SLED Opportunity · MARYLAND · MARYLAND-NATIONAL CAPITAL PARK AND PLANNING COMMISSION

    Web-Based Location Intelligence Application

    Issued by Maryland-National Capital Park and Planning Commission
    localRFPMaryland-National Capital Park and Planning CommissionSol. 225068
    Closed
    STATUS
    Closed
    due Mar 27, 2026
    PUBLISHED
    Feb 19, 2026
    Posting date
    JURISDICTION
    Maryland-National Capital
    local
    NAICS CODE
    541512
    AI-classified industry

    AI Summary

    M-NCPPC seeks qualified contractors for a web-based location intelligence application to support operational and planning needs, with proposals due by March 27, 2026.

    Opportunity details

    Solicitation No.
    225068
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    February 19, 2026
    Due Date
    March 27, 2026
    NAICS Code
    541512AI guide
    Agency
    Maryland-National Capital Park and Planning Commission

    Description

    The Maryland-National Capital Park and Planning Commission (M-NCPPC) is soliciting qualified contractors for RFP 46-120, Web-Based Location Intelligence Application to provide a web-based location intelligence application to support the diverse operational and planning needs of its bi-county departments, to be received no later than March 27, 2026, by 2:00 PM EST.

    Background

    The web-based location intelligence application will provide valuable insights into visitor behaviors, land use dynamics, transportation patterns, and demographic trends. It will support decision-making for park planning and programming, zoning and development review, transportation modeling, equity analysis, and economic development. The tool must enable departments to evaluate scenarios such as zoning changes, emissions impacts, accessibility to services, and equitable access to public spaces—reflecting M-NCPPC’s commitment to sustainability, inclusivity, and data-informed governance.  

    Project Details

    • Reference ID: 46-120
    • Department: Corporate Procurement Services
    • Department Head: Stacey M. Pearson (Corporate Procurement Director)

    Important Dates

    • Questions Due: 2026-03-06T19:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-02T18:00:00.000Z — A pre-proposal meeting is scheduled for March 2, 2026, at 1:00 PM EST, and will be held via Microsoft Teams. To receive the meeting link, offerors must email April.Dickens@mncppc.org at least three (3) days prior to the meeting. Requests submitted on the day of the meeting may not be accommodated. Please note that this meeting will not be recorded. Vendors are strictly prohibited from utilizing any form of Artificial Intelligence (AI) Bots, automated tools, or virtual assistants during Pre-Proposal/Bid Conferences. All communications and participation in such conferences must be conducted by human representatives of the vendor organization. Vendors who utilize any form of (AI) Bots, automated tools, or virtual assistants during the conference will be removed from the meeting. Reasonable modifications and accommodation will be provided by the Commission upon request with reasonable advance notice.

    Addenda

    • Addendum #1 (released 2026-03-02T15:58:43.255Z) —

      Addendum Number One - Financial Statement Requirement

      Offerors must include in their proposal a commonly accepted method for demonstrating fiscal integrity. The offeror shall provide financial statements, including a Profit and Loss Statement and a Balance Sheet, for the past two (2) years (independently audited statements are preferred) only if their cost proposal exceeds $100,000 annually.

    • Addendum #2 (released 2026-03-10T01:16:55.395Z) —

      Addendum Number Two - Web-Based Location Intelligence Application - Areas of Interest 

    • Addendum #3 (released 2026-03-10T02:27:29.488Z) —

      Addendum Number Three - WCAG 2.1 AA Accessibility Standards

      Please provide your most recent Voluntary Product Accessibility Template® (VPAT®) or Accessibility Conformance Report (ACR) with your Technical Proposal.  

    • Addendum #4 (released 2026-03-10T15:31:02.112Z) —

      Addendum Number Four - Pre-Bid Meeting Slide Deck and Attendance Report

    • Addendum #5 (released 2026-03-11T15:55:51.510Z) —

      Addendum Number Five - Areas of Interest Clarification #1

    • Addendum #6 (released 2026-03-11T19:52:14.922Z) —

      Addendum Six - Areas of Interest Clarification #3

    • Addendum #7 (released 2026-03-19T13:24:45.177Z) —

      Addendum Number Seven - Proposal Deadline

    Evaluation Criteria

    • Qualifications, Expertise and References (20 pts)

      •    Technical qualifications and experience of key members of the engagement team and the firm:
      -    Include resumes for key members who will be involved in the project.
      -    Include prime and subcontractor/s (if applicable).
      •    Provide a minimum of three (3) references for similar sized public sector agencies as customers similar to the scope and deliverables of this solicitation:
      -    Description of the project and services provided
      -    Period of performance
      -    Point of contact, email, and phone number

    • Methodology and Work Plan (20 pts)

      •    Overall ability to provide a concise overview of the proposed Web-Based Location Intelligence Application and clearly demonstrate their methodology and capability to deliver services in a timely, efficient, and well-structured manner. Proposals must clearly describe how the solution meets all functional and technical requirements of this RFP and ensures high data quality.
      •    Provide a high level overview of the proposed implementation strategy, timeline, and anticipated outcomes. The implementation approach shall include system configuration, data onboarding, validation, user access setup, and knowledge transfer.
      •    Proposals will be evaluated on how well the application supports both operational and planning functions, including zoning analysis, transportation modeling, accessibility evaluation, and equity-focused analytics, as outlined in the Scope of Work.

    • Application Data Quality (40 pts)

      •    Submit sample visitor metrics data for calendar year 2024, generated from its Web-Based Location Analytics Application, for the defined areas of interest. These data will be evaluated based on correlation and variance when compared with M-NCPPC’s internal ground-truth visitor data.
      •    Submit sample datasets and documentation demonstrate the application’s ability to provide planning-relevant insights for non-park geographies, including zoning districts, transit corridors, equity emphasis areas, and transit-oriented development zones. The samples illustrate the breadth, granularity, and analytical depth of available data, including metrics related to land use, accessibility, transportation behavior, and demographic patterns, where applicable.
      •    Submit sample data for defined areas of interest, including parks and non-park geographies. The samples include required visitor metrics and demonstrate the application’s ability to deliver granular, actionable insights. These data will be used to assess both the accuracy of visitor metrics relative to internal ground truth and the overall analytical value of the dataset.
      •    Submit together with the sample dataset necessary documentation and metadata for its interpretation.
      •    The offeror shall be available via email and video sessions as needed for clarification or follow-up.

      Areas of interest listed below (defined online as a GIS layer for reference). 

      •    Capital Crescent Trail Special Park
      •    Northwest Branch Recreational Park
      •    North Four Corners Local Park
      •    Watkins Regional Park
      •    Purple Line Corridor
      •    Downtown Largo Transit District
      •    Fort Washington Census-Designated Place

    • Cost Proposals (20 pts)

      •    The offeror shall submit a comprehensive Cost Proposal (Attachment B) for the Web-Based Location Intelligence Application. 
      •    Itemized Costs: The offeror shall provide the following fee structure:
      Submit all-inclusive costs for delivering a Web-Based Location Analytics Application. All costs and fees attached to this project must clearly describe any start-up, one-time, and ongoing fees. 
      •    The total annual cost for the Web-Based Location Intelligence Application, including all licenses, subscriptions,  ongoing technical support, maintenance, and any other associated fees, shall not exceed One Hundred Fifty Thousand Dollars ($150,000.00) under any resulting contract. Proposals exceeding this amount may be deemed non-responsive.

    Submission Requirements

    • Authorized Person(s) (required)

      Please provide the following information for each person(s) authorized to submit a response on behalf of your organization:

      Name
      Title
      Phone Number
      Email Address

    • Insurance Requirements (required)

      By submitting a response to this solicitation, the authorized member of the firm confirms that the organization understands the insurance requirements as provided for in this solicitation and will comply in full if awarded this contract. Failure to complete and submit the insurance requirements may result in your firm being deemed non-responsive. The Proposer shall be required, prior to the execution of issuance of a Purchase Order, to furnish a Certificate of Insurance with satisfactory proof of all insurance required by this solicitation.

    • Type of Business (required)

      Please select one of the following:

    • Additional Business Information (required)

      Please provide one of the following:

      • the state in which the organization is incorporated; or
      • name of Partner(s) if a Partnership; or
      • individual's name if an individual is using a trade name
    • State of Maryland Department of Taxation (SDAT) (required)

      Please provide your State of Maryland Department of Taxation ID Number.

      • Vendors doing business in the State of Maryland are required to be in ‘Good Standing’ with MD-SDAT; this may not be applicable for individuals, sole proprietorships or partnerships.
      • The Commission will require, if applicable, a copy of a Certificate of Good Standing from SDAT prior to entering a contact with your firm.
      • The Commission will verify this status on the MD-SDAT website before an award is made.
      • If your firm has a ‘Forfeit’ status from MD-SDAT the Commission cannot enter a contract with your firm until this status has been rectified with the MD-SDAT.
      • If this status is not rectified in a timely manner with MD-SDAT, then your firm maybe declared non-responsible and your proposal will not be considered for an award.
    • Primary Point of Contact (required)

      Please provide the following information for the primary point of contact for this project:

      Name
      Email Address
      Phone Number

    • Technical Proposal (REQUIRED) (required)

      Please upload your Technical Proposal here.

    • Cost Proposal_Attachment B (REQUIRED) (required)

      Please upload your separate Cost Proposal here

    • Sub-Consultant Utilization Report_Attachment D (REQUIRED) (required)

      Please download the below documents, complete, and upload.

    • Non-Discrimination in Subcontracting_ Attachment E (REQUIRED) (required)

      Please download the below documents, complete, and upload.

    • Proposal Declaration_Attachment F (REQUIRED) (required)

      Please download the below documents, complete, and upload.

    • Responsibility Affirmation_Attachment G (REQUIRED) (required)

      Please download the below documents, complete, and upload.

    • Insurance Checklist_Attachment H (REQUIRED) (required)

      Please download the below documents, complete, and upload.

    • Services (required)

      Please provide a brief description of the type of services required for this project.

    • Pricing Table (required)

      Do you require a pricing table, please mark yes or no

    Questions & Answers

    Q (Budget): IS the budget listed for one year or total contract length?

    A: The budget must not exceed $150,000 annually.


    Q (Solution Requirements): Is the MNCPPC expecting the solution to provide the visitor behavior dataset (foot traffic / mobility signals) as part of the solution, or do they already have data sources and just need the web-based platform + analytics?

    A: The Commission is expecting the application to provide the visitor behavior dataset (foot traffic / mobility signals) as part of the solution.


    Q (Sample Contract for Services): Per section IX. Attachments, "Sample Contract for Services (Attachment C) – Offerors must review the sample contract and submit with their proposals any exceptions to the contract." However, within the portal Response - Vendor Questionnaire, there is no section designated for the upload of exceptions. Should Offerors provided exceptions, if any, within their Technical Proposal?

    A: Offerors should include any exceptions to the RFP or Sample Contract for Services in their technical proposal. You may strike language in the document itself and upload it as a section in your technical proposal.


    Q (SHP or KMZ files for Areas of Interest?): Would you be able to provide SHP or KMZ files of the areas of interest listed below? - Capital Crescent Trail Special Park - Northwest Branch Recreational Park • North Four Corners Local Park • Watkins Regional Park • Purple Line Corridor • Downtown Largo Transit District • Fort Washington Census-Designated Place

    A: A link in Addendum Two has been issued and addresses the areas of interest.


    Q (User and Organizational Structure): What is the estimated total user count?

    A: Estimate is 100 concurrent users maximum.


    Q (Demonstration Phase): Shortlisted vendors scoring 80 points or higher may be invited for demonstrations. Will demonstrations follow a structured scenario or vendor-defined presentation? Will the Commission provide sample workflows for the demo?

    A: The Commission will provide shortlisted vendors who receive a score of 80 points or above a demo script prior to demonstrations.


    Q (interest zones boundaries): Hi, would it be possible to provide shape files of the different zones of interests ? Thanks !

    A: Please refer to the Addendums labeled "Areas of Interest".


    Q (Architecture and Deployment): Is FedRAMP, SOC2, or other security certification required?

    A: Please provide your most recent Voluntary Product Accessibility Template® (VPAT®) or Accessibility Conformance Report (ACR) with your Technical Proposal. Offeror must provide evidence of SOC 2 compliance. Please provide your latest SOC 2 Type II audit report (or Type I if Type II is not available), along with any supporting security policies or certifications.


    Q (Subcontractor): If you want to be considered as subcontractor for this RFP how do you list yourself?

    A: Unfortunately, there is no built-in feature for listing yourself as a subcontractor. If you are interested in participating as a subcontractor, we recommend the following: 1. The pre-bid meeting attendance report was posted via Addendum Four and serves as a resource for prime offerors looking for subcontractors or vice versa. 2. Reach out directly to firms you believe may submit a proposal as the prime contractor.. The Commission's procurement office is not able to facilitate connections between prime contractors and subcontractors, but making yourself known through the pre-bid attendance report is the best starting point.


    Q (Incumbent): If so, will the incumbent be permitted to submit a proposal for this solicitation?

    A: Yes.


    Q (Incumbent): Is there an incumbent vendor currently providing a location intelligence or mobility analytics platform to the Commission?

    A: The Commission currently uses CityData.


    Q (Transition Support/Data Migration): If a new vendor is selected, will transition support and/or data migration assistance be provided by the Commission or the incumbent?

    A: The Commission will execute the transition.


    Q (Offshore Work): Does the Commission permit any portion of the work (e.g., development, data processing, analytics support, or customer service) to be performed outside the United States?

    A: There are no restrictions where the vendor originates or perform the work to enable the application provided the following criteria is met: The Commission’s data will be stored and backed up on servers within the United States. The data will be accessible to the Commission on demand, in a format that the Commission can understand and use. Data will never be housed or transported internationally.


    Q (Data Storage): If offshore work is permitted, are there any restrictions regarding data storage, data access, or data handling locations?

    A: There are no restrictions where the vendor originates or perform the work to enable the application provided the following criteria is met: The Commission’s data must be stored and backed up on servers within the United States. The data must be accessible to the Commission on demand, in a format that the Commission can understand and use. Data must never be housed or transported internationally.


    Q (Remote Work): Is the Commission permitting the project to be performed fully remotely, including implementation, training, and ongoing support?

    A: The Commission supports remote delivery for all phases of the project including implementation, training, and ongoing support. A hybrid model that combines remote and on‑site work when beneficial is also acceptable. This flexibility allows the engagement approach to be tailored to project needs while maintaining strong communication, collaboration, and continuity of service.


    Q (Onsite Work): Are there any onsite presence requirements during implementation or throughout the contract term?

    A: Onsite support is not required.


    Q (Onsite Support): If onsite support is required, please specify the expected frequency and applicable locations (e.g., Montgomery County, Prince George’s County, or Commission headquarters).

    A: Onsite support is not required.


    Q (Estimated Users): The Cost Proposal references 100 concurrent users — is this a firm requirement or an estimated maximum?

    A: 100 concurrent users is an estimated maximum.


    Q (User Roles): Does the Commission require different user roles and permission levels (e.g., administrator, analyst, viewer)?

    A: The Commission requires the following user roles: Administrator, User, and Viewer.


    Q (Go-Live Date): Is there a desired or target go-live date?

    A: The Commission does not have a desired go-live date. As stated in the RFP on page 24 - Evaluation Criteria/Methodology and Work Plan - Offerors will provide a high level overview of the proposed implementation strategy, timeline, and anticipated outcomes.


    Q (Implementation): Does the Commission expect implementation to be completed within a specific number of days following contract award?

    A: The Commission does not prescribe a fixed number of days for implementation following contract award. Instead, the Commission will evaluate each offeror’s proposed methodology and work plan, including the implementation strategy and timeline, to determine whether it is realistic, comprehensive, and aligned with project requirements.


    Q (Data Sources and Data Ownership): What internal datasets will the Commission provide to vendors for integration (GIS layers, zoning, demographics, etc.)?

    A: Various GIS layers that represent the areas of interest such as parks, planning areas, zoning, etc.


    Q (Data Sources and Data Ownership): In what format will the areas of interest GIS layers be provided (GeoJSON, shapefile, etc.)?

    A: Please refer to Addendums 2, 5 & 6.


    Q (Data Sources and Data Ownership): What level of geographic resolution is expected for visitor origin data (block group, census tract, zip code, etc.)?

    A: Census Block Group.


    Q (Data Sources and Data Ownership): What is the expected sample size or coverage percentage for visitor data?

    A: A representative sample would, within an accepted margin of error, accurately represent the trends for visitation and movement patterns to and from areas of interest within M-NCPPC. We are evaluating based on accuracy of trends not sample size although sample size as well as data quality are important inputs to the output data measuring visitation and movement patterns. Thus, what qualifies as representative might vary based on data quality and algorithm to extrapolate insights such that it could be 3-10%, which also could vary among areas of interest since visitation/movement and therefore coverage is not homogenous across geography.


    Q (Architecture and Deployment): Must the application be fully hosted SaaS, or will hybrid/on-prem deployment be considered?

    A: The Application must be a fully hosted SaaS.


    Q (Architecture and Deployment): Is there an existing identity provider (Azure AD, Okta, etc.) that should integrate with the platform?

    A: This is not a requirement; however, we have Azure Entra ID and this would be an additive feature.


    Q (Architecture and Deployment): What hosting environments are currently used by the Commission (Azure, AWS, on-prem)?

    A: Azure, AWS, and on-premises are used for various purposes. However, we are seeking a fully hosted SaaS application such that this should be irrelevant.


    Q (Integration with Existing Systems): What GIS platform is currently used by the Commission (ArcGIS, QGIS, CARTO, etc.)?

    A: ArcGIS is our GIS platform.


    Q (Integration with Existing Systems): Are there preferred standards for API access (REST, OGC APIs, etc.)?

    A: "REST is preferred. See Data Access and Delivery within the RFP: The application shall provide access to application data via user login/password access, APIs (e.g., REST, ODBC) and/or support delivery of data to Commission cloud or server storage environments."


    Q (Integration with Existing Systems): What authentication methods are expected for APIs?

    A: OAuth2 or API Key.


    Q (Analytical Requirements): What types of scenario modeling are most important to the Commission?

    A: "From the RFP reporting requirements: a. Current retailer sales data, including insights and historical performance b. Visitor trends, patterns, and forecasting c. Timeline-based reporting d. Site selection analytics e. Void analysis f. Development pipeline tracking g. Events and gatherings h. Proximity-based analytics i. Density, hotspot, and heatmap visualizations"


    Q (Analytical Requirements): What level of AI/ML or predictive analytics is expected vs descriptive analytics?

    A: "With the data/software provided, we should have sufficent data or insights together with internal data to make predictions related to the following analyses from the RFP reporting requirements: a. Current retailer sales data, including insights and historical performance b. Visitor trends, patterns, and forecasting c. Timeline-based reporting d. Site selection analytics e. Void analysis f. Development pipeline tracking g. Events and gatherings h. Proximity-based analytics i. Density, hotspot, and heatmap visualizations"


    Q (User and Organizational Structure): How many departments will initially use the system?

    A: As many as five Departments within the Commission should have initial access.


    Q (Reporting and Visualization): Are there preferred visualization frameworks or tools already used internally?

    A: Yes, we use CityData, Eco-Counter, and in-house developed visualizations using ArcGIS, Power BI, or other software for visitation data.


    Q (Implementation Expectations): What internal resources will the Commission provide during implementation?

    A: Internal participation will be aligned to the selected vendor’s implementation approach and may include, as appropriate, access to subject‑matter experts, project management support, end‑user representatives for training and testing activities, and coordination with relevant operational teams. The exact level of involvement will be determined during project planning to ensure effective collaboration while maintaining flexibility for the Commission’s operational needs.


    Q (Contract and Legal Terms): Will the Commission allow vendor-owned datasets to remain proprietary?

    A: All data entered into, generated by, or collected through the Web-Based Location Intelligence Application by the Commission will remain the exclusive property of the Commission. The vendor may retain ownership of any proprietary datasets they provide, but such datasets must be clearly identified and licensed for use within the solution. The Commission will retain full rights to access, export, and use its own data at any time, including upon contract termination.


    Q (Contract and Legal Terms): What uptime SLA expectations exist?

    A: The Commission did not not define a specific uptime SLA. Vendors are encouraged to propose their standard uptime commitments and associated service levels. An industry‑standard expectation of approximately 99.9% uptime or higher will serve as a general benchmark, but the Commission will evaluate proposed SLAs as part of the overall solution.


    Q (Local Preference ): Could you let us know if you have a local preference or are you open to a Canadian agency that has done similar work with clients globally?

    A: There is no local preference requirement for this solicitation. In accordance with the RFP, any vendor with experience performing work comparable in scope to this solicitation is eligible to submit a proposal.


    Q (Hosting Requirement):

    A: Would you need hosting, domain or SSL services and if yes, could you let us know what your current environment is so as to properly gauge your needs going forward? No, we do not require hosting, domain, or SSL services.


    Q (Copywriting):

    A: Could you let us know if you need copywriting or content migration services? If yes, could you quantify the requirement? No, we do not require copywriting or content migration services.


    Q (Videography/Photography):

    A: Could you let us know if you require any original or stock videography or photography? If yes, could you quantify the requirement? No, we do not require original or stock videography.


    Key dates

    1. February 19, 2026Published
    2. March 27, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

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