REQUEST FOR PROPOSALS

Similar documents
REQUEST FOR PROPOSALS

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

SUPERIOR COURT STATE OF CALIFORNIA, COUNTY OF SAN BERNARDINO

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA. REGARDING: Vehicle Acquisition IFB

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Solicitation RFP Document Conversion On-Site Scanning Services. Bid designation: Public. State of California

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

REQUEST FOR PROPOSALS

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Solicitation TM Epson Power Supply and Receipt Printer. Bid designation: Public

Pension Board Attorney

Request for Proposal RFP : Professional Accounting Services January 25, 2018

Solicitation DA HP Unified Functional Testing Software Maintenance. Bid designation: Public

Request for Proposal

Solicitation TM Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels. Bid designation: Public

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

SOLICITATION/ADVERTISEMENT

Cheyenne Wyoming RFP-17229

SECTION NOTICE INVITING BIDS

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

INVITATION FOR BID (IFB) IFB # PO LAUNDRY EQUIPMENT Notice to Prospective Bidders

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

Request For Proposal (RFP) for

Invitation to Bid BOE. Diesel Exhaust Fluid

Request for Proposal For Scrap Metal Removal

REQUEST FOR PROPOSAL For Legal Services Bid Number:

Cloud Based PBX System and Hardware

ORANGE COUNTY EMPLOYEES RETIREMENT SYSTEM MEMORANDUM

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Request for Proposal

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director

REQUEST FOR PROPOSALS

ADVERTISEMENT FOR BID

Central Pierce Fire & Rescue Request for Proposal Asset Financing

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

Mobile and Stationary Security Patrol Services

LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

CITY OF SUGAR HILL Request for Proposals Event Audio Services

Request for Proposal RFP : Quality Rating System November 15, 2017

VENTURA COUNTY EMPLOYEES RETIREMENT ASSOCIATION (VCERA) REQUEST FOR PROPOSAL FOR ACTUARIAL AUDIT SERVICES

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

Request for Proposals

GENERAL ENGINEERING JOB ORDER CONTRACT

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

REQUEST FOR QUALIFICATIONS DUE: TUESDAY, JANUARY 24, 2017 AT 12:00 P.M. INTERVIEWS: THURSDAY, JANUARY 26, 2017 TUESDAY, JANUARY 24, 2017 AT 2:30 P.M.

REQUEST FOR PROPOSALS

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03

COUNTY OF JASPER, MISSOURI

REQUEST FOR PROPOSAL FOR AUDIT SERVICES

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR FORMAL BID

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REVISED Request for Proposal: Benton County Hearing Examiner Services

Solicitation DA Hardware Maintenance & Support - DELL Compellent Copilot Optimize. Bid designation: Public

SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA SAMPLE AGREEMENT PUBLIC WORKS PROJECT SERVICES SHORT FORM AGREEMENT AGREEMENT NUMBER

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

BOROUGH OF STROUDSBURG

MACON-BIBB COUNTY, GEORGIA

Request for Proposal for Actuarial Audit Services. March 20, 2017

MACON-BIBB COUNTY, GEORGIA

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

REQUEST FOR PROPOSAL FOR ACTUARIAL SERVICES RFP

Request for Proposal Body Repair and Painting Services for ISD Vehicles

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

Introduction Background

New Mexico Bidder s Number

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

REQUEST FOR PROPOSAL

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

CITY OF FLORENCE SOUTH CAROLINA REPLACEMENT EMERGENCY GENERATOR REQUEST FOR PROPOSAL

Human Services Building Roof Project (4 flat roofs)

COUNTY OF SANTA BARBARA,

Request for Proposal Supply & Install Generators at District Health Centers Project

REQUEST FOR PROPOSAL

West Virginia Board of Risk and Insurance Management RFP#: RIM

Proposal Response Date: March 18, 2019, at 1:00p.m.

Columbia Public Schools Columbia, Missouri

University of North Alabama

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Transcription:

REQUEST FOR PROPOSALS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: Audio Visual Maintenance and Support City Towers PROPOSALS DUE: June 11, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev 12/16/13

1.0 BACKGROUND INFORMATION 1.1 The Superior Court of California, County of Stanislaus ( Court ) is seeking a vendor that is able to provide maintenance and service support for audio and visual equipment in our Civil Courtrooms and Clerk s Office located in the City Towers building. 2.0 DESCRIPTION OF GOODS AND/OR SERVICES 2.1 The Court seeks the services of a person or entity with expertise in maintenance and service support for all audio and visual equipment located in the following areas of the City Towers Building at 801 10 th St., Modesto, CA 95354: 1. Courtroom 21 w/jury Room (6 th floor) 2. Courtroom 22 w/jury Room (6 th floor) 3. Courtroom 23 w/jury Room (4 th floor) 4. Courtroom 24 w/jury Room (4 th floor) 5. Clerk s Office (4th floor) 2.2 The Court seeks services meeting the following specifications for all audio and visual equipment in the locations noted in 2.1: a) Provide remote technical phone support services. Phone services to be available Monday through Friday 8:00 A.M. to 5:00 P.M. b) Provide an available on-site technician when required. Technician shall be available Monday through Friday 8:00 A.M. to 5:00 P.M. c) Provide on-line access for incident reporting. d) Preventative maintenance of all equipment not less than twice yearly. e) Facilitation of manufacturer repair or replacement programs. f) Access to manufacturer s published software upgrades and upgrades for all audio and visual equipment. g) Replacement parts and installation of said parts as required. Those parts not under manufacturer s warranty must be approved by the Court. 2 rev 12/16/13

3.0 TIMELINE FOR THIS RFP The Court has developed the following list of key events related to this RFP. All dates are subject to change at the discretion of the Court. EVENT DATE RFP issued May 22, 2015 Deadline for questions May 28, 2015 Questions and answers posted June 1, 2015 Mandatory Walk-thru at 801 10 th Street Lobby Modesto, CA 95354 Latest date and time proposal may be submitted June 6, 2015 at 8:00AM through 9:00AM June 11, 2015 at 4:00PM Pacific Time Evaluation of proposals (estimate only) Public opening of cost portion of proposals June 12, 2015 through June 16, 2015 June 17, 2015 at 11:00AM through 12:00PM Notice of Intent to Award (estimate only) June 18, 2015 Negotiations and execution of contract (estimate only) June 18, 2015 through June 26, 2015 Contract start date (estimate only) June 30, 2015 Contract end date (estimate only) June 30, 2017 4.0 RFP ATTACHMENTS The following attachments are included as part of this RFP: ATTACHMENT Attachment 1: Administrative Rules Governing RFPs (IT Goods and Services) Attachment 2: Standard Agreement DESCRIPTION These rules govern this solicitation. If selected, the person or entity submitting a proposal (the Proposer ) must sign this Standard Form Agreement. 3 rev 12/16/13

Attachment 3: Proposer s Acceptance of Terms and Conditions Attachment 4: General Certifications Form Attachment 5: Small Business Declaration Attachment 6: Payee Data Record Form On this form, the Proposer must indicate acceptance of the Terms and Conditions or identify exceptions to the Terms and Conditions. The Proposer must complete the General Certifications Form and submit the completed form with its proposal. The Proposer must complete this form only if it wishes to claim the small business preference associated with this solicitation. This form contains information the Court requires in order to process payments and must be submitted with the proposal. 5.0 PAYMENT INFORMATION Payment information will be provided at a later date prior to issuance of a contract with prescribed vendor(s). The Court is not responsible for any travel expenses, including but not limited to mileage and lodging that the Vendor may incur during the bid process or during the performance of the contract. Travel and per diem expenses are not allowed under this solicitation. 6.0 MANDATORY WALK-THRU OF CITY TOWER BUILDING The Court will hold a mandatory walk-thru for this RFP at the City Towers building at 801 10 th St., Modesto, CA 95354. This walk-through shall commence in the lobby of the building and will be held at the date and time listed in section 3.0 of this RFP entitled Timeline for this RFP. The purpose of this walk-through is to provide bidders an opportunity to examine the site and equipment affecting the work described herein. Specific questions during the walkthrough shall be answered and then documented and placed on the website. Questions regarding the solicitation procedures or questions brought forth before or after the walkthrough should be submitted via the buyer@stanct.org e-mail address. 7.0 SUBMISSIONS OF PROPOSALS 7.1 Proposals should provide straightforward, concise information that satisfies the requirements of the Proposal Contents section below. Expensive bindings, color displays, and the like are not necessary or desired. Emphasis should be placed on conformity to the RFP s instructions and requirements, and completeness and clarity of content. 4 rev 12/16/13

7.2 The Proposer must submit its proposal in two parts, the non-cost portion and the cost portion. a. The Proposer must submit one (1) original and three (3) copies of the non-cost portion of the proposal. The original must be signed by an authorized representative of the Proposer. The original non-cost portion of the proposal (and the copies thereof) must be submitted to the Court in a single sealed envelope, separate from the cost portion. The Proposer must write the RFP title and number on the outside of the sealed envelope. b. The Proposer must submit one (1) original and three (3) copies of the cost portion of the proposal. The original must be signed by an authorized representative of the Proposer. The original cost portion of the proposal (and the copies thereof) must be submitted to the Court in a single sealed envelope, separate from the non-cost portion. The Proposer must write the RFP title and number on the outside of the sealed envelope. c. The Proposer must submit an electronic version of the entire proposal on CD-ROM. The files contained on the CD-ROM must be in PDF, Word, or Excel formats. 7.3 Proposals must be delivered by the date and time listed on the coversheet of this RFP to: Cost Portion: RFP 14155007 COST PORTION (DO NOT OPEN) Attn: Fiscal Services 800 11th Street, Room 100 Modesto, CA 95354 Non-Cost Portion: RFP 14155007 NON-COST PORTION (DO NOT OPEN) Attn: Fiscal Services 800 11th Street, Room 100 Modesto, CA 95354 7.4 Late proposals will not be accepted. 7.5 Only written proposals will be accepted. Proposals must be sent by registered or certified mail, courier service (e.g. FedEx), or delivered by hand. Proposals may not be transmitted by fax or email. 5 rev 12/16/13

8.0 PROPOSAL CONTENTS 8.1 Non-Cost Portion. The following information must be included in the non-cost portion of the proposal. A proposal lacking any of the following information may be deemed non-responsive. a. The Proposer s name, address, telephone and fax numbers, and federal tax identification number. Note that if the Proposer is a sole proprietor using his or her social security number, the social security number will be required before finalizing a contract. b. Name, title, address, telephone number, and email address of the individual who will act as the Proposer s designated representative for purposes of this RFP. c. For each key staff member: a resume describing the individual s background and experience, as well as the individual s ability and experience in conducting the proposed activities. d. Names, addresses, and telephone numbers of a minimum of three (3) clients for whom the Proposer has conducted similar services. The Court may check references listed by the Proposer. e. Proposed method to complete the work. f. Acceptance of the Terms and Conditions. i. On Attachment 3, the Proposer must check the appropriate box and sign the form. If the Proposer marks the second box, it must provide the required additional materials. An exception includes any addition, deletion, or other modification. ii. If exceptions are identified, the Proposer must also submit (a) a red-lined version of the Terms and Conditions that implements all proposed changes, and (b) a written explanation or rationale for each exception and/or proposed change. g. Certifications, Attachments, and other requirements. i. The Proposer must complete the General Certifications Form (Attachment 4) and submit the completed form with its proposal. 6 rev 12/16/13

ii. iii. If Contractor is a California corporation, limited liability company ( LLC ), limited partnership ( LP ), or limited liability partnership ( LLP ), proof that Contractor is in good standing in California. If Contractor is a foreign corporation, LLC, LP, or LLP, and Contractor conducts or will conduct (if awarded the contract) intrastate business in California, proof that Contractor is qualified to do business and in good standing in California. If Contractor is a foreign corporation, LLC, LP, or LLP, and Contractor does not (and will not if awarded the contract) conduct intrastate business in California, proof that Contractor is in good standing in its home jurisdiction. Proof of financial solvency or stability (e.g., balance sheets and income statements). 8.2 Cost Portion. The following information must be included in the cost portion of the proposal. IT Services: i. A detailed line item budget showing total cost of the proposed services. ii. iii. A full explanation of all budget line items in a narrative entitled Budget Justification. A not to exceed total for all work and expenses payable under the contract, if awarded. NOTE: It is unlawful for any person engaged in business within this state to sell or use any article or product as a loss leader as defined in Section 17030 of the Business and Professions Code. 9.0 OFFER PERIOD A Proposer's proposal is an irrevocable offer for ninety (90) days following the proposal due date. In the event a final contract has not been awarded within this period, the Court reserves the right to negotiate extensions to this period. 10.0 EVALUATION OF PROPOSALS The cost portion of proposals will be publicly opened at the date and time noted in Section 3.0 at the following address: 7 rev 12/16/13

Stanislaus County Superior Court Training Room 800 11th St Room 100 Modesto, CA 95354 The Court will evaluate the proposals on a 100 point scale using the criteria set forth in the table below. Award, if made, will be to the highest-scored proposal. If a contract will be awarded, the Court will post an intent to award notice at http://www.stanct.org/request-proposals. CRITERION Quality of work plan submitted Experience on similar assignments Cost Credentials of staff to be assigned to the project Acceptance of the Terms and Conditions Ability to meet timing requirements to complete the project MAXIMUM NUMBER OF POINTS 20 Points 15 Points 50 Points 5 Points 5 Points 5 Points 11.0 INTERVIEWS The Court may conduct interviews with Proposers to clarify aspects set forth in their proposals or to assist in finalizing the ranking of top-ranked proposals. The interview process may require a demonstration. The interview may also require a demonstration of equivalence if a brand name is included in the specifications. The interviews may be conducted in person or by phone. If conducted in person, interviews will likely be held at the Court s offices. The Court will not reimburse Proposers for any costs incurred in traveling to or from the interview location. The Court will notify eligible Proposers regarding interview arrangements. 12.0 CONFIDENTIAL OR PROPRIETARY INFORMATION PROPOSALS ARE SUBJECT TO DISCLOSURE PURSUANT TO APPLICABLE PROVISIONS OF THE CALIFORNIA PUBLIC CONTRACT CODE AND RULE 10.500 OF THE CALIFORNIA RULES OF COURT. The Court will not disclose (i) social security numbers, or (ii) balance sheets or income statements submitted by a Proposer that is not a publicly-traded corporation. All other information in proposals will 8 rev 12/16/13

be disclosed in response to applicable public records requests. Such disclosure will be made regardless of whether the proposal (or portions thereof) is marked confidential, proprietary, or otherwise, and regardless of any statement in the proposal (a) purporting to limit the Court s right to disclose information in the proposal, or (b) requiring the Court to inform or obtain the consent of the Proposer prior to the disclosure of the proposal (or portions thereof). Any proposal that is password protected, or contains portions that are password protected, may be rejected. Proposers are accordingly cautioned not to include confidential, proprietary, or privileged information in proposals. 13.0 DISABLED VETERAN BUSINESS ENTERPRISE INCENTIVE The Court has waived the inclusion of DVBE participation in this solicitation. 14.0 SMALL BUSINESS PREFERENCE Small business participation is not mandatory. Failure to qualify for the small business preference will not render a proposal non-responsive. Eligibility for and application of the small business preference is governed by the Court s Small Business Preference Procedures for the Procurement of Information Technology Goods and Services. The Proposer will receive a small business preference if, in the Court s sole determination, the Proposer has met all applicable requirements. If the Proposer receives the small business preference, the score assigned to its proposal will be increased by an amount equal to 5% of the points assigned to the highest scored proposal. If a DVBE incentive is also offered in connection with this solicitation, additional rules regarding the interaction between the small business preference and the DVBE incentive apply. To receive the small business preference, the Proposer must be either (i) a Department of General Services ( DGS ) certified small business or microbusiness performing a commercially useful function, or (ii) a DGS-certified small business nonprofit veteran service agency. If the Proposer wishes to seek the small business preference, the Proposer must complete and submit with its proposal the Small Business Declaration (Attachment 5). The Proposer must submit with the Small Business Declaration all materials required in the Small Business Declaration. Failure to complete and submit the Small Business Declaration as required will result in the Proposer not receiving the small business preference. In addition, the Court may request additional written clarifying information. Failure to provide this information as requested will result in the Proposer not receiving the small business preference. If the Proposer receives the small business preference, (i) the Proposer will be required to complete a post-contract report; and (ii) failure to meet the small business commitment set forth in its proposal will constitute a breach of contract. 9 rev 12/16/13

FRAUDULENT MISREPREPRETATION IN CONNECTION WITH THE SMALL BUSINESS PREFERNCE IS UNLAWFUL AND IS PUNISHABLE BY CIVIL PENALTIES. SEE GOVERNMENT CODE SECTION 14842.5. 15.0 PROTESTS Any protests will be handled in accordance with Chapter 7 of the Judicial Branch Contracting Manual (see www.courts.ca.gov/documents/jbcl-manual.pdf). Failure of a Proposer to comply with the protest procedures set forth in that chapter will render a protest inadequate and non-responsive, and will result in rejection of the protest. The deadline for the Court to receive a solicitation specifications protest is the proposal due date. Protests must be sent to: Protest RFP 14155007 Attn: Procurement Unit 800 11th Street, Room 100 Modesto, CA 95354 16.0 CANCELLATION OF SOLICITATION The Court may cancel this solicitation at any time in accordance with the Judicial Branch Contracting Manual (JBCM) 4.4.B, which states in part Before a Bid Closing Date, the JBE (Judicial Branch Entity) may cancel a solicitation for any or no reason. After the Bid Closing Date, all bids may be rejected if the JBE determines that: The Bids received do not reflect effective competition; The cost is not reasonable; The cost exceeds the amount expected; or Awarding the contract is not in the best interest of the JBE. 10 rev 12/16/13