REQUEST FOR QUALIFICATIONS (RFQ) IT Support Services. Date Issued: January 10, 2014. Response Due Date: January 31, 2014 by 4:00 p.m.



Similar documents
DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD

University Of New Hampshire Transportation Services. Disadvantaged Business Enterprises

Request for Proposals

SAMPLE SERVICES CONTRACT

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

Request For Quotes. 928 South Ninth Street Springfield, IL REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ

Disadvantaged Business Enterprise Program. Georgia Department of Human Resources

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT CONTRACT COMPLIANCE MANUAL (RC FTA)

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

CITY OF LEAWOOD. Independent Contractor Agreement

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR

Sidewalk Rehabilitation Program

1. Applicants must provide information requested in the section titled Required Information.

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

FY Licensed Timber Operators & Tree Service Contractors

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY SUPPORT SERVICES. Bid Packets are Due:

FY and ongoing Mental Health Crisis Evaluation Services

Request for Statements of Qualifications # for Electric Motor Repair

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A

City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan

Professional Services Agreement

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

-AGREEMENT BETWEEN THE COUNTY OF SAN MATEO AND MTG MANAGEMENT CONSULTANTS, L.L.C.

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

Public Works Department 200 Lincoln Avenue Salinas, CA 93901

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

REQUEST FOR PROPOSAL

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

QSP INFORMATION AT A GLANCE

ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

Appendix J Contractor s Insurance Requirements

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

May 29, 2012 Solicitation of quotations

Managed Information Technology Services For the Town of Moraga

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT

Puget Sound Regional Council

BENTON COUNTY PERSONAL SERVICES CONTRACT

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia (703) Metro Fax (703)

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

Attachment 4: Insurance Requirements

APPALCART REQUEST FOR PROPOSAL

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Thurston County, at its sole discretion, reserves the right to reject any and all SOQ's and to waive any informality in the proposal.

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

DISADVANTAGED BUSINESS ENTEPRISE PROGRAM CONTRACT COMPLIANCE MONITORING

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Attachment 04 Contractor s Insurance Requirements

COC-Insurance Requirements Page 1 of 9

Architectural Consulting Services for a New Automotive Building. Lakes Region Community College, Laconia, NH

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM FOR THE CITY OF RIVERSIDE

PREQUALIFICATION APPLICATION REQUIREMENTS

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

Transcription:

REQUEST FOR QUALIFICATIONS (RFQ) IT Support Services Date Issued: January 10, 2014 Response Due Date: January 31, 2014 by 4:00 p.m. Contact: Send Statements of Qualifications Rebecca Calija, VS IT Support Services Manager of Administrative Services San Joaquin Council of Governments 555 E. Weber Avenue Stockton, CA 95202 Questions: Questions may be directed to Vikram Sharma at 209-235-0445 or by email at sharma@sjcog.org. The RFQ is available online at www.sjcog.org/rfp.

Project Overview The San Joaquin Council of Governments (SJCOG) intends to contract with a firm to provide IT support services to the agency. Currently, IT is managed by SJCOG s Information Services Manager. The selected contractor will provide various services including maintenance of IT services in the absence of the Manager, support for server systems, day-to-day check of back-up systems, desktop support and HVAC assistance. SJCOG is a joint-powers authority comprised of the County of San Joaquin and the cities of Stockton, Lodi, Manteca, Tracy, Ripon, Escalon, and Lathrop. SJCOG serves as the regional transportation planning agency, which provides a forum for regional decision-making on issues such as growth, transportation, environmental management, housing, open space, air quality, fiscal management, and economic development. SJCOG also takes a look at population statistics, airport land use, habitat and open space planning, and other regional issues. SJCOG is overseen by a Board of Directors which makes allocations of funding to build transportation improvements. The Board also establishes regional transportation policies and programs. More information can be found at www.sjcog.org. Qualifications Preference will be given to firms that possess the following professional qualifications: Expertise in Dell Windows-based servers both physical and VM Server configuration: o GIS, Domain Controllers (2), Exchange, SQL, Finance, Web, SharePoint, Print and Fileservers, VMWare Expertise with Symantec Backup Exec o Configured to back up all local servers on site o Day to day monitoring ensuring all servers backing up Remote Desktop support for up to 35 users o Day to day hardware/software troubleshooting o Standard Microsoft Office, Windows 7 environment o ArcGIS o Quickbooks, TH Enterprises Financial systems Hardware o Dell based switches o Cisco ASA Firewall o Understanding of cable routing via offices/patch bays, etc McAfee cloud based mail firewall services to maintain sjcog.org and soon to be commuteconnection.com email addresses Coordination with Network Associates to maintain DNS entries and also maintain any third-party websites that they host for us Coordination with CivicPlus, off-site hosts of sjcog.org website Coordination with IIS, off-site hosts of commuteconnection.com

In order to be considered, responses must demonstrate experience in all related areas described above and project experience shall be provided to reflect the prime firm/individual s record of performance and operation in this field for a three (3) year period of time immediately preceding this RFQ. Submission Requirements All submittals must include the following information for consideration: 1. Description and Qualifications: Provide contact information including applicable qualifications, indicating relevant background and work experience. Include information on your ability to comply with all items listed in Attachment A, and any other relevant documentation. 2. References: Provide at least three client relevant references. 3. Cost Information: Provide pricing information on Attachment C, Proposal Cost Form. 4. Duns #: The DUNS number identifies an agency as registered to do business with governments agencies using federal funds. Submission Deadline SOQ s must be received no later than January 31, 2014 by 4:00 p.m. SOQ s may be mailed or delivered to SJCOG s offices. Please submit two (2) hard copies to: Rebecca Calija, VS IT Support Services Manager of Administrative Services San Joaquin Council of Governments 555 E. Weber Avenue Stockton, CA 95202 SJCOG Reception hours are 8-5 M-F Selection Process Statement responses will be evaluated by a panel of SJCOG staff. The panel will rank the responses based upon the following: 1. Best understanding of services needed by SJCOG; 2. Experience providing similar IT support services; 3. Firm s approach to providing services; 4. Ability to provide the required scope of services; and 5. Positive references and background check The most qualified firm will be notified that they have been selected for recommendation to the Board subject to successfully negotiating a contract. Firms submitting but not initially selected will be ranked and this list will be used if necessary in the future.

Questions Questions related to this RFQ should be directed to Vikram Sharma, IT Services Manager at 209-235-0445 or sharma@sjcog.org. Solicitation Disclaimer This request is not a commitment or contract of any kind. SJCOG reserves the right to pursue any and/or all ideas generated by this request. Costs for developing the statements are entirely the responsibility of the applicants and shall not be reimbursed. SJCOG has the right to reject any or all of the Statement of Qualification received as a result of this request. Solicitation of statements in no way obligates SJCOG to contract with any company or individual. Disadvantaged Business Enterprise (DBE Policy) As SJCOG has established a Disadvantaged Business Enterprise (DBE) program in accordance with 49 CFR Part 26 and may utilize Federal Funds, this procurement may be subject to DBE regulations in accordance with Title 49, Code of Federal Regulations, part 26 (49CFR 26). The inclusion of a Disadvantaged Business Enterprise firm on the consultant team should be noted by name of firm and amount of budget expenditure for that firm. Caltrans commits to an annual DBE percentage goal on its federally-funded projects based upon a race neutral and race-conscious methodology. Therefore, a separate contract goal may be assigned on future procurements. Please refer to the following website for guidance www.dot.ca.gov/hq/bep For FTA Race Neutral requirements, please refer to the following website for guidance http://www.fta.dot.gov/civilrights/12889.html Nondiscrimination SJCOG will never exclude any person from participation in, deny any person the benefit of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR, Part 26 on the basis of race, color, sex, or national origin. SJCOG will not, directly or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing the accomplishment of the objectives of the Caltrans DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin. Title VI of the Civil Rights Act of 1964: The selected consultant agrees to comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 (49 USC 2000d) and the regulations of the U.S. Department of Transportation issued there under 49 CFR Part 21. Contract Assurance DBE regulations require the following contract assurance statement in every DOT-assisted contract and subcontract: The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of the contract. The contractor shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of DOT-assisted contracts. Failure by the contract to carry out these requirements in a material breach of this

contract, which may result in the termination of this contract, or such other remedy as recipient deems appropriate. Prompt Payment SJCOG requires contractors and subcontractors to be timely paid as set forth in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10-days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30 days may take place only for good cause and with the agency s prior written approval. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies of that Section. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non-dbe subcontractors. Prompt payment of Withheld Funds to Subcontractors SJCOG requires prompt and full payment of retainage from the prime contractor to the subcontractor within thirty (30) days after the subcontractor s work is satisfactorily completed and accepted. This shall be accompanied with the following provisions: The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor o subcontractor shall return all monies withheld in retention from all subcontractors within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Any delay or postponement of payment may take place only for good cause and with the agency s prior written approval. Any violation of these provisions shall subject the violating prime contractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the Consultant or Subcontractor in the event of a dispute involving late payment or nonpayment by the Consultant, deficient subcontractor performance, and/or noncompliance by a Subcontractor. This clause applies to both DBE and non-dbe Subcontractors. Insurance Requirements: Without limiting SJCOG's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and affect the following insurance policies throughout the term of this Agreement: A. Comprehensive professional liability insurance in the minimum amount of at least $1,000,000 coverage per occurrence. Comprehensive professional liability insurance policies Page 7

shall name the SJCOG, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by SJCOG, its officers, agents, and employees, shall be excess only and not contributing with insurance provided under the CONTRACTOR'S policies herein. B. Comprehensive automobile liability insurance with limits for bodily injury of not less than $25,000 per person, $250,000 per accident and for property damages of not less than $50,000, or such coverage with a combined single limit of $250,000. C. Workers compensation insurance as required by law. This insurance shall not be canceled or changed without a minimum of thirty (30) days advance, written notice given to SJCOG. CONTRACTOR shall provide certification of said insurance to SJCOG within twentyone (21) days of the date of the execution of this Agreement. Such certification shall show, to SJCOG's sole satisfaction, that such insurance coverage s have been obtained and are in full force; that SJCOG, its officers, agents, and employees will not be responsible for any premiums on the policies; that as and if required such insurance names SJCOG, its officers, agents, and employees, individually and collectively, as additional insured (comprehensive professional liability only but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by SJCOG, its officers, agents, and employees, shall be excess only and not contributing with insurance provided under the CONTRACTOR's policies herein; and that this insurance shall not be canceled or changed without a minimum of thirty (30) days advance, written notice given to SJCOG. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided, SJCOG may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event.

Attachment A Scope of Services Provide support for approximately 12-15 Windows based servers Expertise in Dell Windows-based servers both physical and VM Server configuration: o GIS, Domain Controllers (2), Exchange, SQL, Finance, Web, SharePoint, Print and Fileservers, VMWare Expertise with Symantec Backup Exec o Configured to back up all local servers on site o Day to day monitoring ensuring all servers backing up Remote Desktop support for up to 35 users o Day to day hardware/software troubleshooting o Standard Microsoft Office, Windows 7 environment o ArcGIS o QuickBooks, Hardware o Dell based switches o Cisco ASA Firewall o Understanding of cable routing via offices/patch bays, etc McAfee cloud based mail firewall services to maintain sjcog.org and soon to be commuteconnection.com email addresses Coordination with Network Associates to maintain DNS entries and also maintain any third-party websites that they host for SJCOG Coordination with CivicPlus, off-site hosts of sjcog.org website Coordination with IIS, off-site hosts of commuteconnection.com

Attachment B Statement of Interest Firm Name: Contact: Address: Web Site: Office Phone: Fax: Email: Check either yes or no for each statement Yes No Does your firm have experience in providing IT services in the following areas? Expertise in Dell Windows-based servers both physical and VM Server configuration: GIS, Domain Controllers, Exchange, SQL, Finance, Web, SharePoint, Print and Fileservers, VMWare Expertise with Symantec Backup Exec-Configured to back up all local servers on site; Day to day monitoring ensuring all servers backing up Remote Desktop support for up to 35 users-day to day hardware/software troubleshooting; Standard Microsoft Office, Windows 7 environment; ArcGIS; QuickBooks Hardware: Dell based switches, Cisco ASA Firewall, Understanding of cable routing via offices/patch bays, etc. McAfee cloud based mail firewall services to maintain sjcog.org and soon to be commuteconnection.com email addresses Coordination with Network Associates to maintain DNS entries and also maintain any third-party websites that they host for SJCOG Coordination with CivicPlus, off-site hosts of sjcog.org website Coordination with IIS, off-site hosts of commuteconnection.com Other (specify) The firm listed above can offer additional services: Name & Title of Authorizing Official: By signing below you acknowledge and agree to provide the required services, and comply with all the terms and conditions listed in this RFQ Authorized Signature: Date: