MIAMI-DADE COUNTY, FLORIDA NOTICE TO PROFESSIONAL CONSULTANTS (NTPC) MIAMI-DADE AVIATION DEPARTMENT (MDAD) MIA FUEL STORAGE FACILITY EXPANSION - PHASE 1 SPD PROJECT NO. E23AV01 INFORMS EVENT ID NO. E23AV01
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000696891-01
The County Mayor, Miami-Dade County (County), pursuant to Section
287.055, Florida Statutes, Sections
2-8.1 and
2-10.4 of the County Code, Implementing Order
3-34, and Administrative Order (A.O.)
3-39 announces that MDAD is seeking one (1) A/E consultant to design one nominal 95,600-barrel (4.0 million gallons) jet fuel storage tank and associated fueling systems at the MIA Fuel Storage Facility.
Participation Restrictions:
During the term of the two (2) Professional Service Agreements awarded for SPD Project No. A18-MDAD-01: Capital Improvement Program Specialized Services, the selected Prime firms Hill International, Inc. and CBRE Heery, Inc. are precluded from rendering services on this project.
Subcontractors of the Prime firms awarded under SPD Project No. A18-MDAD-01 may compete to participate in a future CIP project as a Prime or Subcontractor if such project will not be managed by their respective team under SPD Project No. A18-MDAD-01.
TY Lin International performed a study to evaluate the expansion of the Miami International Airport (MIA) Fuel Storage Facility under Project E16-MDAD-05. As such, TY Lin International, and their subconsultants NOVA Consulting Inc. and NIFAH & Partners Consulting Engineers, Inc., are precluded from rendering services on this project.
HNTB Corporation was awarded SPD Contract No. E20-MDAD-01, Bond Engineering Consulting Services, and its subconsultants are precluded from rendering services on this project.
Preferred Experience and Qualifications:
It is preferred that the Prime and/or subconsultants have a combined ten (10) years of experience in jet-A fuel tank design with the associated fire suppression system design and modification, land preparation, foundation and all associated fuel components, environmental assessment, construction phasing and project management.
The expertise must be met by a qualified individual(s) of the prime and/or sub-consultant firm(s), as applicable. The experience must be demonstrated by direct or substantial involvement of the individual(s) in a supervisory capacity at the Project Manager level or above. The determination of the individual’s qualifications and compliance with the experience and qualifications and preference stipulations shall be at the sole discretion of the County. The Competitive Selection Committee (CSC) may negatively evaluate proposals from firms they determine have failed to meet the above referenced experience and qualification(s). Information regarding the experience and qualification(s) and preference stipulations, for the Prime consultant, A/E sub-consultants, and non A/E sub-consultants, must be included in SPD Form No. 11, this form may be submitted more than once per individual Team member firm as applicable.
Scope of Services and Term:
The scope of the work includes but is not limited to site development, relocation of existing jet fuel piping, service roads, and fire protection, electrical, control, security and telecommunications systems, integration of new systems with the existing, work-related services, work site services, and construction inspection services (CIS) including special inspectors. New structures to be constructed will include a secondary containment area, inbound infiltration station, oil/water separator, stormwater lift station, jet fuel piping and valves/manifold, electrical power system, instrumentation and control system, fire suppression system, and telecommunications system. Critical components associated with the project are maintenance of traffic (MOT), phasing, security considerations, testing and commissioning, fire access and service roads, existing environmental conditions regulations, special inspections, and dewatering.
The Consultant shall provide at its own cost, the software, hardware, personnel, and training to utilize BIM (Building Information Modeling) methodology throughout the duration of this project. All work and development involving BIM shall comply with the MOAD BIM Standards Manual (BIM Manual).
The County intends to retain one (1) qualified consultant/team of firms for one (1) Non-Exclusive Professional Services Agreement (PSA), with an effective term of five (5) years.
No minimum amount of work or compensation is promised to the retained consultants. The County reserves the right to re-use the work products of the retained consultant(s) and to retain other consultants to provide the same or similar services at its sole discretion.
Technical Certification Requirements4.01 Aviation Systems - Engineering Design (Prime)8.00 Telecommunication Systems (Prime)12.00 General Mechanical Engineering (Prime)16.00 General Civil Engineering (Prime)17.00 Engineering Construction Management (Prime)9.02 Soil, Foundations and Materials Testing - Geotechnical and Materials Engineering Services10.01 Environmental Engineering - Stormwater Drainage Design Engineering Services10.05 Environmental Engineering - Contamination Assessment and Monitoring10.06 Environmental Engineering - Remedial Action Plan Design11.00 General Structural Engineering15.01 Surveying and Mapping - Land SurveyThe Procurement Contracting Officer for this project is Ana DaSilva, who may be contacted via e-mail at
[email protected].
Contract Measure Requirements
One (1) Agreement with: 10% DBE
A pre-submittal project briefing for interested firms will be held via Zoom on December 5, 2023. While attendance
IS NOT mandatory, interested parties
ARE ENCOURAGED to attend.
Deadline for submission of proposals is January 5, 2024 at 2:00 P.M., LOCAL TIME.
This NTPC is being solicited electronically through the INFORMS. Electronic bids are to be submitted through a secure mailbox at INFORMS (https://supplier.miamidade.gov) until the date and time indicated in this Solicitation document. For information concerning technical specifications please utilize the question/answer feature provided by INFORMS at https://supplier.miamidade.gov within the solicitation.
No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX, unless otherwise directed by the solicitation documents.
This solicitation is subject to Miami-Dade County’s Cone of Silence pursuant to Section 2-11.1(t) of the Miami-Dade County Code, as amended. Please review Miami-Dade County Administrative Order 3-27 for a complete and thorough description of the Cone of Silence.
12/1 23-45/0000696891M