Request for Proposals
|
|
|
- Elmer Carr
- 10 years ago
- Views:
Transcription
1 Request for Proposals Help Desk Services for the Compliance Instrument Tracking System Service (CITSS) This RFP is available on the Western Climate Initiative, Incorporated (WCI, Inc.) website at Interested bidders are encouraged to visit the WCI, Inc. website for more information and potential updates to the RFP, and to subscribe to the electronic mailing list. July 24, 2012
2 This Page Intentionally Blank
3 REQUEST FOR PROPOSALS Notice to Prospective Proposers RFP No July 24, 2012 You are invited to review and respond to this Request for Proposals (RFP) No , entitled, Help Desk Services for the Compliance Instrument Tracking System Service (CITSS). In submitting your proposal, you must comply with the instructions found herein. This RFP is available on the WCI, Inc. webpage at The deadline for receipt of proposals is August 28, 2012, before 3:00 p.m. Pacific Time. All late proposals will be rejected. To be on time, proposals must meet the following two conditions: (1) proposals must be submitted electronically at by the deadline above; and (2) proposal envelopes with the required contents must be postmarked on or before the due date above and delivered to WCI, Inc., P.O. box 1796, Sacramento, CA You are advised that you are responsible for ensuring that your proposal is received by the date and time required. Any proposal received after the deadline date and time will be returned unopened. In the opinion of WCI, Inc., this RFP is complete and without need of explanation. However, if you have questions, notice any discrepancies or inconsistencies, or need any clarifying information, the contact person for this RFP is listed below. All questions must be submitted in accordance with the RFP instructions contained herein and sent via directly to the below listed contact person. Contact: Lydia Dobrovolny Phone: (206) We appreciate your interest in this project and hope to receive a proposal from you if this is within your area of expertise.
4 This Page Intentionally Blank
5 Request for Proposals Help Desk Services for the Compliance Instrument Tracking System Service (CITSS) I. PURPOSE / OVERVIEW... 1 II. SCOPE OF WORK... 3 A. Project Requirements... 3 B. Definition of In-Scope and Other Inquiries... 8 C. Project Tasks III. PROPOSAL GENERAL REQUIREMENTS AND INFORMATION A. Key Dates B. Proposal General Requirements C. Submission of Proposals D. Modification and/or Withdrawal of Proposals E. Proposer s Responsibilities F. Signature G. Disposition of Proposals IV. PROPOSAL TECHNICAL AND COST REQUIREMENTS A. Project Management Plan B. Approach to Satisfying Project Requirements C. Work Plan and Schedule D. Cost Proposal E. Organization and Personnel Qualifications F. References G. Exceptions to the WCI, Inc. Standard Contract Form V. EVALUATION A. Administrative Evaluation B. Technical Evaluation C. Cost Evaluation VI. ATTACHMENTS ATTACHMENT A: REQUIRED ATTACHMENT CHECKLIST ATTACHMENT B: PROPOSER REFERENCES FORM ATTACHMENT C: COST TABLES... 42
6 This Page Intentionally Blank
7 Page 1 of 43 1 REQUEST FOR PROPOSALS HELP DESK SERVICES FOR THE COMPLIANCE INS TR UME NT TRACKING SYSTEM SER VICE (CITS S ) I. PURPOSE / OVERVIEW Western Climate Initiative, Incorporated (WCI, Inc.) is seeking contractor services to provide help desk services for the Compliance Instrument Tracking System Service (CITSS). The Board of Directors for WCI, Inc. includes officials from the provinces of British Columbia and Quebec, and the State of California (hereafter referred to as Participating Jurisdictions). The CITSS is a web-based system of medium size and complexity. Initially, the CITSS will support programs in California and Quebec, requiring an estimated 900 accounts with 4,000 users during its first year of operation. Within three years, the number of participating jurisdictions may increase, possibly resulting in an estimated 30 percent growth in users. The primary function of the CITSS is to register cap-and-trade program participants and to track their holding, transfer, and surrender of compliance instruments. The Participating Jurisdictions have designed the CITSS to incorporate rules, policies, and practices necessary to comply with the jurisdictions program requirements. More information is available at the following websites: ystem.htm Committee-Documents/Draft-Business-Requirements-for-a-Compliance- Instrument-Tracking-System/ The purpose of the help desk services is: to field inquiries from CITSS users in a courteous and professional manner; for inquiries that fall within the scope of these services, to resolve user questions or problems by providing timely and accurate information; for inquiries that fall outside the scope of these services, to refer the inquiries to individuals designated by WCI, Inc.; and
8 to track and report on help desk activities and performance metrics. WCI, Inc. Page 2 of 43 The help desk shall field inquiries via and telephone. Proposers may recommend and justify additional or alternative forms of availability. The Contractor shall develop and maintain manuals, procedures, and/or other materials as needed to ensure high quality customer service. Security is an integral part of every aspect of CITSS operation. Because help desk personnel will have access to CITSS data, the Work must be performed in a secure environment. Additionally, personnel must meet minimum security requirements described below. The start of the Contract is October 1, 2012, with help desk services operational as of November 1, The duration of this contract is three (3) years, with the potential for two (2) two-year extensions. The contract extensions, which are at the sole option of WCI, Inc., may include changes in requirements, services, or pricing that are mutually agreed to by WCI, Inc. and the Contractor. For the purposes of this RFP, Proposer and Bidder refer to parties that submit a proposal in response to this RFP. The term Contractor refers to the party that is ultimately selected and contracted to provide the services described in this RFP. The term Work refers to the activities conducted by the Contractor to fulfill its duties and obligations in connection with the contract.
9 Page 3 of 43 II. SCOPE OF WORK This Scope of Work includes three sections: A. Project Requirements; B. Definition of In-Scope and Other Inquiries; and C. Tasks. A. Project Requirements 1. Project Manager a. The Contractor shall designate a Project Manager to manage the Contractor s delivery of Help Desk services to WCI, Inc., and to ensure to the greatest degree possible that the agreed upon levels of service are met. The Project Manager is considered Key Personnel. b. The Project Manager shall be the primary point of contact between the Contractor and WCI, Inc. c. The Project Manager or acting alternate must be available to provide support to WCI, Inc. during normal business hours (7:00 a.m. to 4:00 p.m., Pacific Time, Monday through Friday, excluding holidays that are recognized by both the U.S. and Canada.). At the discretion of WCI, Inc., normal business hours may be adjusted as needed to better serve the needs of the Participating Jurisdictions programs. The Project Manager or acting alternate shall also be available as needed during events that may result in significant unscheduled disruption of the CITSS Help Desk operations. 2. Help Desk Availability a. The Contractor shall provide live Help Desk services twelve (12) hours per day, Monday-Friday, excluding holidays that are recognized by both the U.S. and Canada. The hours of operation will be 6:00 a.m. to 6:00 p.m. Pacific Time. These hours of operation may be adjusted based on Help Desk demand from users and other operational considerations, by mutual agreement between the Contractor and WCI, Inc. b. The Contractor must at a minimum provide live telephone support, the ability to accept and respond to inquiries via , and the ability to use, where CITSS users are willing and able, secure screen sharing software to observe and diagnose issues as they appear to the CITSS user. In addition, the Proposer may propose other avenues for Help Desk support. 3. Language The Contractor shall provide Help Desk services in English and French, including live telephone support, correspondence, and all written materials, including internal procedures and manuals. a. For users requesting service in English, support shall be provided by personnel fluent in General English (also known as Standard American English).
10 b. For users requesting service in French, support shall be provided by personnel fluent in International French. 4. Security WCI, Inc. Page 4 of 43 Security is an integral part of the Work. The Contractor must demonstrate the ability to achieve and maintain the security necessary to maintain the confidentiality of all CITSS account credentials, CITSS data, and CITSS user information. Necessary security includes, but is not limited to: a. The Contractor must provide physical controls to prevent unauthorized access to the equipment used to access the CITSS. Prior to accessing the CITSS, the Contractor shall implement procedures to protect Contractor s personnel s CITSS account credentials from unauthorized disclosure (e.g., user IDs and passwords). Prior to accessing the CITSS, the Contractor shall implement procedures to prevent unauthorized disclosure of any data in the CITSS that is accessed as part of its performance of the Work. b. The Contractor must certify to WCI, Inc. that all personnel that will have CITSS access as part of performing the Work have been properly identified and evaluated for security purposes, including meeting the regulatory requirements for access to CITSS. The Contractor shall maintain documentation for each assigned personnel with CITSS access, which will be made available to WCI, Inc. upon request, including: (i) True copy of valid and current personal identification documentation, including government-issued photo identification with an expiration date, such as a driver s license or passport. (ii) Address of primary residence, which must be in the United States or Canada. (iii) For Contractor personnel residing in the United States, confirmation from a U.S. financial institution (such as a federal or state licensed or chartered bank, savings and loan association or credit union) that the person has an open account. (iv) For contractor personnel residing in the United States, an attestation that the individual has no criminal conviction during the previous five years constituting a felony in the United States. (v) For Contractor personnel residing in Canada, confirmation from a financial institution located in Canada that the person has an account with the institution and that an identity check was carried out when the account was opened. (vi) For contractor personnel residing in Canada, an attestation that the individual has no criminal conviction during the previous five years for fraud or any other criminal offence identified in the Quebec cap-andtrade program regulations.
11 Page 5 of 43 The Contractor shall maintain documentation, which will be made available to WCI, Inc. upon request, of the due diligence performed to verify the validity of the personnel documentation, which may include background checks and reviews of credit reports. c. In the performance of the Work, the Contractor must use telephone, , data storage, and other necessary systems that prevent unauthorized access to CITSS account credentials, CITSS data, and CITSS user information. 5. Accommodations Help Desk services must incorporate reasonable accommodations for disabled accessibility to Help Desk services. 6. Performance Metrics and Goals The Contractor shall maintain the capability to document all Help Desk services in a Help Desk management and tracking system that enables the Help Desk s services to be assessed using the following defined metrics. The bidder may propose additional metrics to track performance or performance goals which exceed the performance goals stated below. Telephone Performance. It is the objective for the Contractor to answer telephone inquiries promptly, without requiring callers to wait on hold, and to minimize any necessary hold times. The Contractor shall record and provide documentation and reporting on: the wait times for calls to be answered by a Help Desk agent, measured by the mean, median, and maximum wait times; the number and portion of callers that were required to wait on hold; the number and portion of callers that hung up while waiting or on hold (abandoned calls); and the duration of time on hold, measured by the mean, median, and maximum hold times. In-Scope Inquiries. In-scope inquiries shall be categorized into two types: Routine and Non-Routine (in-scope inquiries are defined in Section B below). Routine in-scope inquiries are those that can be resolved during the initial contact with the user. Most typically, a Routine in-scope inquiry will be resolved during the first telephone call from the user, often within 20 minutes. If the inquiry is received by , to be considered Routine, the inquiry must be resolved in a single reply telephone call or reply to the user. Non-Routine in-scope inquiries are those that cannot be resolved in a Routine manner, and generally require two or more contacts with the user. Non-Routine in-scope inquiries shall be categorized as at least two types: 1. Critical: Critical inquiries are those for which a lack of a resolution is considered by the user to significantly impair the ability of the user to conduct its business operations or causes a work stoppage by the user.
12 Page 6 of Non-Critical: Non-Critical inquiries are those for which a lack of a resolution is considered by the user to be a minor inconvenience. It is the objective for the Contractor to resolve Critical Non-Routine in-scope inquiries within two (2) business hours of receipt of the initial user telephone call or . If the Critical inquiry cannot be resolved in two business hours, the Contractor shall contact the user with an update on the status of the inquiry within two business hours. If the Critical inquiry cannot be resolved in four (4) business hours, the Contractor shall contact the user again with an update on the status of the inquiry, and the Contractor shall elevate the issue to obtain input from personnel designated by WCI, Inc. It is the objective for the Contractor to resolve Non-Critical Non-Routine inscope inquiries within eight (8) business hours of receipt of the initial user telephone call or . If the Non-Critical inquiry cannot be resolved in eight business hours, the Contractor shall contact the user with an update on the status of the inquiry within eight business hours. If the Non-Critical inquiry cannot be resolved in twelve (12) business hours, the Contractor shall contact the user again with an update on the status of the inquiry, and the Contractor shall elevate the issue to obtain input from personnel designated by WCI, Inc. For inquiries elevated to obtain input from personnel designated by WCI, Inc., the Contractor shall track the receipt of input and follow through to resolution with the user. The Contractor shall record the actions taken to resolve the user s inquiry, including input received from personnel designated by WCI, Inc. Other Inquiries. It is the objective for the Contractor to refer other inquiries to personnel designated by WCI, Inc. in a timely manner (other inquiries are defined in Section B below). Prior to referring the other inquiries, the Contractor shall record the inquiry in the Help Desk management and tracking system and categorize the inquiries as Critical or Non-Critical using the same definitions used for in-scope inquiries. Other inquiries that are categorized as Critical shall be referred immediately to the designated personnel. The Contractor shall confirm that the referral was received by the designated personnel. Other inquiries that are categorized as Non-Critical shall be referred at least twice per day, and may be referred in batches. The Contractor shall confirm that the referral was received by the designated personnel. The personnel designated by WCI, Inc. shall report to the Contractor the time and date at which the referred inquiry was resolved. The Contractor shall record the time and date. CITSS User Satisfaction. It is the objective for the Contractor to provide Help Desk services with high levels of CITSS user satisfaction. The Contractor shall maintain and implement the capability to obtain objective input from the users of the Help Desk services regarding their satisfaction with the service.
13 Page 7 of 43 Documentation. The Contractor shall make available to WCI, Inc., as requested, documentation of user satisfaction and other performance metrics identified above. Table 1 summarizes the performance metrics to be reported and, for a subset of these metrics, the performance goals for the Contractor to achieve. If the Contractor fails to meet the goals, the Contractor may be requested to submit a remediation plan that would, if implemented, improve performance. The performance goals may be adjusted by mutual agreement between the contractor and WCI, Inc. At a minimum, the Help Desk management and tracking system must be capable of maintaining a detailed record of Help Desk activities. The system must enable the Help Desk staff to record in real time the Help Desk activities being performed and to report in real time the status of inquiries, including: the identity of the CITSS user; the identity of the Help Desk staff providing the support and entering the Help Desk-related data; the category of the user s inquiry; a summary of the user s inquiry; the steps taken to resolve the user s inquiry, including research and subsequent contact with the user; dates and times of activities; the elapsed time since the initial and most recent correspondence relating to a given inquiry; the elapsed time required to resolve an inquiry; the status of each inquiry; and details for referrals to personnel designated by WCI, Inc. As requested, the Contractor shall make available to WCI, Inc. documentation of these activities. Table 1: Performance Metrics and Goals Performance Area Telephone Wait time Hold time Calls placed on hold Calls abandoned while waiting or on hold Routine In-Scope Inquiries Inquiries by phone Inquiries by Performance Metric (documented) Performance Goal (where applicable) Mean, Median, Maximum Portion under 30 seconds At least 80% Mean, Median, Maximum Portion under 2 minutes At least 80% Number Portion Less than 10% Number Portion Less than 2% Number Mean call time Portion resolved < 20 minutes At least 80% Number Mean response time Portion resolved with first At least 80% (non-clarifying) reply
14 Page 8 of 43 Performance Area Performance Metric (documented) Performance Goal (where applicable) Non-Routine In-Scope Inquiries: Critical Inquiries by phone/ Non-Routine In-Scope Inquiries: Non-Critical Inquiries by phone/ Other Inquiries: Critical Inquiries by phone/ Other Inquiries: Critical Inquiries by phone/ User Satisfaction Number Mean resolution time Median resolution time Portion resolved < 2 hours At least 75% Portion resolved < 4 hours At least 90% Portion elevated Number unresolved Number awaiting input from elevation Number Mean resolution time Median resolution time Portion resolved < 8 hours At least 75% Portion resolved < 12 hours At least 90% Portion elevated Number unresolved Number awaiting input from elevation Number Mean resolution time Median resolution time Number unresolved Number Mean resolution time Median resolution time Number unresolved Measures of user satisfaction Note: hours are designated as business hours, and elevated means elevated to non-contractor personnel designated by WCI, Inc. B. Definition of In-Scope and Other Inquiries Prospective and current users of the CITSS will contact the Help Desk for assistance in resolving problems or questions regarding their use of the CITSS. For purposes of the Work, such inquiries are divided into two types:
15 Page 9 of In-scope inquiries are those inquiries that the Contractor shall be capable of resolving for the user in an accurate and timely manner. 2. Other inquiries are those inquiries that the Contractor shall refer to personnel designated by WCI, Inc. The in-scope inquiries relate primarily to questions regarding how to use the features in the CITSS, and how to submit hard copy materials to the operating capand-trade programs (currently California and Quebec). Other inquiries may relate to the rationale for the program requirements, interpretation of the program requirements, and the status of approvals by the programs. Reports of problems with existing CITSS functionality, and requests for new CITSS functionality are also defined as other inquiries for this Work. Table 2 shows examples of in-scope and other inquiries for several categories of inquiries. The categories and the questions shown in the table are provided as examples to indicate the types of inquiries that are in-scope for this Work. A broader set of inquiries is likely to be encountered during operation of the Help Desk. The definition of how to parse the inquiries between in-scope and other will evolve during the performance of the Work. All inquiries, both in-scope and other, shall be logged and summarized for inclusion in reports of Help Desk activities. CITSS registration and account application was initiated in July Consequently, by the time Help Desk services are provided by the Contractor, most if not all covered entities in the California and Quebec programs will likely have been registered into the CITSS and have established compliance instrument accounts. Individuals and entities that choose to voluntarily participate in the program may also have registered and established accounts. Nevertheless, because registration, account application, and account management is anticipated to be performed throughout the program, inquiries to the Help Desk on these topics are expected to continue. The ability to transfer compliance instruments in the CITSS will become available in the fall of However, the use of the transfer functionality will become active in November 2012 when compliance instruments are placed in user accounts for the first time. Additionally, the first allowance auction is scheduled for November Consequently, inquiries regarding account holdings and instrument transfers may be expected to be intensive starting in November The first deadline to submit instruments for compliance is November 2014 (for the California program). Consequently, inquiries regarding compliance requirements may not arise until later in the performance of the Work.
16 Page 10 of 43 Table 2: Examples of In-Scope Inquiries and Other Inquiries Category (Examples) In-Scope Inquiries (Examples) Other Inquiries (Examples) User Registration User Profile Management Account Registration How do I as an individual register in CITSS? What forms do I fill out to register? Where do I send the forms I have filled out? What happens after I send in the forms? How will I be notified that my registration has been accepted? How do I change information in my user profile? What happens after I submit my new information? How will I be notified that my updated information has been accepted? How do I get a new user ID or password? I am a registered CITSS user, what do I need to do to open an account? How do I create a new entity? How do I associate myself with an existing entity? What forms need to be completed to apply for an account? How do I establish an account as an individual? Where do I send the forms I have filled out? What happens after I send in the forms? How will I be notified that the account application has been accepted? Why are these forms of ID required? Why must the information be notarized? Where can I find a notary? Why has approval of my registration been delayed or denied? How do I appeal the denial of my registration? Can you get CITSS to register multiple people for my company at the same time? Why has my updated information not been approved? When will my updated information be approved? Why is approval required for updated information? Why is this information required to open an account? How do I get a signed letter from my company? Why has my account application been delayed or denied?
17 Category (Examples) In-Scope Inquiries (Examples) Other Inquiries (Examples) Account Profile Management Corporate Association Management Account Holdings Instrument Transfers How do I change information in my account profile? What happens after I submit the new information? How will I be notified that my updated information has been accepted? How do I see information for consolidated accounts? How do I submit information on my corporate associations? What forms do I use to use to submit information? How do I correct corporate association information that has already been submitted but not yet approved? How do I correct corporate association information that has already been approved? How do I view a summary of my account holdings? How do I sort or filter the view of my account holdings? How do I transfer instruments from my holding account to a compliance account? How do I initiate a transfer to another entity s account? How do I accept a transfer from another entity s account? Will I receive a notification that the transfer was completed successfully? How do I view a record of past transfers to/from my account? How can I check on the status of a transfer I am expecting? How can I check on the status of a transfer I initiated? WCI, Inc. Page 11 of 43 Why has my updated information not been approved? When will my updated information be approved? Why is approval required for updated information? Why must corporate association information be provided? Can less detailed or alternative information be provided? How do I find corporate association information for my company? What if my company declines to provide corporate association information? CITSS does not show holdings that my records show I should have. What do I do? Why can t I see holdings in other accounts? Why must two separate representatives propose and approve a transfer from my account? I was not expecting a transfer into my account must I accept it? Am I in violation if I don t? Would it be a violation for me to delay the transfer from my account to another account? Why has my transfer been denied? Why was my transfer request terminated?
18 Category (Examples) In-Scope Inquiries (Examples) Other Inquiries (Examples) Compliance Retirement Auction s How do I transfer instruments into my compliance account? How do I view the holdings in my compliance account? How do I submit instruments for retirement? How do I confirm that my instruments have been retired? Where in CITSS do I indicate my intention to participate in the auction? If I have a CITSS account, am I automatically registered for the auction? Where in CITSS will the allowances I purchased at auction be placed? Why did I receive this CITSS , and what does it mean? What do I need to do in response to this ? WCI, Inc. Page 12 of 43 Am I in compliance with the program s requirements? Why can t I transfer allowances out of my compliance account? Why does the program allow retirement that is not required for compliance? All inquiries regarding the auction process are considered other inquiries. Can CITSS stop sending me ? Why do my CITSS s go to my spam folder? Public Inquiries How do I generate public reports from CITSS? How many offset credits have been issued by the program, and where do I find information on them? Why don t the public reports include more information? Why can t I see the holdings of a specific entity? How does cap-and-trade work? What are the prices of the instruments being traded? System Access Why do I get an Internet Explorer error message when I try to access CITSS? What should I do? Why does my CITSS session end? Why does CITSS seem slow today? Can CITSS be made to run faster?
19 Page 13 of 43 C. Project Tasks The Contractor shall perform the following six tasks. Task 1: Preparation The purpose of Task 1 is to prepare the materials, systems, procedures, and personnel for the Contractor to initiate Help Desk services. This task shall be completed by October 31, 2012, so that Task 2 can begin on November 1, The Contractor s Task 1 activities shall include: 1. Designation of Contractor staff that will provide Help Desk services. 2. Registration of designated Contractor staff as CITSS users. 3. Preparation of Help Desk scripts, solutions, and related materials. 4. Set up and demonstration of Help Desk management and tracking system, including: automated phone menu system (if proposed); knowledge base (if proposed); data entry procedures; routine reports; and custom reports. 5. Preparation of a Help Desk Procedures Manual that describes the manner in which the activities of Help Desk staff shall be performed, including (but not limited to): greeting callers; verifying the caller s identity; understanding users questions and problems; providing accurate information to resolve users in-scope questions and problems, including researching solutions; referring other inquiries to appropriate personnel identified by WCI, Inc.; ending calls; returning calls; responding to inquiries; and logging and summarizing inquiries in the Help Desk management and tracking system. 6. Training of the designated Contractor staff on the CITSS and all relevant Help Desk procedures and materials. 7. Demonstrating the readiness of Contractor staff to provide Help Desk services through testing, role playing, or other methods. 8. Set up and demonstration of capability to obtain objective input from Help Desk users regarding their satisfaction with the service. Materials available to the Contractor will include: CITSS User Guide prepared by WCI, Inc. and one or more Participating jurisdiction; and extracts from one or more Participating Jurisdiction Help Desk Manuals used during the initial CITSS registration process. Bidders may propose and justify additional activities that may improve the Contractor s ability to deliver high quality and timely Help Desk services. Bidders must specify in their proposals all materials that the Bidder anticipates will be
20 Page 14 of 43 provided by WCI, Inc. or Participating Jurisdictions to the Contractor as part of this task. Task 1 Deliverables. The following deliverables shall be provided under Task 1. a) Draft Help Desk scripts, solutions, and related materials for review and comment by WCI, Inc. Revised Help Desk scripts, solutions, and related materials that incorporate WCI, Inc. comments. b) Demonstration of the Help Desk management and tracking system to WCI, Inc. and Participating Jurisdictions in person and/or via webinar. c) Draft routine and custom reports from the Help Desk management and tracking system for review and comment by WCI, Inc. Revised routine and custom reports from the Help Desk management and tracking system that incorporate WCI, Inc. comments. d) Draft Help Desk Procedures Manual for review and comment by WCI, Inc. Revised Help Desk Procedures Manual that incorporates WCI, Inc. comments. e) Presentation for approval by WCI, Inc. of the testing, role playing, or other methods that will be used to demonstrate the readiness of Contractor staff to provide Help Desk services. Revised methods if needed based on WCI, Inc. comments. f) Demonstration for review and comment by WCI, Inc. of the capability to obtain objective input from Help Desk users regarding their satisfaction with the service. Revised capability that incorporates WCI, Inc. comments. g) List of Contractor staff providing Help Desk services. Contractor shall provide five business days for WCI, Inc. review and comment. Task 2: Start Up with Intensive Oversight The purpose of Task 2 is to initiate Help Desk services with intensive oversight from WCI, Inc. and designated staff from Participating Jurisdictions. The purpose of the intensive oversight is to enable service issues to be identified rapidly, and for solutions to be developed and implemented rapidly so that consistent high quality service can be attained as quickly as possible. Task 2 shall start following successful completion of Task 1 and no later than November 1, During Task 2 the Contractor staff shall provide Help Desk services, including the full scope of activities needed to field inquiries, resolve users questions and problems, refer other inquiries to staff designated by WCI, Inc., and log and summarize all activities. The intensive oversight shall include:
21 Page 15 of Periodic conference calls will be held with WCI, Inc. and designated Participating Jurisdiction staff to review the Contractors summary of recent Help Desk activity and to identify problems for resolution. Activity logs and summaries from the Help Desk management and tracking system shall be provided by the Contractor for review and discussion. The conference calls shall initially be daily, and may become less frequent over time at the mutual agreement of the Contractor and WCI, Inc. 2. Problems identified during the conference calls shall be summarized by the Contractor and prioritized jointly by the Contractor and WCI, Inc. Solutions shall be developed by the Contractor and proposed to WCI, Inc., considering the priorities of the problems identified. Any input needed from WCI, Inc. shall be clearly identified by the Contractor. 3. Once solutions have been approved by WCI, Inc., the Contractor shall implement the solutions as needed in its procedures and/or materials in both French and English. The status of resolving problems and implementing solutions shall be tracked and documented by the Contractor and summarized in the conference calls with WCI, Inc. Task 2 is expected to continue through November 30, 2012, but may be extended if continued intensive oversight is needed to identify problems and implement solutions on a rapid basis. Task 2 Deliverables. The following deliverables shall be provided under Task 2. a) Help Desk services, including (but not limited to): greeting callers; verifying the caller s identity; understanding users questions and problems; providing accurate information to resolve users in-scope questions and problems, including researching solutions; referring other inquiries to appropriate personnel identified by WCI, Inc.; ending calls; returning calls; responding to inquiries; and logging and summarizing inquiries in the Help Desk management and tracking system. b) Activity logs and summaries from the Help Desk management and tracking system provided at periodic conference calls with WCI, Inc. and designated Participating Jurisdiction staff. c) Documentation of problems identified, solutions proposed, solutions approved, and solutions implemented. d) Summaries of user satisfaction data. e) Updated deliverables from Task 1 (scripts, solutions, related materials, and Help Desk Procedures Manual) that reflect the solutions implemented under Task 2.
22 Page 16 of 43 Task 3: Help Desk Operations The purpose of Task 3 is to provide Help Desk services to CITSS users. Task 3 is a continuation of the services initiated under Task 2, but with less intensive oversight. The Contractor s Task 3 activities shall include: 1. Help Desk services. 2. Solutions to problems shall be developed by the Contractor and proposed to WCI, Inc., considering the priorities of the problems identified. Any input needed from WCI, Inc. shall be clearly identified by the Contractor. 3. Once solutions have been approved by WCI, Inc., the Contractor shall implement the solutions as needed in its procedures and/or materials in both French and English. The status of resolving problems and implementing solutions shall be tracked and documented by the Contractor. 4. Written weekly Service Updates, including activity logs and summaries from the Help Desk management and tracking system and documentation of problems identified and solutions implemented. 5. Service Review conference calls with WCI, Inc. and designated Participating Jurisdiction staff. The Service Review conference calls shall initially be monthly. The frequency may be adjusted over time at the mutual agreement of the Contractor and WCI, Inc. Task 3 Deliverables. The following deliverables shall be provided under Task 3. a) Help Desk services, including (but not limited to): greeting callers; verifying the caller s identity; understanding users questions and problems; providing accurate information to resolve users in-scope questions and problems, including researching solutions; referring other inquiries to appropriate personnel identified by WCI, Inc.; ending calls; returning calls; responding to inquiries; and logging and summarizing inquiries in the Help Desk management and tracking system. b) Written weekly Service Updates, including user satisfaction results. c) Documentation of problems identified, solutions proposed, solutions approved, and solutions implemented. d) Service Review conference calls with WCI, Inc. and designated Participating jurisdiction staff. e) Updated deliverables from Task 1 and/or Task 2 (scripts, solutions, related materials, and Help Desk Procedures Manual) that reflect the solutions implemented under Task 3.
23 Page 17 of 43 Task 4: New Personnel During the performance of the Work, it is the responsibility of the Contractor to maintain adequate and qualified staffing to perform the Help Desk services. From time to time, the Contractor may replace or add staff to provide the Help Desk services. The Contractor shall ensure that newly assigned staff are registered in CITSS, properly trained, and qualified to perform Help Desk activities. Task 4 Deliverables. The following deliverables shall be provided under Task 4. a) Updated list of staff providing Help Desk services, including a certification that all new personnel have been properly evaluated for security purposes. Task 5: New Jurisdictions During the performance of the Work, additional jurisdictions may become Participating jurisdictions with active programs supported by these Help Desk services. It is the responsibility of the Contractor to update the Help Desk materials and procedures to accommodate the addition of new jurisdictions. Bidders must specify all materials that the Bidder anticipates will be provided by WCI, Inc. or Participating Jurisdictions to the Contractor as part of this task. Task 5 Deliverables. The following deliverables shall be provided under Task 5. a) Updated deliverables from Tasks 1, 2 and 3 (scripts, solutions, related materials, and Help Desk Procedures Manual) that reflect the addition of new jurisdictions. Task 6: Transition Out The purpose of Task 6 is to provide materials and assistance to transition the Help Desk services from the Contractor to a new service provider. The Contractor shall work with WCI, Inc. and another vendor(s) selected by WCI, Inc., if applicable, at the conclusion of the Contract, to transition the Help Desk services, including training and knowledge transfer. Task 6 shall be initiated at the direction of WCI, Inc., but no later than four months prior to the end of the Contractor s contract. The Contractor s Task 6 activities shall include: 1. Preparation of a Transition Plan that describes the activities and materials used to provide Help Desk services, the methods used to put them in place, and the plan for transitioning the service to a new provider. 2. Conference call and webinar to present the Transition Plan to WCI, Inc. and the new service provider. 3. Hand-off transition assistance during the transfer of Help Desk services to the new service provider.
24 Page 18 of 43 Task 6 Deliverables. The following deliverables shall be provided under Task 6. a) Draft Transition Plan for review and comment by WCI, Inc. Final Transition Plan incorporating WCI, Inc. comments. The Final Transition Plan shall be completed at a minimum of three months prior to the end of the Contractor s contract. b) Conference call and webinar to present the Transition Plan to WCI, Inc. and the new service provider. As necessary, follow up responses to questions asked during the conference call. c) Knowledge transfer and assistance as needed to enable a smooth transition. d) Electronic copies of all materials developed to provide Help Desk services, including scripts, solutions, related materials, and Help Desk Procedures Manual. The electronic format for the materials shall be specified by WCI, Inc. to ensure compatibility with standard business software such as Microsoft Office. These materials shall be provided at a minimum of one month prior to the end of the Contractor s contract. e) Documentation for the set up and operation of the Help Desk management and tracking system. These materials shall be provided at a minimum of one month prior to the end of the Contractor s contract. f) Data from the Help Desk management and tracking system that enables the logs and summaries of the Help Desk services provided under the contract to be accessed using standard business software such as Microsoft Office. These materials shall be provided at the end of the Contractor s contract.
25 III. PROPOSAL GENERAL REQUIREMENTS AND INFORMATION WCI, Inc. Page 19 of 43 This section contains instructions for the submission of a proposal. It is the responsibility of the Proposer to carefully read and follow all proposal requirements within this Request for Proposal (RFP). Compliance with the RFP instructions is mandatory for a proposal to be considered for award. Failure to comply with the RFP instructions may cause a proposal to be deemed non-compliant and nonresponsive, thus ineligible for award. A. Key Dates Below is the time schedule for this RFP. WCI, Inc. reserves the right to modify the RFP and/or change dates and times at its sole discretion, prior to the date fixed for submission of proposals, by the issuance of a notice that will be posted on the WCI, Inc. website at Clarifications to the solicitation will only be issued prior to the due date and provided in the form of a notice posted on the website. WCI, Inc. reserves the right to modify or cancel in whole or any part of this solicitation. Key Actions Dates Time* RFP Available to Prospective Proposers 07/24/2012 N/A CITSS Bidder s Conference 07/27/ :00 a.m. Written Questions Submittal Deadline 07/31/2012 5:00 p.m. Question Responses due from WCI, Inc. 08/03/2012 5:00 p.m. Final Date for Proposal Electronic Submission/Receipt by WCI, Inc. Final Date for Postmark of Cover Letter and CD-R Disc 08/28/2012 3:00 p.m. 08/28/2012 N/A Contract Approved & Executed 09/21/2012 N/A * All times are Pacific Time. A one-hour bidders conference will be hosted by WCI, Inc. at 11:00 a.m. Pacific Time, Friday, July 27, 2012 via conference call. The purpose of the bidders conference is to familiarize bidders with the RFP. All questions regarding the RFP must be submitted in writing by July 31, All questions will be answered in writing by August 3, Details for the bidder s conference will be posted on the WCI, Inc. website.
26 Page 20 of 43 All questions or concerns related to the RFP requirements must be directed via to: Contact: Lydia Dobrovolny Answers to all questions submitted will be in the form of a notice posted on the WCI, Inc. website at on or about the date indicated above. Please note that no other information will be binding upon WCI, Inc. Only information issued in writing as an official notice should be relied upon. B. Proposal General Requirements 1. Proposals should provide straightforward and concise descriptions of the Proposer's ability to satisfy the requirements of this RFP. The proposal must be complete and accurate. Omissions, inaccuracies, or misstatements will be sufficient cause for rejection of a proposal. 2. Proposals must be submitted for the performance of all services described herein. Any deviation from the work specifications (Section II, Scope of Work, Section III, Proposal General Requirements and Information, and Section IV, Proposal Requirements) will not be considered and may cause a proposal to be rejected. 3. The proposal must contain all of the components, information, and documents as outlined below: a. Title Page The purpose of this page is to provide in one location information needed by WCI, Inc. administrative staff. It must contain the following items: 1. The title of the proposal, which must be the same as the title of the RFP. 2. The number of the RFP. 3. The date of the proposal. b. Cover Letter / Letter of Commitment This introductory letter must be provided as hard copy on the company s letterhead and include the following information and statements: 1. The name and address of your company [NOTE: You may use a Post Office box, but must provide your company's street address for our records]; and, 2. The name, title, and original signature of a company official. c. Table of Contents d. Summary
27 Page 21 of 43 The summary shall not be longer than one page. Include a brief description of the proposed project summarizing the features and benefits of the proposal. e. Technical Proposal The details to be included in the Technical Proposal can be found in Section IV, Proposal Requirements. f. Cost Proposal The details to be included in the Cost Proposal can be found in Section IV, Proposal Requirements. g. Organization and Personnel Qualifications The details to be included in the Organization and Personnel Qualifications can be found in Section IV, Proposal Requirements. h. References The details to be included in the References can be found in Section IV, Proposal Requirements. i. Exceptions to WCI, Inc. Standard Contract Form The details to be included in the Exceptions to WCI, Inc. Standard Contract Form can be found in Section IV, Proposal Requirements. j. Attachments A, B, and C Attachments A, B, and C must be included in the proposal. Attachment B is included as part of the References section. Attachment C is included as part of the Cost Proposal. C. Submission of Proposals 1. The proposal must be submitted in English or French. 2. The proposal must be submitted electronically at 3. The proposal must also be submitted in electronic format on a write once CD-R disc with the session closed. The CD-R disc shall be formatted using Compact Disc File System (CDFS) consistent with International Organization for Standardization (ISO) 9660 standard. 4. The proposal must be a single file and not multiple files when submitted electronically and on the disc. The file format must be Portable Document Format (PDF, ISO ). The format must be text searchable and not a scanned or image only document. 5. The disc label shall identify:
28 Page 22 of 43 Proposer Name (Agency, Firm, Individual) RFP Number CITSS Help Desk Services 6. The disc shall be accompanied by a cover letter of not more than 2 pages that includes the following paragraph and the signature of the representative authorized to make the proposal on behalf of the firm. The enclosed proposal is submitted in response to the above-referenced Request for Proposals, including any addenda. Through submission of this proposal we agree to all of the terms and conditions of the Request for Proposals and agree that any inconsistent provisions in our proposal will be as if not written and do not exist. We have carefully read and examined the Request for Proposals, and have conducted such other investigations as were prudent and reasonable in preparing the proposal. We agree to be bound by statements and representations made in our proposal. 7. Electronically-submitted proposals must be submitted no later than the date and time of the Final Date for Proposal Submission/Receipt by WCI, Inc. indicated in Section III.A., Key Action Dates. Electronically-submitted proposals received after the Final Date and Time for Proposal Submission/Receipt by WCI, Inc. will not be considered and any hard copy material received will be returned unopened. 8. Packaging/Mailing/Delivery Instructions: a. The proposal package/envelope must be postmarked by the date indicated in Section III.A., Key Action Dates. The proposal package/envelope must be plainly marked with the RFP number and title, your firm name, address, and must be marked with "DO NOT OPEN (see sample below). ONE (1) SEALED PACKAGE/ENVELOPE Proposer Name (Agency, Firm, Individual) Complete Address RFP Number CITSS Help Desk Services REQUEST FOR PROPOSAL DO NOT OPEN b. Proposals submitted in response to this RFP shall be submitted to WCI, Inc. in one (1) sealed package/envelope containing a signed cover letter and compact disc (CD) containing the entire Proposal. c. Proposals not submitted under sealed cover and marked as indicated may be rejected. If the proposal is made under a fictitious name or business title, the actual legal name of Proposer must be provided.
29 Page 23 of Each proposal will be reviewed to determine if it meets the proposal requirements contained in Section IV, Proposal Requirements. Failure to meet the requirements for the RFP may be cause for rejection of the proposal. 10. A proposal may be rejected if it is incomplete or conditional (except as provided by Section IV.G, Exceptions to the WCI, Inc. Standard Contract Form), or if it contains any alterations of form or other irregularities of any kind. WCI, Inc. may reject any or all proposals and may waive any immaterial deviation in a proposal. The waiver of immaterial defect shall in no way modify the RFP document or excuse the Proposer from full compliance with all requirements if the Proposer is awarded the Agreement. 11. WCI, Inc. may modify the RFP up until the Final Date for Proposal Submission/ Receipt by WCI, Inc., identified in Section III.A., Key Action Dates, by the issuance of a notice posted on the WCI, Inc. website. 12. WCI, Inc. reserves the right to reject all proposals. 13. More than one proposal from an individual, firm, partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any Proposer has submitted more than one proposal for the work contemplated herein will cause the rejection of all proposals submitted by that Proposer. If there is reason to believe that collusion exists among the Proposers, none of the participants in such collusion will be considered in this procurement. D. Modification and/or Withdrawal of Proposals 1. A Proposer may modify a proposal after its submission by withdrawing its original proposal and resubmitting a new complete proposal as described in Submission of Proposals above, prior to the proposal submission deadline, defined in Section III.A., Key Action Dates. Proposer modifications offered in any other manner, oral or written, will not be considered. 2. A Proposer may withdraw its proposal by submitting a written withdrawal request to WCI, Inc. signed by the Proposer or an agent authorized in accordance with Section III.F, Signature. A Proposer may thereafter submit a new complete proposal as described in Submission of Proposals above, prior to the proposal submission deadline defined in Section III.A., Key Action Dates. Proposals may not be withdrawn without cause subsequent to proposal submission deadline. E. Proposer s Responsibilities 1. Proposers should carefully examine the entire RFP, with special attention to the tasks and deliverables and Proposal requirements. Proposers shall investigate obstacles that might be encountered. No additions or increases to the agreement amount will be made due to a lack of careful examination of the requirements.
30 Page 24 of Before submitting a response to this solicitation, Proposers should review their response, correct all errors, and confirm compliance with the RFP requirements. 3. Costs incurred for developing proposals and in anticipation of award of the agreement are entirely the responsibility of the Proposer and shall not be charged to WCI, Inc. 4. It is the Proposer s responsibility to promptly notify WCI, Inc. by phone, , or visit, if the Proposer believes that the RFP is unfairly restrictive, contains errors or discrepancies, or is otherwise unclear. Notification must be made immediately upon receipt of the RFP in order that the matter may be fully considered and appropriate action taken by WCI, Inc. All such correspondence received after the Written Questions Submittal Deadline will not be considered. 5. Proposer is responsible to review, read, and understand the WCI, Inc. Standard Contract Form (available at including all of its attachments. By submission of a proposal, the Proposer agrees that, should its proposal be successful, the Proposer will enter into a Contract with WCI, Inc. on the terms set out in the WCI, Inc. Standard Contract Form (see Section IV, G for exceptions to the WCI, Inc. Standard Contract Form). 6. Each proposal must constitute an irrevocable offer for a period of at least 180 working days after proposal submission. F. Signature 1. All documents requiring signatures contained in the original proposal package must have original signatures. 2. Only an individual who is authorized to bind the proposing firm contractually shall sign the required Cover Letter for the proposal. The signature must indicate the title or position that the individual holds in the firm. An unsigned proposal may be rejected. G. Disposition of Proposals 1. Upon proposal opening, all materials (documents, disc, and electronic content) submitted in response to this RFP will become the property of WCI, Inc. Documents will be held in confidence subject to applicable laws. 2. The successful bidder s entire proposal, with the exception of Cost Table A in Attachment C, shall be a public document following execution of a contract with WCI, Inc.
31 Page 25 of 43 IV. PROPOSAL TECHNICAL AND COST REQUIREMENTS The proposal must contain the components, information, and documents outlined below. The proposal must be submitted in a clear, organized manner that facilitates evaluation. Each requirement s location must be listed in the Proposal s Table of Contents. Also, see Section III, Proposal General Requirements and Information for submittal information. All pages of the Proposal, including cover pages, Table of Contents, references and resumes, shall have the following header and page numbering format in the upper right-hand corner: A. Project Management Plan Proposer Name (Agency, Firm, Individual) Proposal for CITSS Help Desk Services RFP No Page ## of ## The Proposer shall provide a Project Management Plan including a management structure and project organization that is capable of providing effective project control. The Proposer shall designate the Project Manager by name. The Project Manager shall be considered Key Personnel and may not be changed without prior written approval of WCI, Inc. B. Approach to Satisfying Project Requirements The Proposer shall present an approach that demonstrates its ability to satisfy the project requirements listed in Section II, including: 1. Project Manager 2. Help Desk Availability 3. Language 4. Security 5. Accommodations 6. Performance Metrics For each of the requirements, the proposal shall describe the manner in which the Proposer will use resources, methods, systems, or other approaches to satisfy the requirements. The Proposer shall identify potential challenges that could compromise the ability to satisfy each of the requirements, and explain how the Proposer will overcome the challenges to ensure the requirements are satisfied. For the Help Desk Availability requirements, the proposal shall include a description of the manner in which the Proposer will recover and ensure continuity of operations
32 Page 26 of 43 following an event, disruption, or other conditions that interrupt the ability to provide service. For the Security requirements, the Proposal shall explain in detail its ability to satisfy the project s security requirements. The Proposer shall identify security standards to which it is certified or compliant, describe plans to become certified or compliant with security standards, and describe how compliance with these standards will assure the level of security required for this project. Examples of standards may include (but are not limited to): ISO/IEC 27001: Information technology -- Security techniques -- Information security management systems -- Requirements. ISO/IEC 27002: Information technology - Security techniques - Code of practice for information security management. Payment Card Industry Data Security Standard (PCI DSS). If the Proposer does not propose to be compliant or certified to a recognized standard, the Proposer shall explain its ability to achieve or exceed the level of security that compliance with such standards would provide. For the Performance Metrics requirements, the Proposer shall describe the manner in which data will be recorded to ensure that performance metrics are reported objectively and accurately. The Proposer shall also describe how the performance goals will be achieved, and how the Proposer will adapt to variability in the rates and types of inquiries received while continuing to achieve the performance goals. C. Work Plan and Schedule The Proposer shall describe the approach and methodology for performing each of the six tasks in the Scope of Work. The Proposer shall identify specific techniques that will be used, and administrative and operational management controls that will be used to ensure timely delivery and high quality performance of each task. The Proposer shall indicate how its knowledge and skills developed in previous work will be applied to the tasks. The Proposer may use sample deliverables and examples from other projects to describe how the tasks will be performed. The Proposer shall identify possible risks to successful performance of each task and explain how the Proposer will address the risks to ensure that each task is successfully completed. The Proposer shall provide a schedule that at a minimum includes the start of each task and the completion of draft and final deliverables. For purposes of preparing the schedule, Proposers shall assume a contract start date of October 1, 2012.
33 Page 27 of 43 D. Cost Proposal The cost proposal shall include Proposer s best estimate of the total cost in U.S. dollars (US$) to provide the services and meet the requirements described in Section II, Scope of Work, for the three year period of the contract. The cost proposal shall not include proposed costs for the optional contract extensions. The Proposer s best estimate of total costs shall be inclusive of all costs, and shall represent the total consideration to be paid to Contractor in compensation for all of Contractor's expenses incurred in the performance of the Work. The cost proposal shall include a cost estimate for each task and a total for all tasks. For each task, the cost proposal shall present and describe the basis for the cost estimate using the method that will be used by the Contractor to invoice WCI, Inc. for the Work performed. The cost estimate for each task, and the basis for Contractor invoicing, may be based on any one or combination of the following: 1. Fixed Costs for an activity or deliverable, such as one-time set-up costs or a recurring monthly cost. The basis for the estimate of Fixed Costs must include a brief description of each activity or deliverable, and the cost for each. 2. Labor Costs, calculated as a fully loaded labor rate times the hours worked. The labor rate and hours worked may vary by category of personnel, such as the Project Manager, Other Administrative Personnel, and Help Desk Personnel. The personnel categories used in the labor cost calculations must be defined. 3. Usage Costs, such as: a per-minute cost for telephone support times the number of minutes; a per-call cost for telephone support times the number of calls; a per- cost for support. The cost proposal must define how usage is defined and the source of the usage data that will be used to invoice WCI, Inc. 4. Other Direct Costs, such as one-time or recurring costs for software licenses, materials, supplies, travel, reproduction, data storage that will be invoiced to WCI, Inc. at the cost incurred by the Contractor. The cost proposal must include a brief description of the items that make up the Other Direct Costs, and the cost for each. The cost estimate for each task shall be summarized in a table substantially similar to Table A included in Attachment C. For tasks that are anticipated to be performed in more than one year, Table A must be completed for each year, and completed using the sum of the individual years to provide a total cost estimate for the task. A summary of the total costs must be provided in a table substantially similar to Table B included in Attachment C.
34 Page 28 of 43 If the Proposer plans to use one or more subcontractors, the cost estimates for the Proposer and the individual subcontractors must be presented separately using Table A and Table B in Attachment C. A combined total cost estimate for the Proposer and subcontractors must also be provided using Table A and Table B in Attachment C. For purposes of preparing the cost estimates, the Proposer shall assume 500 inquiries per month, including 400 that are In-Scope as defined in Section II and 100 that are Other Inquiries. The assumptions regarding the In-Scope inquiries are listed in Table 3, including: Of the 400 In-Scope inquiries, 80% (or 320) are assumed to be by telephone and 20% (or 80) by . Of the In-Scope telephone inquiries, 90% are assumed to be Routine, requiring 20 minutes on average to resolve. Of the In-Scope inquiries, 80% are assumed to be Routine, requiring 20 minutes on average to resolve. Of the Non-Routine inquiries (telephone and ), 75% are assumed to be Non-Critical, requiring 40 minutes on average to resolve. Of the Non-Routine inquiries (telephone and ), 25% are assumed to be Critical, requiring 80 minutes on average to resolve. The time estimates in Table 3 include only the direct time to resolve issues with CITSS users and record the results of the inquiries. The time estimates do not include management time, administrative time, preparation and training time, or other activities. In addition to the activity assumed in Table 3, the Proposer shall assume 100 inquiries that are referred to personnel identified by WCI, Inc. because the inquiries are not considered In-Scope as defined in Section II. The help desk activity assumptions provided in this RFP are for preparing the cost estimates, and do not guarantee any level of work under any contract resulting from this RFP or future RFPs. These assumptions will be used solely for the purposes of enabling comparisons of cost estimates among bidders.
35 Page 29 of 43 Table 3: Assumptions for Preparing Cost Estimates: Monthly In-Scope Inquiries Inquiry Type In-Scope Telephone Inquiries Per Month Number of inquiries Minutes Per Inquiry In-Scope Inquiries Per Month Number of inquiries Minutes Per Inquiry Routine Non-Routine Non-Critical Critical Total The Proposer may include a cost estimate based on an alternative set of assumptions in addition to the cost estimate based on the assumptions in Table 3. The Proposer may justify the alternative set of assumptions, for example explaining how the Proposer s methods will reduce the time required per inquiry. The alternative cost estimate shall be used for information purposes only, and will not be considered in the evaluation of cost proposals. If the Proposer proposes to include services or activities that are in addition to those specified in Section II, the Proposer must estimate the costs of those services and activities separately in the Cost Proposal. The Proposer should provide a clear and complete description for the basis of the costs for the added services or activities. This information will be used for informational purposes only, and will not be used in the evaluation of the cost proposal. E. Organization and Personnel Qualifications For the purposes of this section, Organization and Personnel Qualifications includes the combined experience of the prime contractor and subcontractors proposed as part of the project team. The Proposer shall describe the organizations proposed to perform the Work, including the financial and managerial capacity of the organization to execute the Work reliably and successfully. The Proposer shall describe the qualifications and experience of the Project Manager, and include the Project Manager s resume. The Proposer shall describe the qualifications of the staff that are proposed to perform the Work, including education, certifications, and experience. Resumes of proposed staff may also be included. The Proposer must clearly demonstrate how the proposed organization(s) and personnel are qualified to perform the Work, including (but not limited to) meeting or exceeding the following Minimum Organization and Personnel Qualifications:
36 Page 30 of Financial and Managerial Capacity: Demonstrated financial and managerial capacity to execute the Work reliably and successfully. 2. Minimum Organization Qualifications: A minimum of 5 years of experience providing help desk services with the scope, complexity, and level of service required for the Work. 3. Minimum Personnel Qualifications for the Project Manager: A minimum of 5 years of experience managing the delivery of help desk services with the scope, complexity, and level of service required for the Work. 4. Minimum Personnel Qualifications for Other Personnel: Experience that demonstrates the ability of personnel to provide help desk services with the scope, complexity, and level of service required for the Work. F. References The Proposer shall provide three references for help desk services to remote users with the scope, complexity, and level of service required for the Work, conducted within the past 5 years. References must be provided using Attachment B, Proposer References Form. Failure to fully complete and return this attachment with your proposal may cause your proposal to be rejected. G. Exceptions to the WCI, Inc. Standard Contract Form WCI, Inc. intends to enter into a contract with the successful bidder using the WCI, Inc. Standard Contract Form (available at Bidders are advised to read the WCI, Inc. Standard Contract Form carefully, including Attachment C, General Terms and Conditions; Attachment D, Individual Conflict of Interest and Confidentiality; Attachment D1, Organization Conflict of Interest and Confidentiality; and Attachment E, Contract Insurance Requirements. If the Proposer agrees to all the terms in the WCI, Inc. Standard Contract Form without modification, it must indicate so in its proposal, including using the cover letter paragraph specified in Section III that includes: Through submission of this proposal we agree to all of the terms and conditions of the Request for Proposals... The Proposer may include in its proposal exceptions to the WCI, Inc. Standard Contract Form. The Proposer shall indicate each exception by: 1. Quoting the exact language from the WCI, Inc. Standard Contract Form. 2. Proposing alternative language to replace the language quoted from the WCI, Inc. Standard Contract form. The proposed alternative language must be complete. The Proposer may describe the intent of the proposed alternative language.
37 Page 31 of 43 Should the administratively and technically qualified Proposer with the highest overall score propose alternative language, WCI, Inc., at its sole discretion, will determine whether to consider any proposed alternative language during contract negotiations with the highest scoring bidder. Bidders are advised that including exceptions to the WCI, Inc. Standard Contract Form may preclude a contract from being negotiated and executed within the timeframe of the Section III.A. Key Action Dates. WCI, Inc. may, at its sole discretion at any time, terminate negotiations with that Proposer and either negotiate a contract with the next highest scoring Proposer or choose to terminate the Request for Proposals process and not enter into a contract with any of the Proposers. If the proposer includes exceptions to the WCI, Inc. Standard Contract form, the cover letter paragraph specified in Section III must be revised as follows (changes shown in bold): The enclosed proposal is submitted in response to the above-referenced Request for Proposals, including any addenda. Through submission of this proposal we agree to all of the terms and conditions of the Request for Proposals (with the exceptions to the WCI, Inc. Standard Contract Form noted in Section of this proposal) and agree that any inconsistent provisions in our proposal will be as if not written and do not exist. We have carefully read and examined the Request for Proposals, and have conducted such other investigations as were prudent and reasonable in preparing the proposal. We agree to be bound by statements and representations made in our proposal.
38 Page 32 of 43 V. EVALUATION WCI, Inc. intends to enter into a contract with the administratively and technically qualified Proposer with the highest overall score, including both the Technical Evaluation and the Cost Evaluation. If a written contract cannot be negotiated, approved, and executed consistent with Section III.A. Key Action Dates, WCI, Inc. may, at its sole discretion at any time, terminate negotiations with that Proposer and either negotiate a contract with the next highest scoring Proposer or choose to terminate the Request for Proposals process and not enter into a contract with any of the Proposers. The Proposer, by submitting a proposal, agrees that it will not claim damages, for whatever reason with respect to the competitive process, the evaluation of the proposals, and the selection of the successful bidder. Also, the Proposer, by submitting a proposal, waives any claim for loss of profits if no contract is made with the Proposer. A. Administrative Evaluation WCI, Inc. will conduct an administrative evaluation in accordance with the RFP requirements to determine whether the Proposer s proposal complies with the administrative requirements of the RFP. Each proposal will be checked for completeness and/or absence of all required information and documentation. During the evaluation period, if an item is unclear, Proposers may be requested to clarify. The Sample Administrative Review Form (see below) will be used for the administrative review. Failure to receive a Yes evaluation for each item that is included in the administrative review may cause a proposal to be deemed not administratively qualified, and thus ineligible for award. B. Technical Evaluation WCI, Inc. will conduct a technical evaluation in accordance with the RFP requirements. WCI, Inc. s evaluation team will score each proposal using the Sample Proposal Technical and Cost Evaluation Form (see below), which includes the following criteria: 1. Clarity and Organization the Proposal: 10 Points 2. Management Plan: 20 Points 3. Approach to Satisfying Project Requirements: 60 Points (A minimum of 5 points must be received for each of the six project requirements in order to be considered technically qualified.)
39 Page 33 of Work Plan and Schedule: 110 Points (Minimum of one-half of the possible points must be received for each of the six tasks and the schedule in order to be considered technically qualified.) 5. Organization and Personnel Minimum Qualifications (Proposer must meet or exceed the minimum requirements listed in Section IV, E in order to be considered technically qualified.). 6. Organization and Personnel Qualifications: 30 Points The maximum available points in the Technical Evaluation is 230 points. To be considered technically qualified, a proposal must receive at least the minimum scores identified in criteria 3 and 4, and must receive evaluations of Yes for each of the requirements in criterion 5. C. Cost Evaluation The cost evaluation contains two parts. 1. Cost Reasonableness: WCI, Inc. will assess the clarity, reasonableness, and potential risks of the cost estimate provided by the Proposer. WCI, Inc. will consider the basis for the cost estimate provided by the Proposer, including the combination of factors that make up the cost estimate, including: Fixed Costs; Labor Costs; Usage Costs; and Other Direct Costs. This first part of the cost evaluation will be awarded up to 20 points. 2. Cost Estimate: The administratively and technically qualified proposal that has the lowest total cost estimate shall be given a maximum cost estimate score of 100 points. All other administratively and technically qualified proposals will receive a cost estimate score calculated as the ratio of the lowest cost proposal to the Proposer s cost, multiplied by the maximum cost estimate points available (100). As an illustration, assume that the lowest total cost estimate among the administratively and technically qualified proposals is $150,000. That proposal would receive a cost estimate score of 100 points. A second proposal may have a total cost estimate of $180,000. This second proposal would receive a cost estimate score of $150,000 / $180,000 * 100 = 83.3 points. The maximum available points in the Cost Evaluation is 120 points. The total score for a proposal will be the sum of the scores from the Technical Evaluation and the Cost Evaluation. The maximum available points in the Technical Evaluation and Cost Evaluation combined is 350 points.
40 Page 34 of 43 Sample Administrative Review Form Name of Proposer: RFP SUBMISSION AND FORMATTING Yes No RFP Received by Date & Time Specified Proposal Meets Formatting Requirements REQUIRED PROPOSAL COMPONENTS AND ATTACHMENTS INCLUDED Title Page Cover Letter / Letter of Commitment Table of Contents Summary Technical Proposal Project Management Plan Approach to Satisfying Project Requirements Work Plan and Schedule Cost Proposal Attachment C Cost Worksheets Organizational and Personnel Qualifications References Attachment B: Proposal Reference Form Exceptions to the WCI, Inc. Standard Contract Form Attachment A: Required Attachment Check List Yes No
41 Page 35 of 43 Sample Proposal Technical and Cost Evaluation Form Name of Proposer: 1. CLARITY AND ORGANIZATION OF PROPOSAL Points Available 10 The proposal is presented in a clear, organized manner that facilitates the evaluation process (10 points). 2. PROJECT MANAGEMENT PLAN Points Available 20 Proposer provides a clear management structure and project organization that is reasonably expected to be capable of providing effective project control (20 points). 3. APPROACH TO SATISFYING PROJECT REQUIREMENTS (Minimum of 5 points must be received for each of the six requirements.) For each of the requirements, the Proposer describes the manner in which the Proposer will use resources, methods, systems, or other approaches to satisfy the requirements. The Proposer identifies potential challenges that could compromise the ability to satisfy each of the requirements, and explains how the Proposer will overcome the challenges to ensure the requirements are satisfied. Points Available 60 Points Awarded Points Awarded Points Awarded Project Manager (10 points) Help Desk Availability (10 points) Language (10 points) Security (10 points) Accommodations (10 points) Performance Metrics (10 points)
42 4. WORK PLAN AND WORK SCHEDULE (Minimum of one-half of the possible points must be received for each of the six tasks and the schedule.) The Proposer describes the approach and methodology for performing each of the six tasks in the Scope of Work. The Proposer identifies specific techniques that will be used, and administrative and operational management controls that will be used to ensure timely delivery and high quality performance of each task. The Proposer indicates how its knowledge and skills developed in previous work will be applied to the tasks. The Proposer identifies possible risks to successful performance of each task and explains how the Proposer will address the risks to ensure that each task is successfully completed. Points Available 110 WCI, Inc. Page 36 of 43 Points Awarded The Proposer provides a schedule that includes the start of each task and the completion of draft and final deliverables. The Proposer demonstrates how the schedule will be achieved. Task 1: Preparation (15 Points) Task 2: Start Up with Intensive Oversight (15 Points) Task 3: Help Desk Operations (40 Points) Task 4: New Personnel (10 Points) Task 5: New Jurisdictions (10 Points) Task 6: Transition Out (10 Points) Schedule: (10 Points)
43 Page 37 of ORGANIZATION AND PERSONNEL MINIMUM QUALIFICATIONS (Proposer must meet or exceed the minimum requirements listed in Section IV, E.) Yes or No Minimum Organization Qualifications: A minimum of 5 years of experience providing help desk services with the scope, complexity, and level of service required for the Work. Minimum Personnel Qualifications for the Project Manager: A minimum of 5 years of experience managing the delivery of help desk services with the scope, complexity, and level of service required for the Work. Minimum Personnel Qualifications for Other Personnel: Experience that demonstrates the ability of personnel to provide help desk services with the scope, complexity, and level of service required for the Work. 6. ORGANIZATION AND PERSONNEL QUALIFICATIONS Points Available 30 The Proposer describes the financial and managerial capacity of the organization to execute the Work reliably and successfully. Points Awarded The Proposer describes the qualifications and experience of the Project Manager. The Proposer describes the qualifications of the staff that are proposed to perform the Work. (Information from the References provided by the Proposer may be considered in this portion of the evaluation.) 7. COST REASONABLENESS Points Available 20 WCI, Inc. will assess the clarity, reasonableness, and potential risks of the cost estimate provided by the Proposer. Points Awarded
44 Page 38 of COST ESTIMATE Points Available 100 The administratively and technically qualified proposal that has the lowest total cost estimate will be given a maximum score of 100 for this criterion. TOTAL POINTS Maximum Available 350 Points Awarded SCORE
45 VI. ATTACHMENTS WCI, Inc. Page 39 of 43
46 Page 40 of 43 ATTACHMENT A: REQUIRED ATTACHMENT CHECKLIST RFP# Proposer s Name: A complete proposal package will consist of all the items listed in the RFP, as well as those items identified below. Be sure that your proposal includes all required documents as stated in this RFP, not just those listed in this checklist. Refer to Section III of this RFP. Attachment Attachment A Attachment B Attachment Name/Description Required Attachment Check List (include this list with your proposal package) Proposer References Form Attachment C Cost Summary Sheets (2)
47 ATTACHMENT B: PROPOSER REFERENCES FORM RFP# WCI, Inc. Page 41 of 43 Submission of this attachment is mandatory. Failure to complete and return this attachment with your proposal may cause your proposal to be rejected and deemed non-responsive. Complete the table below listing information for three references illustrating previous work experience related to the goals and objectives outlined in the RFP. REFERENCE 1 Name of Organization Street Address City State/Prov. Zip/Postal Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided REFERENCE 2 Name of Organization Street Address City State/Prov. Zip/Postal Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided REFERENCE 3 Name of Organization Street Address City State/Prov. Zip/Postal Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided
48 Page 42 of 43 ATTACHMENT C: COST TABLES RFP# Help Desk Services for the Compliance Instrument Tracking System Services (CITSS) Table A: Detailed Cost Estimate for Each Task Cost Estimate for Task for Year of the Work Fixed Cost Estimate Description of Fixed Cost Items Quantity (as needed) Cost Estimate [Item 1] [Item 2] [more as needed] Total Fixed Costs Labor Cost Estimate Labor Categories # Hours Labor Rate Cost Estimate [Labor Category 1] [Labor Category 2] [more as needed] Total Labor Costs Usage Cost Estimate Usage Categories Quantity Unit Rate Cost Estimate [Category 1] [Category 2] [more as needed] Total Usage Costs Other Direct Cost Estimate Types of Other Direct Costs Quantity (as needed) Cost Estimate [Category 1] [Category 2] [more as needed] Total Other Direct Costs Total Task Cost Estimate
49 Table B: Summary Cost Estimate Task Fixed Cost Labor Cost Usage Cost Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 All Tasks Other Direct Cost WCI, Inc. Page 43 of 43 Total Cost
Response to Help Desk RFP Bidder Questions
Response to Help Desk RFP Bidder Questions On July 24, 2012, the Western Climate Initiative, Incorporated (WCI, Inc.) released a request for proposals (RFP) for Help Desk services for the Compliance Instrument
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary
User Guide - Volume I User Registration and Profile Management. Compliance Instrument Tracking System Service (CITSS)
User Guide - Volume I User Registration and Profile Management Compliance Instrument Tracking System Service (CITSS) December 2012 This Page Intentionally Blank Table of Contents Table of Contents 1.0
Request for Proposal Permitting Software
Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction
ADDENDUM NUMBER TWO (2) TO THE REQUEST FOR PROPOSAL (RFP) FOR FINANCIAL PLANNER POOL, RFP NUMBER 2P200815.
March 27, 2009 California State Teachers Retirement System Vikki Eszlinger, Contract Services 7667 Folsom Boulevard, MS #30 Sacramento, CA 95826-2614 (916) 229-4111 FAX (916) 229-3881 [email protected]
HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC
HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP14-04 For Website Content Development HACC Issued: Feb. 24, 2014 Deadline for Questions: Response to Questions: PROPOSAL
Judicial Council of California
Judicial Council of California Finance Division 455 Golden Gate Avenue San Francisco, CA 94102-3660 Telephone 415 865 7960 Fax 415 865 4325 TDD 415 865 4272 RONALD M. GEORGE Chief Justice of California
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
December 21, 2012. The services being procured through the proposed amendment are Hosting Services, and Application Development and Support for CITSS.
Justification for a Contract Amendment to Contract 2012-01: Interim Hosting and Jurisdiction Functionality for the Compliance Instrument Tracking System Service (CITSS) December 21, 2012 Introduction WCI,
Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015
Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy
Issue Date: June 22, 2011 Due Date: July 22, 2011 @ 4:00p.m.
RFPFORPAYMENTPROCESSING SOLUTION IssueDate: June22,2011 DueDate: July22,2011@4:00p.m. Public Utility District No.1 of Cowlitz County Washington (Cowlitz PUD) REQUEST FOR PROPOSALS Payment Processing Solution
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3
Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s)
Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s) Request for Qualifications No. FPCC-RFQ-001 Issue date: July 4, 2013 Closing location: MAIL ONLY: COURIER/BY HAND: First Peoples'
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL INSURANCE AGENT SERVICES FOR PROPERTY AND CASUALTY INSURANCE MARCH 2013 WEST TEXAS OPPORTUNITIES, INC. 603 NORTH 4 TH STREET PO BOX 1308 LAMESA, TEXAS 79331 Table of Contents I. INVITATION...
Enterprise Content Management Consultant
Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services
STATE OF GEORGIA Georgia Southern University REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services For all questions about this RFP contact:, Issuing Officer RELEASED ON: DUE ON:, 1:00
Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15
S PRINGFIELD UTILITY BOARD Electric Service Center Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 Proposals Due: March 12, 2015 @ 2:00 pm Technical Questions RFP
Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.
REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
REQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Bid Event Number: EVT0001204 Date Mailed: February 9, 2012 Closing Date: March 15, 2012, 2:00 PM Procurement Officer: Constance S Schuessler Telephone: 785-296-1171 E-Mail Address:
REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES
Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS, B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES Sealed proposals submitted
NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE
NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE THIS PROJECT IS FUNDED UNDER AN AGREEMENT WITH THE STATE OF TENNESSEE Proposal Due Date/Time October 31, 2014
REQUEST FOR PROPOSAL. Ambulance Billing Services
REQUEST FOR PROPOSAL Ambulance Billing Services City of Calais (the City ) is requesting proposals from qualified Vendors ( Vendor ) to provide ambulance billing collection, financial reporting, and analytical
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services
HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP13-08 For Integrated Marketing Communications Services Issued: Feb. 22, 2013 Deadline for Questions: Response to Questions:
Request for Proposal Business & Financial Services Department
Request for Proposal Business & Financial Services Department CONTRACT 5118 P Enterprise Project Management Solution Design and Implementation 1. Introduction 1.1 The City of Richmond (the City ) proposes
Request for Proposals
Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from
HACC, Central Pennsylvania s Community College Harrisburg, Pa.
RFP15-03 Integrated Marketing Communications Services HACC, Central Pennsylvania s Community College Harrisburg, Pa. Request for Proposal RFP15 03 For Integrated Marketing Communications Services Issued:
COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013
COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 Page 1 of 9 REQUEST FOR PROPOSAL (RFP) Issue Date: Tuesday, February 19, 2013
REQUEST FOR PROPOSAL Procurement of Landscaping Services
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012
REQUEST FOR OFFER RFO #: 2014-01. For: California Health Benefit Exchange (Covered California)
REQUEST FOR OFFER RFO #: 2014-01 For: California Health Benefit Exchange (Covered California) Software as a Service (SaaS) Learning Management System (LMS) Date: July 2, 2014 You are invited to review
N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")
N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY
Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION
REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3
Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan
Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan I. GENERAL INFORMATION/PUBLISHING The City of Shenandoah, Texas (CITY) is accepting Qualification
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
Center Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
Request for Proposal Business & Financial Services Department
Nnmnnnnnnnnnnnnnnnnnn Request for Proposal Business & Financial Services Department Contract 4656P Consulting Services - Network Engineering 1. Introduction The City of Richmond (the City ) proposes to
ONLINE BANKING AGREEMENT AND DISCLOSURE
ONLINE BANKING AGREEMENT AND DISCLOSURE REDNECK BANK, A DIVISION OF BANK OF THE WICHITAS P.O. BOX 852 MUSTANG, OK 73064 Redneck Bank & Bank of the Wichitas are the same financial institution. Deposits
CITY OF HIGHLAND PARK
REQUEST FOR PROPOSALS CONSULTING SERVICES FOR THE PROCUREMENT OF AN ELECTRONIC DOCUMENT MANAGEMENT SYSTEM CITY OF HIGHLAND PARK PLEASE COMPLETE ATTACHMENT 1 RFP ACKNOWLEDGEMENT FORM AND RETURN TO THE CITY
MANCHESTER WATER WORKS REQUEST FOR PROPOSALS FOR WATER ASSET MANAGEMENT SOFTWARE AND SERVICES RFP #FY15-804-64
FY15-804-64 MANCHESTER WATER WORKS REQUEST FOR PROPOSALS FOR WATER ASSET MANAGEMENT SOFTWARE AND SERVICES RFP #FY15-804-64 FY15-804-64 Invitation to Propose 2 Part 1 - Instructions to Proposers 1.1. Receipt
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL R-163-A-09 Proposals for VOICE OVER INTERNET PROTOCOL (VOIP) AND LOCAL TELEPHONE SERVICE will be received by the Billings Elementary School District #2 and the Billings High School
Request for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified
CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4
Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM
TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT
TAHOE REGIONAL PLANNING AGENCY 128 Market Street P.O. Box 5310 Phone: (775) 588-4547 Stateline, NV 89449 Stateline, Nevada 89449-5310 Fax (775) 588-4527 www.trpa.org Email: [email protected] REQUEST FOR PROPOSAL
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the
REQUEST FOR QUALIFICATIONS
LITTLE ROCK ADVERTISING & PROMOTION COMMISSION Physical Address: 426 West Markham Street Little Rock, Arkansas 72201 Mailing Address: P.O. Box 3232 Little Rock, Arkansas 72203 REQUEST FOR QUALIFICATIONS
Issue Date: May 6, 2014
Issue Date: May 6, 2014 Tallahassee Community College Attn: Bobby Hinson, Purchasing Manager TCC Purchasing Department Hinson Administration Building 444 Appleyard Drive Tallahassee, Florida 32304-2895
Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software
Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT
Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm
Request for Proposal for Identity Theft Protection Services RFP No. 1521 Sealed Proposals will be received until April 2, 2015 at 3pm PROPOSALS ARE TO BE DELIVERED OR MAILED TO: Jessica Chavira TEXAS STATE
REQUEST FOR PROPOSAL PROJECT TITLE: NETWORK INFRASTRUCTURE VULNERABILITY ASSESSMENT RFP NUMBER: # IS-102805
FINANCE DIVISION 455 Golden Gate Avenue. San Francisco, California 94102-3688 Telephone 415-865-7960. Fax 415-865-4325. TDD 415-865-4272 REQUEST FOR PROPOSAL PROJECT TITLE: NETWORK INFRASTRUCTURE VULNERABILITY
Request for Proposal (RFP) (P15071011008) City of Sacramento Call Center Software
Request for Proposal (RFP) (P15071011008) City of Sacramento Call Center Software RFP Submittals Due: February 13, 2015 by 5:00 p.m. (PST) (Submit electronically, in PDF format) via the City of Sacramento's
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program
Request for Proposal Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program April 8, 2015 2 Page 1 Redlands Christian Migrant Association,
REQUEST FOR PROPOSALS. For FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS For FINANCIAL ADVISORY SERVICES Request for Proposals Issued: July 30, 2012 Deadline for Submittal of Proposals: August 17, 2012 Request for Proposals for Financial Advisory Services
COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670
COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
Air Conditioning Maintenance Services
Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs
Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015
Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015 I. INTRODUCTION General Information Alaska Conservation Foundation, hereafter known as ACF, is requesting proposals
RFP-00118 ADDENDUM NO. 1
INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,
Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1
P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is
REQUEST FOR PROPOSAL RFP #12-004. For the Provision of After Hours Answering Services. Proposal Due Date/Time: October 19, 2012 @ 4:00 p.m.
REQUEST FOR PROPOSAL RFP #12-004 For the Provision of After Hours Answering Services Proposal Due Date/Time: October 19, 2012 @ 4:00 p.m. Children s Aid Society of London and Middlesex 1680 Oxford Street
PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013
PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05 March 7 th, 2013 Page 1 of 8 Issue Date: March 7, 2013 REQUEST FOR PROPOSAL (RFP) RFP# HR-13-05 Title: Medical
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
REQUEST FOR PROPOSALS FOR Call Center Consulting Services for the Tennessee Treasury Department RFP # 30901-24814
STATE OF TENNESSEE TREASURY DEPARTMENT REQUEST FOR PROPOSALS FOR Call Center Consulting Services for the Tennessee Treasury Department RFP # 30901-24814 RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE
Maintenance Management Software
REQUEST FOR PROPOSALS Maintenance Management Software 5400 Ox Road Fairfax Station, Virginia 22039 www.novaparks.com December 22, 2015 NOTICE REQUEST FOR PROPOSALS Maintenance Management Software December
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
REQUEST FOR PROPOSAL Mobile Tours (Website) Development
REQUEST FOR PROPOSAL Mobile Tours (Website) Development Contents Introduction... 1 Proposal Submission Guidelines... 2 Executive Summary... 3 The Opportunity... 3 Objective... 3 Reports to: Director of
PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY
Request for Proposals PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY CLOSING LOCATION 2270 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME DATE: MARCH 1 ST, 2013 3
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM
Mark A. Cowart Chief Information Officer DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: [email protected] All communications should be addressed
Employee Performance Appraisal Software
REQUEST FOR PROPOSALS Employee Performance Appraisal Software 5400 Ox Road Fairfax Station, Virginia 22039 June 18 th, 2014 NOTICE REQUEST FOR PROPOSALS Employee Performance Appraisal Software June 18
Request for Proposals
Request for Proposals Subject Matter Expert for French Creek Pollution Control Centre Wastewater Treatment Plant Expansion Closing: Three (3) complete hard copies plus 1 electronic (CD) copy prepared in
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply
COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS
COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS Disaster Resiliency Program Cowlitz-Lewis Economic Development District (CLEDD) INVITATION Cowlitz-Wahkiakum Council of Governments, hereby
ONLINE INTEREST-BASED ADVERTISING ACCOUNTABILITY PROGRAM PROCEDURES. Policy Oversight By: The National Advertising Review Council (NARC)
ONLINE INTEREST-BASED ADVERTISING ACCOUNTABILITY PROGRAM PROCEDURES Policy Oversight By: The National Advertising Review Council (NARC) Administered By: The Council of Better Business Bureaus, Inc. (CBBB)
APPALCART REQUEST FOR PROPOSAL
APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight
Lawrence Livermore National Laboratory
Lawrence Livermore National Laboratory Supply Chain Management Department Attention: To All Offerors June 16, 2016 Subject: Request for Proposal (RFP) Number B617524 Lawrence Livermore National Security,
REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable
REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable U.S. District Court, U.S. Probation Services, and U.S. Bankruptcy Court of the Western District of Washington RFQ Number: WAWD.14.03
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -
