Loading...
HomeMy WebLinkAboutM-86-0957CITY OR MIAMI. FLORIDA INTER -OFFICE MEMORANDUM .12 TM Honorable Mayor and Members DATE: NOV t 91986 FILL: of the City Commission su.JECT: City Commission Discussion Item - RFP for Travel Services FROM: REFERENCES: Cesar H. Odio City Manager ENeLosullts: We are placing as a City Commission discussion item the Finance Department's request to authorize distribution of the attached request for proposal for travel services under the premise that a travel agent or a professional firm in the travel services industry can provide lower costs to the City related to air fares, hotel rates and car rental rates. Alternatively, the Admin i strati on may con tin ue issuing f 1 i to -cheks or airline tickets and directly making reservations wi th hotels an d airlines. Travel Agents can obtain lower fares since they have direct access to airline reservation systems which provide all fares available. They can also obtain corporate rates with hotels and car rental agencies. The City would also save manpower otherwise required to make reservations, issue tickets and deliver them. k . CITY OF MIAMI REQUEST FOR PROPOSALS/QUALIFICATIONS I. BACKGROUND The City of Miami; (The City) incurs over $200, 000 in travel -related expenditures each fiscal year. Requests for proposals and qualifications are being solicited in order to determine if the appropriate services can be provided by a travel organization in an economical; efficient; and professional manner. H. GENERAL r The purpose of this Request for Proposals/Qualifications (RFP/RFQ) is to evaluate the concept of using a commercial organization (s) to procure transportation,, lodging; and other travel related services at the greatest savings to the City. The process may conclude with a contract (s) for services for an initial two (2) year test period. The City may award more than one contract for the required services. The City requests proposals from travel agents, and any other qualified full - service travel organizations. The POoposer(s) must submit both technical and business management qualifications which set forth accurate and' complete responses to this solicitation. The sole compensation for the service provided under the contract will be in the form of commissions or other con si derati on s received by the Proposer (s) for carriers and suppliers of accomodati on s, rental of vehicles, and other travel services. The City accepts no responsibility or liability for, and offers no guarantees with respect to; the payment of such commission or other considerations. The Proposer (s) will be limited to actual carrier rates or fares effective for all tickets issued to The City personnel for official travel. II1. AUDIT REVIEW The City will have the right to audit the records of the Proposer(s) as well as to have access to an airline reservation terminal to monitor Proposer (s) performance. w IV* TECHNICAL REQUIREMENTS The technical section of the proposal shalt specifically address the manner in which the Proposer (s) will meet the requirements presented below. The proposal shall provide enough information so that the evaluators will be able te•djetermine the Proposer W ability to meet each requirement set fQrtfi. ! •' A. UNDERSTANDING THE SPECIFIC TASKS REQUIREMENTS: The Proposer(s) shall describe individually his plan for meeting the requirements of each of the following elements of performance: 1. Official Travel Support: a. ten (10) hours a day; year-round, official travel support. b. local and toll free telephone access. c* place reservations, issue and deliver tickets, and provide travel information. d. emergency situations, on a limited basis occurring after normal working hours during weekdays and on weekends and holidays. e. insure maximum use of state, federal and other discounts and/or special rates. f. process for guaranteeing room rates and late arrival confirmation. g. process for handling promotional or "bonus" programs offered to users. h. prepaid tickets. i. process refunds. J. create itineraries. 2. Management Reports: a. Concept for developing management and financial data reports required for all facets of travel. r i B. --PROJECT MANAGEMENT: The Proposer(s) shall provide a narrative which set forth his/her proposed project management plan addressing each of the following elements: 1. The approach proposed to assure quality control of all work to be performed, achievement of deliverable product deadlines, prompt customer relations, and corrective measures to be utilized in the event of delay. I. The proposed organization and personnel staffing plan with a description of the relationship between company's Project Manager and company management including plans for backup personnel support identifying the use of subcontractors where necessary. 3. Description of all computer hardware and software including automated reservation and ticketing systems proposed for use by Proposer(s) in performance of the contract. C. PROPOSER(S) EXPERIENCE AND QUALIFICATIONS: The Proposer(s) shall provide adequate information to describe current as well as previous experience in providing volume corporate travel services to large organizations with requirements similar to those of the City. (Volume travel services are defined as the handling of at lease one corporate account with an annual billing in excess of $200,000.) Proposer(s) should demonstrate the ability to handle present travel capacity. The following information is to be included: I. Name; address and telephone number of current and past clients for which travel services have been provided for the last two (2) years. 2. General nature and scope of work performed for those clients. 3. Dollar value of effort. 4. Project manager and assigned staff. S. Results achieved. - 3 41. f D. INDIVIDUAL STAFF EXPERIENCE: The proposal shall include resumes for the proposed Project Manager and all key personnel committed to the project. Resumes shall include at a minimum the following: 1. Current empl4y'mttrt4 status and previous work experience to include dates of employment and employing organizations. 2. A clear definition of the present duties performed and the position held. 3. Types of work to which the individual will be assigned under this project. V. BUSINESS MANAGEMENT QUALIFICATIONS: The Business Management section of the proposal shall demonstrate the Proposer(s) capacity -to perform the requirements described in this document. The City anticipates that substantial financial resources will be required by the Proposer (s) since the City' s processing time from the submission of the Contractor's invoices until payment is expected to be approximately thirty (30) days. A. FINANCIAL CAPABILITY: Provide information regarding the Proposer(s) financial capacity, working capital, and other resources necessary to perform under the contract. B. ORGANIZATIONAL NARRATIVE: Provide a narrative describing the organization including history, structure, management, facilities, number of years involved with travel Industry,* and other applicable information. C. ACCREDITATION: Provide proof of accreditation or authorization to act as an agent for transportation, hotel/motel and other industry organizations. - 4 - VI; AFFIRMATIVE ACTION; EQUAL EMPLOYMENT AND MINORITY PARTICIPATION A policy statement of ' nondiscrimination and equal employment opportunity is required, as well as an affirmative action plan which will be reviewed by the City's Affirmative Action Staff. The City has a Minority and Women -Owned Business Program that established a goal of procuring fifty-one percent annually with women; black and Hispanic owned firms equally. Your response should indicate how your proposal will address this requirement. Any questions should be directed to Adrienne McBeth; (305) 579-6385. VII. SELECTION PROCESS PHASE I - INITIAL PROPOSAL REVIEW A Selection Committee appointed by the City Manager will review all submissions and; based on the information contained therein, will determine which firms are most fully qualified to furnish the necessary service. Those firms will then be invited to participate in Phase II - Selection. Only those firms as determined by the Selection Committee will be requested to make oral presentations in the Phase II process. The Selection Committee reserves the right to reject any and all proposals submitted. PHASE II - SELECTION Following the oral presentation and careful consideration of all facts relevant to the proposals of each firm, the Committee will select the most qualified firm(s) and make their recommendation to the City Manager. No debriefing or discussion session will be held with unsuccessful Proposer (s) . PHASE III - NEGOTIATION A Negotiation Committee will be appointed by the City Manager, to development a contract with the most qualified firm(s) to provide the requested service. The City retains the right to use any ideas or information obtained from or as a result of any proposal submitted in response to this RFP/RFQ; - 5 - TIMETABLE The anticipated schedule for this project is: Advertise RFP/RFQ: Informatijny6omfer4nce: Receipt of proposals: Notice of oral presentations: Oral presentation: Award of Contract by City Commission: Actual operation start-up: INSTRUCTIONS FOR SUBMITTING PROPOSALS: All firms interested in being considered for providing the City`s.request for services are required to submit a written presentation, plus 5 copies, to the City of Miami, Director of Finance, City Halls- 3500 Pan American Drive, Miami, Florida 33133. For consideration, all replies must be received no later than 4:30 p.m., on DATE at "the above stated address. No written material should be delivered to an individual Selection Committee member by a Proposer(s), and no such material will be accepted by the City after the date and time listed. Prospective firms are hereby notified that aT1 information submitted as part of, or in support of, their presentation will be available for public inspection in compliance with Florida Laws. - 6 -