REQUEST FOR PROPOSAL RFP# 2019-ERM 1. Security Services. DEADLINE FOR SUBMITTING PROPOSAL April 5, 2019, 12:00p.m. (CST)

Similar documents
REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

Cherokee Nation

Cherokee Nation

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

This form will be made a part of any resultant purchase order or subcontract SECTION I

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

Invitation To Bid B15/9886

REQUEST FOR BIDS MINOR REPAIRS

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

USAID GHSC PSM. Annex 2: Required Certifications

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

Cherokee Nation

REQUEST FOR BIDS MINOR REPAIRS

Cherokee Nation

REQUEST FOR BIDS MODERNIZATION

Cherokee Nation

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

Request for Qualifications Number 1470 General Construction Services

LOCKHEED MARTIN CORPORATION CORPDOC 2B

REPRESENTATIONS AND CERTIFICATIONS

Request for Proposals (RFP)

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

SECTION IV CONTRACT BID NUMBER

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

Request for Proposals: Environmental Site Assessment for Single Property

External Website Hosting Services

Healthcare Fraud, Waste, and Abuse Services

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

Request for Quotes (RFQ) For Graphic design services

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

August 12, 2016 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS. For

1. Provide the following information for your corporate headquarters:

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

December 13, Dear Vendors: Reference: RFQ No. FY Subject: Annual Shipping Services

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Data Science Platform

CONSTRUCTION AGREEMENT

Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

REQUEST FOR PROPOSAL #18-27 RETIREMENT 457 PLAN PROVIDER

Request for Quotation For Lawn Care Treatment

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M.

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

AMENDMENT TO DELEGATE AGENCY GRANT AGREEMENT (ARRA)

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

REQUEST FOR QUALIFICATIONS (RFQ)

PROPOSAL REQUEST. Sumner County Sheriff s Office

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

Invitation to Bid ROBOTIC CAMERA SYSTEM

Invitation to Bid IN-CAR CAMERA S

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

REPRESENTATIONS AND CERTIFICATONS

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Request for Proposal Records Management and Storage September 1, 2017

Charlotte-Mecklenburg Schools. Request for Qualifications

Macomb County Department of Roads

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

Invitation to Bid BULK MOTOR OIL

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

Mobile and Stationary Security Patrol Services

City of Bowie Private Property Exterior Home Repair Services

BAE SYSTEMS, ES(UK) SPECIAL CONDITIONS FAR/DFAR Rev: 3

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

LOCKHEED MARTIN CORPORATION CORPDOC 2A

Request for Proposal RFP

REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory

Federal Certification Forms

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects)

Request for Quotes (RFQ) For Trailer Tracking System Services

YEAR SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

PROPOSAL REQUEST. Sumner County Emergency Medical Service

Transcription:

International Health REQUEST FOR PROPOSAL RFP# 2019-ERM 1 Security Services DEADLINE FOR SUBMITTING PROPOSAL April 5, 2019, 12:00p.m. (CST) ATTN: Le Mikas Lavender, Enterprise Risk Management Department 1

International Health TABLE OF CONTENTS SECTION I. Introduction A. Introduction B. Background C. Contract Term / Term of Services II. III. IV. Scope of Work A. Work Requirements B. Any Other Items Proposer s Submittal Submittal Instructions Key RFP Information A. Introduction B. RFP Timeline C. Communication, Interpretation and Addenda V. Evaluation Criteria VI. VII. VIII. IX. Diversity Conflict of Interest and Vendor Code of Conduct Additional Information Terms and Conditions X. Attachments and Exhibits Attachment A Proposal Contact Information Attachment B Illinois Cost Proposal Sheet Attachment C Wisconsin Cost Proposal Sheet List of Exhibits Exhibit 1 Insurance Requirements List of Appendix Appendix 1 Certification of Independent Price Determination Appendix 2 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters Appendix 3 Terms and Conditions 2

International Health I. INTRODUCTION A. Introduction for Human Needs and Human Rights is accepting proposals from Security Companies to provide Security Services at properties. For almost 130 years, s doors have been open through WWI, the Great Depression, WWII, the Vietnam War, the outbreak of the HIV/AIDS epidemic in the 80s, the Haiti earthquake, and our most recent economic recession providing help, hope, and opportunity to those who have needed it most. Founded in 1888, was one of Chicago s two Travelers Aid organizations where newcomers particularly vulnerable youth and women moving to the city in pursuit of opportunities could receive help with housing, employment and community resettlement. More than a century later, continues its proud tradition of working with the most vulnerable in our communities and creating equity and opportunity for all. believes everyone in society benefits when people are able to exit poverty, heal from trauma, and achieve stability; secure their rights, and shape policies that respond to their needs. Through our holistic continuum of programs addressing safety, health, housing, education, economic opportunity, and justice, addresses the root causes of inequity, generates social change, and empowers individuals and communities to reach their full potential. This change-driven approach has made a leading anti-poverty organization, impacting the lives of 400,000 people through direct service and 7,000,000 through advocacy and policy change each year. B. Background is seeking proposals from qualified security firms to provide Security Services at properties located throughout the Chicagoland and Wisconsin area. We are seeking a company to partner and collaborate with designate Heartland s management staff and stakeholders to understand our vision for security services. The proposer shall be adaptable to the continuum security challenges while partnering with Heartland to improve our security measures, reduce our risk, and employ best security practices. C. Contract Term / Term of Services The term of agreement resulting from this RFP solicitation will be for a period of 3 years with an option to terminate upon 30 days notice, or extend for two (2) additional (1) year renewable options at discretion. II. SCOPE OF WORK A. General Specifications Respondent shall provide the following security guard services as outlined below but not limited to: 3

International Health 1. PERSONNEL The successful respondent will provide a uniformed licensed unarmed security guard to perform services. Uniforms shall identify the respondent s company by badge with the company's name or company's logo. The security guard shall be identified by name tag either affixed to or sewn on the uniform at all times while performing security guard duties. All security guards must be unarmed and carry communication radios or phones. 2. EQUIPMENT The successful respondent shall provide all necessary equipment to perform security guard duties. Equipment shall include, but not be limited to: handcuffs, security utility belt, flashlights, portable communication equipment, rain gear, and cold weather gear. 3. DUTIES The responsibility of the security guard is to protect the employees, customers, visitors and property of ; maintain order and discipline within the boundaries of the program space, enforce criminal law regulations and policies of. Outline below is a list of required security guard services but not limited to: A. Security guard will check designated areas upon arrival for any signs of suspicious activity or vandalism and immediately report information to the designated appropriate staff. B. Security guard must be alert and vigilant at all times while on duty and report any unusual activity or findings to staff and/or 911 C. Patrol the interior and exterior building perimeters at a minimum of (2) times per hour including but not limited to the stairwells and parking areas. Report any unusual or suspicious activity to HA staff immediately. D. Enforce program Security Rules and Procedures E. Participate in Employee Safety and Security Training F. Respondents must ensure Security Guards are accessible by radio or phone communication at all times while on duty. G. Upon request by HA management staff provide Security Guard services and other related duties at designated Special Events H. Security guard must conduct themselves in a professional manner and be courteous to HA staff and visitors at all times. I. Enforce Federal, State and City criminal law violations while on duty. 4

International Health J. Enforce laws pertaining to the breach of peace. K. Provide protection to HA employees, customers, visitors, and HA s property. L. Report any safety hazards, security breaches, defective property lighting or other safety deficiencies that might interrupt the overall HA safety program or anything that may cause a threat to health and safety. M. All officers will work under the direction of the respondent s supervisor as coordinated by the designated employee N. Understanding and familiar with providing security guard services within a trauma informed environment. O. In any situation where the safety of a development or residents therein is threatened, the respondent's personnel shall call upon law enforcement to respond and inform the designated HA employee. Security guard personnel will also law enforcement to respond when so directed by designated administrative personnel of. P. Monitor security desk consoles (i.e) employees access control and alarm computer, CCTV video monitors Q. Have an understanding, knowledge and be familiar with implementing emergency fire and fire alarm procedures. Guards must become familiar with designated floor plans R. Familiar with fire alarm pull boxes, fire extinguishers, fire alarm monitoring panel, AED and other life/security systems S. Have an understanding, knowledge and be familiar with implementing procedures and protocols in responding to medical emergencies, bomb threats, severe weather, fires, hazardous spills, floods and other emergencies 4. TRAINING AND SUPPORT Training for guards is an important aspect of this RFP. With the ever changing environment in today s world Heartland must ensure the guards are properly informed and trained to recognize, report, and respond to any potential security threat. 1. Proposer shall submit information identifying training protocols that proposer has implemented with their security personnel 2. Provide plan for ongoing training of personnel including but not limited to the frequency of trainings (i.e. annual, quarterly) as well as the method and areas of training 5

International Health 5. WORKSCHEDULE It is the responsibility of the respondent to ensure security guards report to their assigned Heartland Alliance location on assigned schedule date and time. Respondent is responsible for managing and overseeing security guards time and attendance. Respondent must notify the designated Heartland staff immediately regarding security guard time and attendance prior to working shift. Respondent must notify the designated staff in advance of any issues surrounding worker attendance and immediately provide replacement personnel. Additional hours may be required for special events and will be coordinated through the designated employee and the respondent. reserves the right to change and/or modify hours as needed. III. PROPOSER S SUBMITTAL Submittal Instructions: Proposer must complete and submit their proposal to the designated individual listed within this solicitation no later than the date specified on the cover of the RFP. Proposal must include the following: 1. Cover/Transmittal Letter A. Executive Summary Provide an overview of the Proposer s company including the range of services offered by the Proposer, years in business, and a brief history 2. Experience and Qualification Statement A. List of key personnel, qualifications and organizational chart B. Submit a list of clients Proposer has served in the past three (3) years. Provide contact person, position, address, phone number, dates of services and description of service provided C. State your ability to begin work and the capacity of your firm to dedicate resources needed to provide the services requested 6

International Health 3. Describe your firm and its capabilities for the requested services 4. Operations Plan A. Number of years in business B. Number of employees C. Experience your firm has had within the past five (5) years providing similar services to organizations like Proposers shall prepare a detailed method of approach to the scope of work which indicates the services proposed to be performed by the Proposer. This section should confirm the Proposer s understanding of the RFP. The Proposer should clearly outline the recommended approach of the organization in meeting the responsibilities that has outlined. The method of approach should be addressed in a manner that reflects an understanding and commitment to provide the requested services in a professional and timely manner. 5. Provide a minimum of three (3) client references 6. Provide a job description for each proposed position 7. Proposer Contact Information Sheet (Attachment A) 8. Cost Proposal Sheet (Attachment B) IV. Key RFP Information A. Introduction will receive Proposals at this location only until 12:00 P.M (CST) on April 5, 2019 in accordance with this RFP. One (1) clearly marked Original, five (5) copies and one (1) electronic copy of the proposal, including forms and attachments, must be received by heartland Alliance at the address below: Attn: Le Mikas Lavender Enterprise Risk Management 208 S LaSalle Street Suite 1300 Chicago, IL 60604 llavender@heartlandalliance.org 7

International Health B. RFP Timeline RFP Issued March 12, 2019 Respondents Questions Due March 14, 2019 Answers to Questions March 19, 2019 Proposal Due Date April 5, 2019 Proposals submitted after the designated date and time will not be accepted for any reason and will be returned unopened to the originator. C. Communication, Interpretation and Addenda No respondent is entitled to rely upon any oral interpretation by Heartland Alliance or its representative concerning the meaning of this RFP. This RFP and any addenda will be available by contacting the designate person listed within this RFP. It is the Respondent s obligation to obtain any addenda that may be subsequently issued. All requests for interpretation must be made in writing and submitted no later than March 14, 2019, 5:00 P.M (CST) to: Le Mikas Lavender Enterprise Risk Management llavender@heartlandalliance.org may award one or more contracts based on the evaluation criteria contained within this RFP to responsible and responsive respondents, provided their proposals are in the best interest of 8

International Health V. EVALUATION CRITERIA will conduct a comprehensive evaluation of proposals received in response to this RFP. will use an Evaluation Committee to review and evaluate the proposals. Throughout the evaluation and selection process, Proposers may be asked to furnish additional information, make oral presentations and attend meetings as requested by. will consider such criteria as deems and to be in the best interests of including but not limited to the following: 1. Proposer understanding and responsiveness to the requested scope of services outlined in this RFP 20 2. Proposer experience, knowledge and qualifications 30 3. Key Personnel and References 20 4. Fee Structure / Cost Proposal 30 VI. DIVERSITY Minority, Disadvantage, and Women-Owned Business Enterprises (MBE/DBE/WBEs) are encouraged to submit proposals. strives to provide opportunities to MBE/WBE/DBE s companies that has a diverse workforce and can supply products and services that will meet our business needs. VII. CONFLICT OF INTEREST AND VENDOR CODE OF CONDUCT Respondents must disclose of any past, present, or future relationships with any parties associated with the issuance, review, or management of this solicitation and anticipated award. Failure to provide this information may result in to remove respondent proposal from the selection process. It is the responsibility of the respondent to become familiar with Vendor Code of Conduct https://www.heartlandalliance.org/contracting-opportunities/ It is also a conflict of interest when a employee, officer or agent involved in the RFP process or contract has a financial or any other interest in the respondent. If a conflict of interest exist, the respondent cannot submit a proposal. in its sole discretion reserves the right to cancel the award if determines that any interested disclosed from any source gives the appearance of a conflict of interest. VIII. ADDITIONAL INFORMATION 1. All costs incurred in the preparation and presentation of Proposals is the responsibility of each respondent. All supporting documentation and manuals with each Proposal will become the property of unless otherwise indicated by the Respondent at the time of submission. 9

International Health 2. reserves the right to reject any and all Proposals, to waive any informality, and to accept any proposals which may deem to be in the best interest of the organization. 3. may award one or more contracts based on the evaluation criteria contained within this RFP to responsible and responsive respondents, provided their proposals are in the best interest of. 4. Issuing this solicitation is not a guarantee that will award a purchase order/contract. has no contractual obligations with any vendor based upon the issuance of this solicitation. 5. may choose to award a purchase order / contract for part of the services within this solicitation. 6. may request from a short-listed of respondents additional written responses to a more specific and detailed scope of work that is based upon the general scope of work in the original stated solicitation. 7. reserves the right to accept or reject any or all proposals, issue addenda, or waive any formalities that are not to be material defects requiring rejection or disqualification or where such a waiver will promote increased competition. Any respondents may be excluded from further consideration for failure to fully comply with the requirements of this solicitation. 8. has the right to rescind this sonication or rescind an award prior to the signing of a purchase order / contract due to any unforeseen changes in the direction of s client (U.S. Government), be it funding or programmatic. IX. ADDITIONAL INFORMATION By submitting a proposal in response to this RFP, respondent agrees to accept Heartland Alliance Terms and Conditions (see Appendix 3). 10

Attachment (A) Business Contact Information Proposers must provide a business contact and alternate to address any RFP questions. Name: Title: Phone: Fax: Address: Email: Name: Alternate Business Contact Title: Phone: Fax: Address: Email: 11

Attachment (B) Cost Proposal Sheet Respondent must submit the requested cost within their proposal. This must include the description and cost information for each applicable category below. Illinois Proposed Cost / Fee Structure Hourly Rate Position Type Straight Time Overtime Shift Differential (if applicable) Union (Y/N) Union Rate 12

Attachment (C) Cost Proposal Sheet Respondent must submit the requested cost within their proposal. This must include the description and cost information for each applicable category below. Wisconsin Illinois Proposed Cost / Fee Structure Hourly Rate Position Type Straight Time Overtime Shift Differential (if applicable) Union (Y/N) Union Rate 13

EXHIBIT 1 INSURANCE REQUIREMENTS FOR VENDORS The following minimum insurance requirements apply to vendors. If the service or work represents an unusual or high risk, such as construction, additional insurance may be required. For more information, consult with the Enterprise Risk Management department by emailing erm@heartlandalliance.org Certificates of Insurance and Additional Insured All Vendors shall furnish with an original Certificate of Insurance listing, 208 S. La Salle, Suite 1300 Chicago, IL 60604 as the certificate holder. The Commercial General Liability and Auto Liability shall name, all subsidiaries and related entities, employees, officers, board of directors, agents and volunteers as additional insured by way of endorsement. Vendor shall require the same additional insured endorsements from Subcontractors. Coverage and Policy Limits All insurance policies maintained by vendor must be issued by a company or companies rated at least A in A.M. Bests Key rating guide. The vendor shall provide a 30-day notice of cancellation or non-renewal of coverage to Heartland Alliance. Such insurance must be primary as to any other valid and collectible insurance. Commercial General Liability: (required where vendor is not considered an independent contractor): Each occurrence $1,000,000 General aggregate $2,000,000 for bodily injury, personal injury and property damage liability. Coverage shall include all premises and operations, products/completed operations, separation of insureds, and contractual liability. Automobile Liability: (required if contracting party will be utilizing vehicles to perform/provide services on Heartland premise): Combined single limit $1,000,000 for bodily injury and property damage, including owned, hired and non-owned vehicle coverage. Umbrella/Excess Liability: (required where vendor is not considered an independent contractor): Not less than $2,000,000 per occurrence and in the aggregate. Workers Compensation: (as required by applicable law or regulation): Statutory limits Employers Liability: (as required by applicable law or regulation): $500,000 per each accident or illness 14

Other insurance that may be required Professional Liability: (required by independent contractors): If vendor is engaged for professional services by a professional on staff or under a consulting agreement, vendor must secure, acquire and maintain, or require its independent consultant or Subcontractor to acquire and maintain, Professional Liability insurance in limits not less than $1,000,000 each occurrence and $2,000,000 policy aggregate covering the professional services performed in connection with the project and continuing in force by renewal or extended reporting provision for not less than three years after completion of the Service Enterprise Risk Management Department ERM@heartlandalliance.org 15

Appendix 1 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION The vendor certifies that (a) (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other vendor, including but not limited to subsidiaries or other entities in which vendor has any ownership or other interests, or any competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; (2) The prices in this offer have not been and will not be knowingly disclosed by the vendor, directly or indirectly, to any other vendor, including but not limited to subsidiaries or other entities in which vendor has any ownership or other interests, or any competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated or competitive solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the vendor to induce any other concern or individual to submit or not to submit an offer for the purpose of restricting competition or influencing the competitive environment. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory (1) Is the person in the vendor's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or (2) (i) Has been authorized, in writing, to act as agent for the principals of the vendor in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; (ii) As an authorized agent, does certify that the principals of the vendor have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above. (c) Vendor understands and agrees that (1) violation of this certification will result in immediate disqualification from this solicitation without recourse and may result in disqualification from future solicitations; and (2) discovery of any violation after award to the vendor will result in the termination of the award for default. CERTIFIED BY: RFP No. Name of Vendor Organization: Date: Signature Authorized Official: Title: Printed Name: 16

Appendix 2 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (a)(1) The Offer or certifies, to the best of its knowledge and belief, that (i) The Offer or and/or any of its Principals (A) Are [ ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ ] have not [ ], within the three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; [This language stayed indefinitely. Please use paragraph (a)(1)(i)(d) below.] (C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(b) of this provision; and [This language stayed indefinitely. Please use paragraph (a)(1)(i)(e) below.] (D) Have [ ] have not [ ], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (E) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a)(1)(i)(d) of this provision. (ii)(a) [This paragraph (a)(1)(ii) is stayed indefinitely.] The offer or, aside from the offenses enumerated in paragraphs (a)(1)(i)(a), (B), and c) of this provision, has [ ] has not [ ] within the past three years, relative to tax, labor and employment, environmental, antitrust, or consumer protection laws (1) Been convicted of a Federal or State felony (or has any Federal or State felony indictments currently pending against them); or (2) Had a Federal court judgment in a civil case brought by the United States rendered against them; or (3) Had an adverse decision by a Federal administrative law judge, board, or commission indicating a willful violation of law. (B) If the offer or has responded affirmatively, the offer or shall provide additional information if requested by the Contracting Officer; and (iii) The Offer or has [ ] has not [ ], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity 17

(e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, and United States Code. (b) The Offer or shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offer or learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offer s responsibility. Failure of the Offer or to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offer or no responsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offer or is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offer or knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. CERTIFIED BY: RFP No. Name of Vendor Organization: Date: 18 Signature Authorized Official: Title: Printed Name:

19