Public Display Solicitation

You must Log in with your eHawaii Account to respond to a solicitation.

Q24001979 Evaluation of HTA's Destination Management Action Plans

General Information
Solicitation Number
Q24001979
Status
Awarded
Department
Business, Economic Development, & Tourism
Division
Hawaii Tourism Authority
Islands (where the work/delivery is to be performed)
Statewide
Category
Goods and Services
Release Date
03/22/2024
Offer Due Date & Time
04/03/2024 02:00 PM
Description
The Hawai‘i Tourism Authority (HTA), the State of Hawai‘i’s lead agency for tourism, is issuing a request for quote (RFQ) for an evaluation of HTA’s four Destination Management Action Plans (DMAPs). The purpose of the evaluation is to assess the effectiveness of accomplishing each DMAP’s goals, objectives, and actions, identify gaps, and provide recommendations to improve the execution of future DMAPs.

APPLICANT QUALIFICATIONS:
The offeror shall have at least 5 years of experience in each of the following:
1. Program and/or Project Evaluation
2. Strategic Planning

SCOPE OF WORK:
The successful offeror shall work with HTA’s Director of Planning, conduct an evaluation of the four (4) DMAPs, and develop a final written report in a satisfactory and proper manner as determined by the State, including all goods and services listed as follows:

1. Review the DMAPs for Kaua‘i, O‘ahu, Maui, Lāna‘i, Moloka‘i, and Hawai‘i Island, including progress reports and DMAP annual reports.

2. Determine the extent to which each DMAP met the purpose, goals, and objectives as set forth in each plan. This includes but is not limited to:
a. Design and implement a survey targeted at DMAP Steering Committee members
b. Conduct interviews with DMAP Destination Managers, HTA, County, and Hawai‘i Visitors & Convention Bureau staff. A total of 25 interviews shall be conducted. HTA will provide the contact information.

3. Determine the degree to which each DMAP action item has been accomplished, including identified hotspots. HTA will provide the CONTRACTOR with program measures and data collected for projects initiated under the respective DMAPs.

4. Provide recommendations for the structure of the next iteration of the DMAPs and future tracking and reporting of DMAPs’ results.

DELIVERABLES
Deliverables shall include:
1. A written draft report and final report which shall include but not be limited to:
a. A brief background/methods section;
b. Findings with explanations by island;
c. A percentage rate for the completion of each DMAP;
d. Review of the hotspots by island; and
e. Recommendations, including suggested improvements and DMAP structure, by island. The purpose is to provide guidance as HTA begins the planning process for the next iteration of the DMAPs.

2. A presentation of findings with accompanying conclusions and recommendations.

PROPOSAL SUBMISSION
The applicant shall submit the following:
1. Confirmation and itemization of qualifications as listed in the Applicant Qualifications as stated above.
2. Past Work Examples. Provide examples of past work with a comparable scope of work to this RFQ.
3. Client References. Provide up to three (3) client references.
4. A description of the consultant’s knowledge and expertise with program and/or project evaluation and strategic planning.
5. Provide a detailed budget and work plan, including staffing cost per team member per hour and the number of hours. The price must be tax inclusive. No additional charges or expenses will be allowed.

Contact Person
Fermahin, Tracey
Email
tracey.a.fermahin@hawaii.gov
Phone
808-973-2255
General Comments
ADDITIONAL RFQ INFORMATION:

HTA reserves the right to cancel any component of this RFQ, or the whole RFQ, at any time. HTA assumes no responsibility and bears no liability for costs incurred by an applicant in the preparation and submittal of responses to this RFQ.

As part of this procurement process, Offerors are informed that awards made for this solicitation, if any, shall be done through HIePRO and shall therefore be subject to a mandatory .75% (.0075) transaction fee, not to exceed $5,000. This transaction fee is payable to Tyler Technologies (formerly known as NIC Hawai‘i) and shall be based on the original award amount. Refer to the “Instructions” tab in the HIePRO solicitation for more details. The mandatory transaction fee shall be at the Contractor’s sole cost and expense.

When award to the lowest responsive, responsible offeror is not practicable, award shall be made to the offeror whose quotation provides the best value to the State. Best value means the most advantageous offer determined by evaluating the comparing all relevant criteria in addition to price so that the offer meeting the overall combination that best services the STATE is selected. These criteria may include, in addition to others, the total cost of ownership, performance history of the vendor, quality of goods, services, delivery and proposed technical performance in accordance with HAR Section. 3-122-75(d).
Procurement Officer
Tracey Fermahin
Attachments
RFQ 24 15 Evaluation of HTA DMAP FINAL 032224.pdf
103D-1 General Conditions.pdf

Download All

Direct all questions regarding this Solicitation, and any questions or Issues relating to the accessibility of this Solicitation (Including the appendices and exhibits to this Document, and any other document related to this Solicitation), to: Fermahin, Tracey.

Q24001979 Evaluation of HTA's Destination Management Action Plans

Line Items
#
Title
Quantity
Unit of Measure
Commodity Code
 
Code Table
General
Quantity
1
Unit of Measure
JOB
Title
RFQ 24-15 Evaluation of Hawaii Tourism Authority's DMAP
Description
The Hawai‘i Tourism Authority (HTA), the State of Hawai‘i’s lead agency for tourism, is issuing a request for quote (RFQ) for an evaluation of HTA’s four Destination Management Action Plans (DMAPs). The purpose of the evaluation is to assess the effectiveness of accomplishing each DMAP’s goals, objectives, and actions, identify gaps, and provide recommendations to improve the execution of future DMAPs.
Attachments

Print

Direct all questions regarding this Solicitation, and any questions or Issues relating to the accessibility of this Solicitation (Including the appendices and exhibits to this Document, and any other document related to this Solicitation), to: Fermahin, Tracey.

Q24001979 Evaluation of HTA's Destination Management Action Plans

Instructions
  • HAWAII GENERAL EXCISE TAX (GET): Unless otherwise stated in this solicitation, vendors shall include all applicable taxes in the price submitted. The Hawaii General Excise Tax (GET) shall not exceed 4.712% for the islands of Oahu, Kauai and Hawaii, and 4.1666% for the island of Maui.
  • VENDOR NON-COMPLIANCE : NON-COMPLIANCE may result in a vendor not receiving an award, delay of payment, or cancellation of award. If the vendor does not maintain timely compliance, which is the vendor’s responsibility, an offer otherwise deemed responsive and responsible may not be awarded. State agencies may check for compliance at any time.
  • VENDOR COMPLIANCE – PAPER DOCUMENTS : Vendors not utilizing HCE shall provide paper certificates that must be valid at the time of award. All applications for applicable clearances are the responsibility of the vendor, who must be compliant pursuant to HRS§103D-310(c) with the chapters 1) Chapter 237, General Excise Tax Laws; 2) Chapter 382, Hawaii Employment Security Law; 3)Chapter 386, Worker’s Compensation Law; 4) Chapter 392, Temporary Disability Insurance; 5)Chapter 393, Prepaid Health Care Act; and 6) §103D-310(c), Certificate of Good Standing (COGS) for entities doing business in the State. Upon receipt of compliance paper documents (A-6, LIR#27, COGS), the purchasing agency reserves the right to verify their validity with the respective issuing agency.
  • VENDOR REGISTRATION IN HAWAII COMPLIANCE EXPRESS (HCE) : Vendors can register at https://vendors.ehawaii.gov/hce via an annual subscription fee and should subscribe prior to responding to a solicitation. For more information visit the HCE Section of the FAQs at http://spo.hawaii.gov/faqs/#tabs-4.
  • COMPLIANCE AND DOCUMENTATION: Vendors are required to be compliant with all appropriate state and federal statutes. Proof of compliance is required through HCE or via paper documentation.
  • OFFER DEEMED FIRM/AUTHORITY TO SUBMIT OFFER: Submission of an electronic response to the State of Hawaii constitutes and shall be deemed an offer to sell the specified goods and/or services to the State of Hawaii at the price shown in the response and under the State's Terms and Conditions. The electronic response submitter certifies that he/she is authorized to sign the response for the submitting vendor and that the response is made without connection with any person, firm, or corporation making a response for the same goods and/or services and is in all respects fair and without collusion or fraud.
  • TRANSACTION FEES: The awarded vendor shall pay a transaction fee of 0.75% (.0075) of the award, not to exceed $5,000 for each award. This transaction fee shall be based on the original award amount and the awarded vendor shall be responsible for payment of the fee to Tyler Hawaii, the vendor administering the HIePRO. Payment must be made to Tyler Hawaii within thirty (30) days of receipt of invoice. The invoice is generated based on the date the award is posted.
  • QUESTIONS ABOUT THIS SOLICITATION: Unless otherwise indicated, questions regarding this solicitation must be directed to the Buyer listed.
  • RESPONSE TO THIS SOLICITATION: Only responses submitted through HIePRO shall be considered for award.
  • ADDITIONAL FEES AND CHARGES: Vendors shall include all applicable fees, charges, surcharges, shipping/handling, delivery, or any other charges associated with this solicitation in the price submitted.