• No results found

Report to the Business Administration Committee. Recommendation to Award a Fixed Base Operator Contract at Washington Dulles International Airport

N/A
N/A
Protected

Academic year: 2021

Share "Report to the Business Administration Committee. Recommendation to Award a Fixed Base Operator Contract at Washington Dulles International Airport"

Copied!
9
0
0

Loading.... (view fulltext now)

Full text

(1)

Report to the

Business Administration Committee Recommendation to Award a

Fixed Base Operator Contract at

Washington Dulles International Airport

July 2015

(2)

Purpose

Staff requests that the Business Administration

Committee approve and recommend that the Board of

Directors approve the award of a contract to Piedmont

Hawthorne Aviation, LLC dba Landmark Aviation, for a

Fixed Base Operator (FBO) concession at Washington

Dulles International Airport, effecti

ve September 1, 2015.

(3)

• This contract grants the right to operate one of two FBOs at Dulles

International, to provide primary support services, including fuel sales, for General Aviation aircraft and passengers.

• Contract term will be seven years and two months. If the Signature FBO contract is re-bid for a five-year term after its expiration in 2017, as

planned, the Airports Authority will be able to bid the FBOs concurrently when they expire in 2022.

• The RFP required that the selected contractor pay the Airports Authority the greater of a Minimum Annual Guarantee (MAG) or percentage of

gross receipts from FBO services, as well as an annual facility rent. The selected contractor will act as the Airports Authority’s agent to collect landing, passenger conveyance and international arrivals fees, for which it is allowed to retain 20 percent of the fees collected.

Background

(4)

• In October 2014, the Business Administration Committee authorized issuance of the Request for Proposal (RFP) for the FBO concession.

• As a result of a Full and Open Competition, three proposals were

received and evaluated according to the following criteria, using the Best Value approach:

• Industry Experience and Qualifications

• Operations and Management Plan

• Financial Ability to Perform

• Capital Improvements Plan

• The proposal submitted by Landmark Aviation scored highest in its

technical evaluation and also offered the best financial offer, representing the most advantageous proposal to the Airports Authority.

Discussion

(5)

• The MAG offered by Landmark over the seven-year contract period

totaled $82,250,000. Its MAG for year one was $11 million, significantly above the $7.1 million MAG in the current contract.

• Landmark received the highest score in each technical criterion, thereby demonstrating the company’s industry experience, the capability of its local staff in managing high profile VIP and diplomatic events, and its ability to accurately monitor and report airport fees.

• Landmark’s proposal included a capital improvements investment offer of

$2.5 million to renovate the interior and exterior of the FBO facility, $1 million to address existing facility conditions and $1.4 million for repair and maintenance during the contract period.

Discussion (continued)

(6)

• Based on Landmark earning the highest technical score and submission of the best financial offer, its proposal was determined to be the most advantageous to the Airports Authority under the Best Value approach.

• An LDBE requirement of 25% for design and construction services, and 20% for goods and services, other than fuel purchases, has been

established for this contract.

Discussion (continued)

(7)

Recommendation

Staff requests that the Business Administration

Committee approve and recommend that the Board of

Directors approve the award of a contract to Piedmont

Hawthorne Aviation, LLC dba Landmark Aviation for a

Fixed Base Operator (FBO) concession at Washington

Dulles International Airport, effective September 1, 2015.

(8)

Ronald Reagan Washington National Airport Dulles Corridor Metrorail Project

Washington Dulles International Airport Dulles Toll Road

(9)

WHEREAS, The current contract for the provision of fixed-base operator (FBO) services to the General Aviation (GA) market at Washington Dulles International Airport (Dulles International) is held by Piedmont Hawthorne Aviation, LLC, dba Landmark Aviation (Landmark Aviation), and it is scheduled to expire on August 31, 2015;

WHEREAS, The Business Administration Committee in October 2014 concurred in the pre-solicitation terms for the procurement of FBO services at Dulles International;

WHEREAS, The contract grants the right to operate as one of two FBOs at Dulles International to provide primary support services, including fuel sales, for GA aircraft and passengers;

WHEREAS, The contract is intended to expire at the same time as that planned for the second existing Dulles International FBO contract with Signature Flight Support, which will allow for concurrent rebidding of both contracts in 2022;

WHEREAS, The Minimum Annual Guarantee offered by Landmark over the contract period totaled $82,250,000, as well as a capital improvements investment offer of $2.5 million to renovate the interior and exterior of the FBO facility, $1 million to improve existing facility conditions, and $1.4 million for repair and maintenance during the contract period;

WHEREAS, The Business Administration Committee is satisfied with the results of the competitive procurement process, as presented at its July 15, 2015 meeting; now, therefore, be it

RESOLVED, That the President and Chief Executive Officer is authorized and directed to enter into a seven-year and two-month contract, with Landmark, effective September 1, 2015 and running through October 31, 2022, consistent with the terms presented to the Business Administration Committee at its July 15, 2015 meeting.

For Consideration by the Business Administration Committee and Board of Directors on July 15, 2015

References

Related documents

That the Executive Board agrees to approve the award of the contract for the provision of Council Tax Debt Recovery and Out of Hours services to Capita Business Services..

Recommendation by administration: Approve award of YISD Contract #20200208, Interlocal Agreement with El Paso County Juvenile Board for operation of the Juvenile Justice

Staff requests that the Finance Committee approve and recommend that the Board of Directors (Board) approve a reprogramming from the Ronald Reagan Washington National (Reagan

It is the recommendation of the Committee of the Whole that the Board of Trustees accept the recommendation of the college administration to approve the preliminary guidelines

It was respectfully requested that the Aviation Authority Board resolve to accept the recommendation of the Construction Committee to: (1) approve the change in the procurement

A study of general aviation operations including fixed base operations (fuel, sales, flight training, charter, etc.), corporate aviation (business aviation, corporate

It is respectfully requested that the Concessions/Procurement Committee approve that the following be recommended to the Aviation Authority Board: (1) deem the

AIR - Retroactive Authorization for the Airport Director to Accept the Federal Aviation Administration Grant in the Amount of $8,470,521 and Award a Contract for the Rehabilitation