department a Business Compliance Memorandum.
2a. Proposer to provide in detail the overall qualification and experience of both proposer and any proposed subcontractors. Provide an organizational chart of the key staff, including sub contractors, identifying the individual staff member’s firm and office location.
2b. Proposer must describe in detail the proposer’s work history, length of time in business, locations, number of employees, types of services offered, and summary of its direct experience in providing the services as described in the Scope of Work.
2c. Proposers must submit three (3) references showing five (5) years of industry experience with the same types of products as detailed in the scope of work. The references must define the Proposers’ experience, expertise, qualifications, and competency to undertake a project of this size and scope. The Proposer must submit references using the Past Experience/Performance Reference Forms. References shall be confirmed.
3a. Proposer should differentiate itself from other Proposers and provide all pertinent information to demonstrate its understanding of and ability to successfully complete this project’s scope of work. Detailing the time it takes to order, receive all materials, and install.
3b. Proposer should identify any special problems or concerns associated with the project and ideas on how these obstacles should be addressed, including any approach, which are designed to save time and money.
3c. Proposer to provide a tentative project schedule with actions/plans to keep the project on schedule. Describe the firm’s project communication plans. Describe in detail how project issues will be resolved.
4a. The number and size of relevant projects currently being performed, personnel assigned to, and status of such projects, will be evaluated. The Proposer shall include an overall schedule of availability of key personnel, as such exists at the time of the Proposal, and provide sufficient information so reviewers can determine for themselves the availability of key staff members. Any significant commitment of listed personnel which could conflict with their availability for the project should be clearly shown and planned contingencies to deal with such conflicts, if they occur, shall be noted.
5a. Proposer shall detail the processes and procedures the proposer has in place to assure quality assurance and quality control, in addition to the reporting mechanisms to the JTA’s Project Manager. Procedures for ensuring quality control of firms subcontracted work must be included.
6a. Proposer shall provide pricing for all items outlined in the Price Proposal Form. Proposers with the lowest rate will receive a more favorable score. All proposed pricing is subject to negotiations.
This is a federally funded project; Bidders must be registered in System for Award Management (SAM) through SAM.gov and must not be listed as an excluded party. Additionally, Bidders must be registered in SunBiz and in good standing and authorized to transact business in the State of Florida, and must demonstrate compliance with any other minimum requirements as stated in the Scope of Work and/or Instructions to Bidders.
Please Upload your COMPLETE response, including any and all required forms listed in the solicitation and the corresponding attachments.
(Do not upload cost information in here)
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Choose One:
Answer Format: XX%
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.