REQUEST FOR QUALIFICATIONS FOR SERVICES RELATED TO A WEBSITE UPGRADE AT DES MOINES INTERNATIONAL AIRPORT Contract ID#: 2020-18 Issue Date: February 14, 2020 Question Deadline: February 24, 2020 at 3:00 PM CDT Email Questions To: [email protected]Reference in Question: Website Upgrade RFQ 2020 RFQ Response Deadline: March 13, 2020 at 3:00 PM CDT Des Moines International Airport 5800 Fleur Drive, Suite 207 Des Moines, IA 50321 Contact Information: Kayla Kovarna Phone: (515)256-5108 DESCRIPTION: Proposals are being solicited for the purpose of contracting for consulting services related to the development and implementation of an upgrade to current website for the Des Moines International Airport (DSM).
37
Embed
REQUEST FOR QUALIFICATIONS FOR SERVICES RELATED TO A ... · • search engine optimization • responsive design Other Services Make recommendations to AUTHORITY of consultants, contractors,
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
REQUEST FOR QUALIFICATIONS
FOR SERVICES RELATED TO A
WEBSITE UPGRADE
AT DES MOINES INTERNATIONAL AIRPORT
Contract ID#: 2020-18
Issue Date: February 14, 2020
Question Deadline: February 24, 2020 at 3:00 PM CDT
RFQ Response Deadline: March 13, 2020 at 3:00 PM CDT
Des Moines International Airport
5800 Fleur Drive, Suite 207
Des Moines, IA 50321
Contact Information: Kayla Kovarna
Phone: (515)256-5108
DESCRIPTION: Proposals are being solicited for the purpose of contracting for consulting
services related to the development and implementation of an upgrade to current website for the
Des Moines International Airport (DSM).
I. Introduction
The Des Moines Airport Authority (the “Authority”) is hereby soliciting statements of qualifications
and experience from consultants for the development and implementation to upgrade the Authority’s
existing website, within industry best practices. A study is to be performed to evaluate the existing
website to identify potential modifications and improvements.
The specific work will follow tasks negotiated in a scope of services prior to finalizing a contract.
The AUTHORITY intends to select a consulting firm to provide all identified tasks to include any
sub-consultants. The consultant selected will manage all tasks undertaken.
The purpose of this notice is to invite qualified, experienced and interested firms to submit a
Statement of Qualifications. In support of this invitation, the information presented in this document
is designed to acquaint interested firms with the specific submittal and how the consultant selection
process will be accomplished by the AUTHORITY.
The statement of qualifications submitted must follow the guidelines provided to be considered.
Consultants desiring to be considered should submit four copies of their statement of qualifications
with related experience and references to the following address no later than
March 13, 2020 @ 3:00 P.M. CDT. Electronic submissions will not be accepted.
Des Moines Airport Authority
Attention: Kayla Kovarna, Communications, Marketing & Air Service Development
Manager
5800 Fleur Drive, Suite 207
Des Moines, Iowa 50321
II. Scope of Services
AUTHORITY is seeking proposals from qualified consultants to conduct work, formulate strategies
and provide continued guidance toward the creation of an updated website for the Authority. Planned
work includes, but is not limited to, the following:
The consultant shall deliver a comprehensive website update to the Authority, including all relevant
structural elements and other content including:
• successful website redesign
• user experience and usability testing
• information architecture
• website development and deployment
• website hosting
• content strategy
• search engine optimization
• responsive design
Other Services
Make recommendations to AUTHORITY of consultants, contractors, vendors, products and
technological improvements that will be best suited to achieve the goals of the AUTHORITY’s
website upgrade.
The Scope of Services listed above is to be used as a general guide and is not intended to be a
complete list of all the work necessary to complete the project. A more detailed overview is included
as Attachment 5. Proposing teams may suggest a modified scope as part of their proposal.
III. Statement of Qualifications
For the AUTHORITY’s Consultant Selection Committee to best identify the most qualified firm, the
Statement of Qualifications should respond to, and be presented in, the following identifiable
components.
COMPONENT 1. A transmittal letter signed by the intended project manager, identifying the key
personnel and all sub consultants to be used on the project.
The transmittal letter must acknowledge review of the proposed contract format attached hereto with a
statement the consultant agrees to the contract format, its content and all requirements as presented
including professional liability insurance limits. The contract language will not be changed or
amended during negotiations except for modifications required for tasks included in a specific project.
Work will proceed based upon project fund availability.
COMPONENT 2. An executive summary which addresses the proposed scope of services. Any
deviations, conflicts with other work or schedule difficulties should be addressed in this section. If
different individuals or sub-consultants would be proposed for the various efforts, these must be
identified in the executive summary. It is recognized that the period of the services and variations in
the scope will require changes to be discussed in the contract negotiations, however, the initial
submittal must address the scope of services described above in general terms. The consultants
understanding of the issues involved with the work identified must be provided. The use of substitute
sub- consultants for the tasks identified by the consultant may be considered in negotiations.
COMPONENT 3. Answers to the following questions (limit response to one page for each
question). Any conflicts with other work or schedule difficulties should be addressed in this section.
General Questions:
Vendor System Information
1. For hosted solutions, describe your hardware and software configuration.
2. Describe the architecture, languages, and tools used to develop your proposed solution.
3. Describe which standards you follow to obtain Accessibility compliance.
4. Provide details on the licensing requirements and a copy of software license agreements.
5. Describe your DDoS Mitigation solution.
6. Describe your disaster recovery solution, including the Recovery Time Objective (RTO) and
Recovery Point Objective (RPO).
Services and Implementation
1. Explain your company’s experience in developing responsive websites.
2. Describe your implementation approach, project management tools, and methodologies for
the proposed solution.
3. Submit a detailed implementation plan which will address requirements, customizations,
content migration, implementation schedule, delivery milestones, and responsibilities for each
party with your response.
4. Describe any optional services that could be included with our solution:
• Advanced training – do you provide ongoing training on editing and analytics?
• Site health checks – do you provide regular site health checks? • Accessibility Consulting – Do you offer any assistance with helping us comply
with accessibility issues and creating accessible content? • Advanced Website User Experience Analysis – Do you offer any advanced
services to provide an in-depth analysis of our needs and expectations? • Content Strategy – Do you offer any advanced training or assistance to help us
with managing our content, working with us to write in the plain language style, or review our existing content?
• Content Writing – Do you provide content writing? • Dedicated Account Manager – Do you offer an option to have a dedicated
account manager to contact for any support issues? • Monthly Office Hours – Do you offer monthly office hours where we can call in
during a set time to get answers to non-critical issues? • Premium Disaster Recovery – Do you offer a premium disaster recovery
solution beyond your base package that would give us a 99.99% uptime guarantee and less than a 5-minute recovery time?
• Site Analytics Reporting – Do you offer ongoing assistance with helping us analyze
our site statistics and recommending changes to make sure our website continues to
meet our visitors’ needs?
• Organizational branding – do you support overall organizational branding through
website engagement?
Training
1. Describe the training that accompanies the system implementation.
2. What types of training materials are provided?
3. Do you offer on-site training?
Software Support and Maintenance
1. Describe the software support/maintenance programs available
2. Does the maintenance program include all future software upgrades?
3. Describe the hours of support you provide? Where is it located? Is it staffed by your
employees, or is it a third-party facility? Briefly discuss technical support staffing numbers,
staff experience, etc.
4. Describe your service call escalation policy.
5. Do you have a guaranteed uptime? Describe your service level agreement for uptime
Warranty
1. Describe the warranty offered with your proposed solution.
2. Do the same support commitments apply during the warranty period as during the
maintenance contract period?
Services and Support Cost
1. Implementation of Web Site Design
2. Implementation Services
3. Training Services
4. Software Support and Maintenance
5. Hourly billing rates for each job classification that will or could be utilized during the project
and post “go-live.”
6. Other Services and Costs (Specify)
Ongoing Cost
1. Annual Hosting or Subscription Fee
2. Hourly Rates for custom development
3. Other ongoing costs
Situational Questions: (Provide examples of situations in which you have applied these principles
successfully, limit response to one page for each question).
1. What are the top challenges in implementing a website redesign at a small hub airport and what
are your recommendations to overcome these obstacles?
2. Describe the top metrics and data vital to designing and implementing an effective website
system.
3. From your experience, please give specific examples of the organizational, cultural, and resource-
related components necessary for the successful implementation of a comprehensive website
install.
4. Describe a time when the server or a client’s website went down and your team needed to respond
to resolve the issue. How long was the recovery and what was the outcome?
5. Describe your best client relationship and what makes it work. How do you ensure the working
relationship is efficient, productive and mutually beneficial?
COMPONENT 4. The following information along with an organizational structure of the team
proposed by the consultant.
a. Name of the firm, address, telephone number, fax number, e-mail address, and
website.
b. Name and title of the contact person.
c. The total number of personnel by discipline employed by the firm in the office that
may be used for specific tasks. If persons from other offices of the consultant will be
assigned to the tasks, these persons should be identified as well as the location of the
assigned office and tasks being performed by those persons. This section should
indicate if different persons will be utilized for different work. The AUTHORITY
desires to have a single Project Manager identified for all work. The Project Manager
should be a key person in the consultant's organization.
d. The names and addresses of sub-consultants and the role each sub-consultant may
perform on a particular task and the relation of each to the consultant's efforts.
e. Resumes of all key personnel, specialists and sub-consultants who will be assigned to
the project team. Identify the key personnel role on tasks with their experience in
relevant work. Identify the percentage of time the key personnel will be engaged in a
particular task. Identify the physical location (office, branch, city and state) where the
staff member will work.
f. Professional/Technical references
?
g. The above information (items a through g) must be provided for all proposed
subconsultants.
COMPONENT 5. Additional information concerning the consultant and or sub-consultants may be
provided. THE ADDITIONAL INFORMATION IS LIMITED TO SIX SINGLE SIDED
PAGES OR THREE DOUBLE-SIDED PAGES. Pictures, graphs, inserts, spacers, and charts are
considered as additional information.
IV. Submittal Procedures
Interested firms should submit four (4) copies of their Qualifications to:
Des Moines Airport Authority
Attention: Kayla Kovarna, Communications, Marketing & Air Service Development
Manager
5800 Fleur Drive, Suite 207
Des Moines, Iowa 50321
The format of the statement shall not exceed 8 1/2" x 11" in size. Materials beyond the information
specifically requested are neither desired nor encouraged. Four (4) copies of the Statement of
Qualifications must be received before 3:00 P.M, CDT March 13, 2020. Materials received after that
time shall not be considered.
Questions regarding this RFQ must be submitted in writing to Kayla Kovarna, Communications,
Marketing & Air Service Development Manager at [email protected] with the subject line
RFQ Question. AUTHORITY will not respond to telephone inquiries regarding this RFQ. All
questions must be submitted in writing by 3:00 PM, CDT, February 24, 2020. All questions and
answers will be posted on the DSM Airport website by February 26, 2020. Any changes to this RFQ
will be made in the form of an addendum and will be posted on the DSM Airport website.
V. Selection Process
The selection committee will review all responses that meet the requirements outlined above and are
received prior to the designated date and time. The selection committee will recommend the Authority
Board award a contract based on the best overall proposal as determined by the committee. Evaluation
of each Statement of Qualification may consider the following criteria:
CRITERIA WEIGHT
Project approach and work plan that describes how the team proposes to
accomplish the work in the specified time periods, including any perceived
challenges of this project and the proposed plan to resolve them.
20
Project personnel and qualifications to perform their respective roles
including resumes of the project manager and key staff members.
20
Recent experience within the last seven (7) years with:
- Developing an interactive and engaging website that has an intuitive,
easy-to-use interface that allows visitors to access the website quickly
and easily regardless of the device they are using.
Attachment 5: Objectives and Scope of Services Expanded
Project Objectives and Goals
The primary objectives and goals of the website redesign are as follows:
Interactive and Engaging Website – We are seeking to redesign our website to include an intuitive, easy-
to-use interface that allows visitors to access the website quickly and easily regardless of the device they
are using.
Purpose of our New Website – Our new site should: • Serve the needs of all users by letting them easily find what they are seeking.
• Promote transparency by making it easy for us to share and post information, and for our
individuals to find and interact with the information.
• Represent our brand and showcase in a way that highlights the benefits of using our Airport.
• Provide a pleasant and delightful experience to all individuals by making it easy for them to find
what they want in a straightforward manner.
• Be strategic and nimble and focus on making our content useful, interactive, and engaging. We
know that things will change in the future, and we want our site to adapt and remain relevant.
Visitors – We take a broad visitor-centric view of our Airport since we view anyone who visits our website
as a potential traveler. Our website is our digital front door, and our goal is to focus on the needs of our
Airport and on improving our interactions and engagement with those that use our Airport.
Strategic Partnership – We want a Consultant partner who will help guide us to where we want to be today
and provide ongoing services and support to keep us there in the future.
Research-Based Design – We want a site that meets the unique needs of our Airport, and we are not looking
for a cookie-cutter or templated solution. Our Consultant should employ a strategic research-based and data-
driven process to gather input, define expectations and design a consistent, user-friendly navigation
framework for the website that meets the needs of all users.
Responsive Site – Visitors to our site will utilize a wide variety of devices to access our website, including
computers, tablets, and mobile smartphones. Our new website should automatically detect the screen
resolution of any device and respond with a view of the site that is optimized specifically for that screen.
This will ensure that all users will be able to view our site, no matter what device they are using.
Accessible Site – Our new website should comply with Worldwide Web Consortium’s (W3C) Web Content Accessibility Guidelines (WCAG)2.0 (Level AA compliance) and Section 508 of the Rehabilitation Act of 1973. In addition, the Consultant should follow best practices, voluntary standards and guidelines developed by the World Wide Web Consortium’s (W3C) Web Accessibility Initiative (WAI), and train our users in creating accessible content.
Flexible Solution – The new site should build upon proven and accepted website development standards
while maintaining the flexibility to easily grow and add new functionality over time and with minimal cost.
The solution should also accommodate existing auxiliary department sites to maintain a unique look and
feel but share overall infrastructure and features.
Robust Hosting Environment – we are seeking a hosted website solution that should include: • Guaranteed uptime of 99.9% backed by a Service Level Agreement (SLA)
• Full disaster recovery to a backup data center with less than 60 minutes of site restoration and less
than 15 minutes of data replication.
• Complete Distributed Denial of Service (DDoS) mitigation solution to detect and mitigate
malicious cyber-attacks.
Evolutionary SaaS Solution – The Consultant’s hosted Software as a Service (SaaS) content
management solution (CMS) should be in a state of constant evolution and improvement. The annual
subscription fee should cover ongoing support plus regular monthly updates and improvements to
existing features of the CMS and incorporate new enhancements and features over time. This will
enable us to adapt to an evolving industry and for our site to continually meet our travelers’ needs.
Simplify and Streamline Administration – The solution should: • Simplify website administration, allowing users of all skill levels to update
assigned sections of the website.
• Streamline business operations and reduce the amount of time that IT spends on enhancing and maintaining the site.
Target Audiences
Audiences served by the website will include:
• Travelers and potential travelers of varying backgrounds, reading and language ability • Current companies and potential companies seeking information to support Airport operations • Local and national media
Our Current Environment
This is a summary of our existing website environment:
Existing Website – The existing website was launched before 2011 when the Authority took over the
management of the airport.
Content Management – The website consists of web pages managed by multiple Airport Departments.
Content Strategy – It is a Content Management system. You can create and manage an unlimited number of pages.
Website Documents – pdf and images.
Website Platform – The site has been developed on current provider platform.
Website Hosting – The site is hosted on current providers' environment.
Scope of Work
Consultant Experience and Development Criteria
Preference will be given to Consultants with experience developing transportation websites, with special
attention given to Consultants’ breadth of experience, references, number of years of experience, and
expertise of the staff. Additional development criteria include:
Collaborative Effort – The website will be developed through the cooperation of theDes Moines International
Airport and the Consultant and facilitated under the supervision of a dedicated project management professional
in the direct employ of the Consultant.
Skilled Team – The Consultant will supply a team of user experience, design, and development
professionals to supplement the development process led by the project manager. This team should include
staff members skilled in website user experience, navigation and information architecture, accessibility, and
support and training of the content management system.
Proven Development Process – The Consultant should have a proven development process and
flexible timeline structure that favors the availability and time commitment of the Des Moines
Airport Authority.
Proven Content Management System – The proposed content management software must be a proven
platform for website development. Development that is requested and approved by the Des Moines
International Airport should be performed by the Consultant utilizing agile software development
methodologies that encourage collaboration between the developer and the Des Moines Airport Authority.
Design Guidelines and Qualifications
The design of the website should be welcoming, attractive and created by a member or members of the
Consultant’s professional design staff. The final version of the design should be a collaborative effort between
the Des Moines International Airport and the Consultant, incorporating elements that effectively represent the
Des Moines International Airport’s brand and image through a data-driven and consultative development
process.
The Consultant should utilize a data-driven design process to gather information to complete a comprehensive
redesign of our website.
The techniques should include the best practices of usability and user experience:
➢ Homepage heat mapping – the Consultant should use heat mapping to collect information about every
action taken on the current site to review functionality and behavior. The heat mapping should include
where people have clicked, scrolled, and hovered on the page.
➢ Accessibility validation (WCAG 2.0) – the Consultant should analyze the accessibility of the current
site and make recommendations for the new site.
➢ Site analytics – The Consultant should utilize historical site analytics to understand patterns and
information useful to the development of the new site.
➢ Mobile usability – The Consultant should analyze the current site for mobile usability and review the
mobile site statistics to understand the needs of the current visitors.
➢ User usability testing – Usability testing allows the Consultant to conduct user research with participants
in their natural environment to test interaction and identify issues with navigation and layout.
Specific design guidelines include:
➢ Accessibility – Website design and associated elements should comply with WCAG 2.0 and Section
508 of the Rehabilitation Act.
➢ Consistent Website Design – Website design must remain consistent throughout all pages to
maximize usability, except where differentiating between departments or sections of the website as
requested by the Des Moines Airport Authority. ➢ Design Overview – Website design must be visually appealing, incorporating the Des
Moines International Airport colors and logo where appropriate. ➢ Design Process – The Consultant shall develop an original design for the Des Moines
International Airport and, over a period of time during the development of the website, consult with key members of the Des Moines International Airport website redesign committee to make revisions and alterations to the Consultant’s original design submission.
➢ Easy Updating – Design elements should include background images, photographs, logos,
and buttons that are easily updated or swapped out by our staff at any time and without
incurring any additional implementation or update charges. ➢ Website Design and Content Ownership – Ownership of the website design and all content
should be transferred to the Des Moines International Airport upon completion of the project. Responsive Website
We recognize that there are two ways to build a responsive website – using responsive design and adaptive
design. Responsive design provides one layout that fluidly changes depending on the size of the screen.
Adaptive design has several distinct layouts for multiple screen sizes that are built for the distinct needs of
that device. We are seeking a Consultant partner who has experience in both approaches and who will
recommend the best solution for our needs.
The Consultant is expected to produce a responsive website for the Des Moines International Airport to
meet the needs of users accessing the site on a variety of devices, including computers, tablets, and
smartphones. The Consultant must have proven success in previous responsive design projects. The
solution should automatically detect the screen resolution of any device and respond with a view of the site
that is optimized specifically for that screen. This will ensure that all users will be able to view our site, no
matter what device they are using. The project is expected to include:
• Clean visual design incorporating the Des Moines International Airport logo and branding as identified in 3.2.
• Responsive site creation that includes, but not limited to:
• Creation of responsive templates
• Creation of fluid grids
• Navigation redesign
• Taxonomy and site map
• Image adjustments
• Ability to adjust or modify responsive views on individual pages or templates
System Functionality
The Consultant’s proposed content management system (CMS) should be a web-based application that
provides the core of the entire development process, being both the platform for development and the tool
by which system administrators and contributors can update the new website. The CMS may feature plug-
in applications or modules that enhance the functionality of the website, though core features should center
around ease-of-use, flexibility and, for ongoing stability, established information architecture and hosting
environment.
The CMS must allow non-technical content contributors to the following abilities: Administrative Dashboard – The administrative portion of the CMS shall be accessible for all content
contributors and feature a customizable interface that displays critical shortcuts, on-site items that require
attention, recent activity logs, and an internal messaging system that displays administrative messages
and updated information.
Automatic Sitemap – The CMS should automatically create and update a sitemap and on-page breadcrumbs when content is added, edited, or removed from the site.
Content Expiration – Notification of expiration of site content through notifications available via the CMS, including a dashboard administrative display and e-mail notifications. The dashboard should also detail the dates for when specific content was last updated and allow for notifications when certain periods are reached.
Menu Updates – Content publishers should be able to add and update menu items if assigned the appropriate permission level.
Online Help and Training Videos – 24/7 access to support materials including, but not limited to: online training manuals, support FAQs, customer support forums, instructional videos, informational newsletters, informational and support-driven webinars (live and archived), request forms, online education courses, and support- related updates through common social networking mediums.
Page Templates
Content publishers must have the option to use pre-created page templates to assist in the formatting and development of new content.
Content publishers should have the ability to place widgets or content blocks on page templates that serve specific purposes and streamline the template building process. Widgets can represent any key function such as calendars, directory, e-notification, forms, FAQs, search, Widgets should have settings to customize their look and function to meet specific needs.
Content publishers must have the option to share templates with and use templates from a wider community
pool which shares consistent page development.
System Features
Accessibility Add-ons – Accessibility software embedded in the website that offers users access to larger
fonts and audible content
Active Directory Integration – The solution should have an option for Active Directory integration for
authentication.
Advanced Site Search – Provide an internal site search that:
Individuals should be able to sort search results by date, content, title, or relevance; users should be able to filter by type of content and easily apply advanced search techniques, such as Boolean, if desired. Administrators should be able to tune the search results by using synonyms for common words or terms and promote pages through the use of keywords. Search functionality should search web content as well as the contents offiles (PDFs, Word Documents, etc.)
Is contained exclusively within the {entity}’s site and not outsourced to an external page hosted by a search provider such as Google.
APIs, Import and Export – Major components should have import and export capabilities, and APIs should be defined.
Social Media integration – The solution should allow the integration into Airport social media.
Calendar – Users should have quick and easy access to add, import, export, and update calendar listings,
with editing methods available through a direct, front-end interface or a robust back- end interface.
E-Notifications – We would like a tool that provides a sign-up box allowing individuals to add their email addresses to receive important notices. Users should be able to set their preferences and should have their sign-up validated via a confirmation email. Functionality should be integrated with calendar, job postings, news, and RFP posts.
Event Calendar – An event calendar application that allows an unlimited number of calendar categories or types to be added to the site, with an unlimited number of
items allowed to be added within each category.
Form Creator – Solution should have an online form development tool for the Des Moines International
Airport to develop interactive forms:
• Ability to have unlimited categories of forms, with an unlimited number of forms in each category.
• Ability for members to complete and submit forms electronically. • Method by which form data is stored in a database and can be exported in a usable format from the
CMS. • Capability to merge forms with other applications of the CMS. • Ability to customize forms for other applications of the CMS and tie directly into those tools. GIS
Mapping – Ability to integrate with the Des Moines International Airport GIS mapping applications.
Page | 32
RFP Posts – Should include an RFP posting where RFPs can be posted along with amendments and updates. RFPs should be schedulable and should have the capability to automatically expire on a certain date to ensure that the site is always up-to-date.
RSS Feeds – Solution should have feeds to keep users and subscribers up-to-date on important events, news, and announcements from the website. Individuals should be able to subscribe from any RSS reader.
Service Directory – A service directory organizes the functions of an organization instead of departments. This is key to serving the needs of the community by letting users search by topic or services. The service directory should allow users tosearch by keyword and should filter by category.
Third-Party Integration – Ability to integrate with existing 3rd party applications (Fight information, Airport Parking)
Optional Services We are also interested in understanding additional professional services available with your solution:
Accessibility Consulting – Do you offer any assistance with helping us comply with accessibility issues and creating accessible content? Advanced Website User Experience Analysis – Do you offer any advanced services to provide an in-depth analysis of our needs and expectations?
Content Strategy – Do you offer any advanced training or assistance to help us with managing our content, working with us to write in the plain language style, or
review our existing content?
Dedicated Account Manager – Do you offer an option to have a dedicated account manager to contact for any support issues?
Monthly Office Hours – Do you offer monthly office hours where we can call in during a set time to get answers to non-critical issues?
Premium Disaster Recovery – Do you offer a premium disaster recovery solution beyond your base package that would give us a 99.99% uptime guarantee and less than a 5-minute recovery time?
Site Analytics Reporting – Do you offer ongoing assistance with helping us analyze our site
statistics and recommending changes to make sure our website continues to meet our visitors’
needs?
Technology/Platform Requirements
Browser Support – The Des Moines International Airport is looking for the new website to support
mobile and desktop versions of Apple Safari, Google Chrome, Microsoft Internet Explorer and Edge,
and Mozilla Firefox. The site should support all versions of the browsers that have been released
within the last five years.
Disaster Recovery – In the event of an outage impacting the primary data center, the hosting solution must have a disaster recovery or backup data center where our website visitors will continue to be able to access our site. The Recovery Time Objective (RTO) should be 60 minutes or less, and the data replication (Recovery Point Object or RPO) should be 15 minutes or less.
Hosting Data Center and Backup Data Center – The hosting platform must be in a certified data
center (SSAE 16 Type II Compliant) with multiple layers of security access, redundant ISP providers,
backup power and redundant generator, and firewall protection.
Page Load Time – The solution should ensure that pages load on an average of 1.5 seconds of less.
Page | 33
Programming Experience – Explain your company’s experience with other programming capabilities that would be useful in developing websites.
System Uptime Guarantee – The hosting platform should have a guaranteed uptime of 99.9% and be backed by a Service Level Agreement (SLA).
Maintenance and Support The Consultant’s CMS, including all features and modular applications associated with the CMS, must have qualified and available support included as a part of ongoing services to maintain the CMS, using guidelines, structures and materials meeting the following criteria: Support – The Consultant shall provide access to live support available via e-mail or phone during the Consultant’s normal business hours. The support team must be fluent in the functionality and uses of both the content management system’s features and associated applications and modules.
Support Materials – 24/7 access to support materials including, but not limited to: online training manuals, support FAQs, customer support forums, instructional videos, informational newsletters, informational and support-driven webinars (live and archived), request forms, online education courses, and support-related updates through common social networking mediums.
Support Service Level Agreement – In all submitted proposals, Consultants shall be able to
produce a Service Level Agreement that details the guarantee of customer support as well as a
service escalation process.
While website content updates are to be managed by the Des Moines International Airport through
the CMS, the Consultant must commit to regular maintenance and updating of the CMS and
associated applications to keep the existing software up to date as well as introduce new functionality
and applications. Consultant shall commit to: CMS Improvements – Regular maintenance of the CMS to improve existing functionality and, when appropriate, take the Des Moines International Airport requests into consideration.
CMS New Features – Rolling upgrades of the solution that strengthen and update the CMS’s functionality and associated applications.
Software Service Level Agreement – In all submitted proposals, Consultants shall be able to produce a Service Level Agreement that details the guarantee of upgrades and the dedicated process for improving the software purchased by the Des Moines Airport Authority.
Additional Options Although the Des Moines International Airport has these specific requirements, it is also interested in your ideas for the approach of redesigning the style of the Des Moines International Airport website. We encourage respondents to consider and propose alternative solutions and recommendations. We are particularly interested in specific web functionality that your company may have already developed and deployed for other customers.
Page | 34
Attachment 6: FAA Provisions
FAA PROVISIONS
Non AIP Contract/Solicitation
1. General Civil Rights Provisions.
The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are
promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin,
sex, age, or disability be excluded from participating in any activity conducted with or benefiting
from Federal assistance.
This provision binds the Contractor and subcontractors from the bid solicitation period through
the completion of the contract. This provision is in addition to that required by Title VI of the
Civil Rights Act of 1964.
2. Title VI Solicitation Notice:
The Des Moines Airport Authority, in accordance with the provisions of Title VI of the Civil
Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby
notifies all bidders or offerors that it will affirmatively ensure that any contract entered into
pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair
opportunity to submit bids in response to this invitation and will not be discriminated against on
the grounds of race, color, or national origin in consideration for an award.
3. Compliance with Nondiscrimination Requirements
During the performance of this Agreement, the Contractor, for itself, its assignees, and successors
in interest (hereinafter referred to as the “Contractor”) agrees as follows:
1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will
comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as
they may be amended from time to time, which are herein incorporated by reference and
made a part of this Agreement.
2. Non-discrimination: The Contractor, with regard to the work performed by it during the
Agreement, will not discriminate on the grounds of race, color, or national origin in the
selection and retention of subcontractors, including procurements of materials and leases
of equipment. The Contractor will not participate directly or indirectly in the
discrimination prohibited by the Nondiscrimination Acts and Authorities, including
employment practices when the contract covers any activity, project, or program set forth
in Appendix B of 49 CFR part 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and
Equipment: In all solicitations, either by competitive bidding, or negotiation made by
the Contractor for work to be performed under a subcontract, including procurements of
materials, or leases of equipment, each potential subcontractor or supplier will be notified
by the Contractor of the Contractor’s obligations under this Agreement and the
Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin.
4. Information and Reports: The Contractor will provide all information and reports
required by the Acts, the Regulations, and directives issued pursuant thereto and will
Page | 35
permit access to its books, records, accounts, other sources of information, and its
facilities as may be determined by the sponsor or the Federal Aviation Administration to
be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities
and instructions. Where any information required of a Contractor is in the exclusive
possession of another who fails or refuses to furnish the information, the Contractor will
so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will
set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of a Contractor’s noncompliance with the
Non-discrimination provisions of this Agreement, the sponsor will impose such contract
sanctions as it or the Federal Aviation Administration may determine to be appropriate,
including, but not limited to:
a. Withholding payments to the Contractor under the Agreement until the
Contractor complies; and/or
b. Cancelling, terminating, or suspending the Agreement, in whole or in part.
6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs
one through six in every subcontract, including procurements of materials and leases of
equipment, unless exempt by the Acts, the Regulations and directives issued pursuant
thereto. The Contractor will take action with respect to any subcontract or procurement
as the sponsor or the Federal Aviation Administration may direct as a means of enforcing
such provisions including sanctions for noncompliance. Provided, that if the Contractor
becomes involved in, or is threatened with litigation by a subcontractor, or supplier
because of such direction, the Contractor may request the sponsor to enter into any
litigation to protect the interests of the sponsor. In addition, the Contractor may request
the United States to enter into the litigation to protect the interests of the United States.
4. List of Pertinent Nondiscrimination Acts and Authorities. During the performance of this
Agreement, Contractor, for itself, its assignees, and successors in interest, agrees to comply with
the following non-discrimination statutes and authorities; including but not limited to:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin);
• 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of
Transportation—Effectuation of Title VI of The Civil Rights Act of 1964);
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42
U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been
acquired because of Federal or Federal-aid programs and projects);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended,
(prohibits discrimination on the basis of disability); and 49 CFR part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended,
(prohibits discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975
and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms
“programs or activities” to include all of the programs or activities of the Federal-aid
recipients, sub-recipients and Concessionaires, whether such programs or activities are
Page | 36
Federally funded or not);
• Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination
on the basis of disability in the operation of public entities, public and private transportation
systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 –
12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and
38;
• The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123)
(prohibits discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low-Income Populations, which ensures non-discrimination against minority
populations by discouraging programs, policies, and activities with disproportionately high
and adverse human health or environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficiency (LEP). To ensure compliance with
Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access
to your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
5. Federal Fair Labor Standards Act (Federal Minimum Wage). All contracts and subcontracts
that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the
Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text.
The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full
and part time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or
regulation. The Contractor must address any claims or disputes that arise from this requirement
directly with the U.S. Department of Labor – Wage and Hour Division.
6. Occupational Safety and Health Act of 1970. All contracts and subcontracts that result from
this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same
force and effect as if given in full text. Contractor must provide a work environment that is free
from recognized hazards that may cause death or serious physical harm to the employee. The
Contractor retains full responsibility to monitor its compliance and their subcontractor’s
compliance with the applicable requirements of the Occupational Safety and Health Act of 1970
(20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced
requirement directly with the U.S. Department of Labor – Occupational Safety and Health
Administration.
7. Subordination to Agreements. This Agreement is subject and subordinate to the provisions of
any agreements heretofore or hereafter made between the Authority and the United States of
America or the state of Iowa relative to the operation, maintenance, development, or
administration of the Airport, the execution of which has been required as a condition precedent
to the transfer of federal rights or property to Authority for Airport purposes, or to the
expenditure of federal or state of Iowa funds for the improvement or development of the Airport,
including the expenditure of federal funds for the development of the Airport in accordance with
the provisions of the Federal Aviation Act of 1958, and as said act may be amended from time to
time.
8. Exclusive Rights. It is understood and agreed that nothing herein contained shall be construed to
grant or authorize the granting of an exclusive right within the meaning of Section 308 of the
Federal Aviation Act of 1958, and as said act may be amended from time to time.
9. Subordination to Agreements. This Agreement is subject and subordinate to the provisions of
Page | 37
any agreements heretofore or hereafter made between the Authority and the United States of
America or the state of Iowa relative to the operation, maintenance, development, or
administration of the Airport, the execution of which has been required as a condition precedent
to the transfer of federal rights or property to Authority for Airport purposes, or to the
expenditure of federal or state of Iowa funds for the improvement or development of the Airport,
including the expenditure of federal funds for the development of the Airport in accordance with
the provisions of the Federal Aviation Act of 1958, and as said act may be amended from time to