Dallas Logo
File #: 21-515    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 3/12/2021 In control: Office of Procurement Services
On agenda: 4/14/2021 Final action:
Title: Authorize a five-year service contract for the purchase, implementation, and maintenance of an airport safety and work-order management system for the Department of Aviation - Veoci Inc., most advantageous proposer of three - Not to exceed $253,000 - Financing: Aviation Fund (subject to annual appropriations)
Indexes: 2
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     April 14, 2021

COUNCIL DISTRICT(S):                     2

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a five-year service contract for the purchase, implementation, and maintenance of an airport safety and work-order management system for the Department of Aviation - Veoci Inc., most advantageous proposer of three - Not to exceed $253,000 - Financing:  Aviation Fund (subject to annual appropriations)

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a service contract is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis.

 

This service contract will provide for the purchase, implementation, and maintenance of an airport safety and work-order management system for the Department of Aviation. This system will integrate all airport operations divisions onto one technological platform and improve airport operations while maintaining Dallas Airport Systems compliance with Federal Aviation Administration (FAA) Part 139 Airport Operating Certification. This system will also allow improved management of time and resources, resulting in a decrease of costs and increase of productivity.

 

The recommended solution will provide the management team with integrated data for future planning and performance improvement as technology advances. Below are the advantages of awarding this solution of the combined Airport Safety Management and Work Order System:

 

                     FAA Part 139 compliance

                     Work order management system

                     Map geocoding field data collection capabilities

                     Customized inspection templates

                     Customized forms and workflows

                     Incident management system

                     Emergency management

                     External system integration

 

A six-member committee from the following departments reviewed and evaluated the qualifications:

 

                     Department of Aviation                      (2)

                     Department of Information and Technology Services                      (2)

                     Office of Economic Development Business Workforce and Inclusion Division                      (1)*

                     Office of Procurement Services                     (1)*

 

*The Office of Procurement Services evaluated cost and local preference, if applicable.  The Office of Economic Development Business Workforce and Inclusion Division only evaluated the Business Inclusion and Development Policy.

 

The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Pricing considerations - cost value                                                               30 points

                     Experience and qualification                                                                                    25 points

                     Technical capabilities and features                                                               25 points

                     Staffing plan/production capacity of the project team                     15 points

                     Local Preference Program                                                                                                           5 points

 

As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes.  To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors.

 

On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141.  The current calculated living wage during the solicitation process of this contract is $12.38; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

This item has no prior action.

 

FISCAL INFORMATION

 

Fund

FY 2021

FY 2022

Future Years

Aviation Fund

$51,600.00

$50,350.00

$151,050.00

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Procurement Category

M/WBE Goal

M/WBE %

M/WBE $

$253,000.00

Other Services

N/A

N/A

N/A

The Business Inclusion and Development Policy does not apply to Other Service contracts.

Grey Wall Software, LLC dba Veoci Inc. - Non-local; Workforce - 1.40% Local

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for Competitive

Utilized for high technology procurements, insurance procurements, and other goods and services

Sealed Proposal

Recommended offeror whose proposal is most advantageous to the City, considering the relative importance of price, and other evaluation factors stated in the specifications

 

Always involves a team evaluation

 

Allows for negotiation on contract terms, including price

 

The Office of Procurement Services received the following proposals from solicitation number BI21-00014928.  We opened them on November 20, 2020.  We recommend the City Council award this service contract in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                     Address                     Score

 

*Veoci Inc.                     195 Church St.                     87.25

                     New Haven, CT  06510

 

GCR, Inc. dba Civix                     3300 West Esplanade Ave.                     73.35

                     Suite 400

                     Metairie, LA  70002

 

OWNER

 

Veoci Inc.

 

Sukhminder Grewal, Founder