REQUEST FOR PROPOSALS NO. 15-248 ARKANSAS TECH UNIVERSITY Young Building East End PROPOSALS MUST BE SUBMITTED IN A SEALED ENVELOPE WITH THE RFP NUMBER, OPENING DATE AND TIME SHOWN ON THE OUTSIDE OF THE ENVELOPE. FAXED RESPONSES WILL NOT BE ACCEPTED. RESPONSE DUE BY: January 8, 2015 TIME: 4:00 p.m. ALL VENDORS For additional information, contact Director of Procurement and Risk Management Services Tel: 479-968-0269 Fax: 479-968-0633 Email: purchasing@atu.edu Web: www.atu.edu/purchasing Successful vendor will be required to complete the following forms upon award of contract: ATU Contract/Agreement Terms & Conditions EEO Policy Letter Illegal Immigrant Certification Form Contract and Grant Disclosure and Certification Form Forms available for review at: www.atu.edu/purchasing DESCRIPTION Phonathon Software The goal of this project is to provide Arkansas Tech University with a software package to help automate our telephone fundraising program run more efficiently and increase caller productivity. The software should have the following characteristics: 24-Hour, 7-Day toll free support Voice over IP (VOIP) or analog dialing Immediate credit card processing with the latest security information Immediate e-mail confirmation for pledges and all call results Immediate access to scripts, objection rebuttals and other necessary information Real time statistics displayed in both charts and texts Large prospect data capacity-all relevant information available to callers Segmentation capabilities on all prospect data fields Ability to control assignments by individual callers User-defined scripting and result code groups for each constituency Progressive dialing to substantially boost productivity On-line management reports and graphs for instant analysis Management reporting available during the calling session Standard and ad hoc reporting capabilities On-campus training, including complete training and reference materials Page 1 of 5
Proposals will be evaluated on the following submitted criteria: 1. Ease of Use 2. Statistical capabilities (variety of modeling techniques, data and report outputs) 3. On-campus training 4. On-line management of reports 5. Cost include initial cost, annual renewal cost, any other associated fees The contract will be awarded to the vendor who best satisfies all of Arkansas Tech s needs at optimum cost and service performance. Cost will not be the sole criteria for determining the contract award. Contract Terms & Conditions: See Contract/Agreement Terms & Conditions by visiting our website at www.atu.edu/purchasing that will govern any resultant contract. Proprietary Information: Proprietary information submitted in response to this RFP will be processed in accordance with the applicable State of Arkansas procurement procedures. Documents pertaining to the RFP become the property of the University and shall be open to public inspection subsequent to proposal opening. It is the responsibility of the respondent to identify all proprietary information. Award: The University reserves the right to negotiate with the firm(s) selected for best and final offer. Award will be made in the best interest of the University; and the University s decision is final. However, the University reserves the right not to award any contract pursuant to this RFP. Proposals that are substantially incomplete or lack key information will be rejected. Proposal Submission: Vendors interested in submitting proposals must submit all documentation by 4:00 p.m. CDT, Friday, January 8, 2015. Proposals must be signed in ink to be considered. Send one (1) original and two (2) copies to: Jessica Holloway RFP 15-248 Procurement and Risk Management Services Arkansas Tech University Respondent is responsible for checking the web site for any addenda. http://www.atu.edu/purchasing/bids.shtml In left-hand menu, select Current Bids, RFP s and RFQ s. Page 2 of 5
Performance Based Standards: Arkansas Code 19-11-267 requires the use of performance based standards on any resultant contract by the university. Time & Materials Contracts Standards Services are provided in a timely and professional manner Work products are professional, comprehensive and consistent with the contracted skill level Remedies Vendor must provide an acceptable remediation plan Payment may be withheld in part or in whole until acceptable work products are produced Replacement resources acceptable to Arkansas Tech University may be required Contract may be cancelled ACCORDINGLY, THE VENDOR EXPRESSLY REPRESENTS AND WARRANTS to the State of Arkansas through the procurement process by submission of a Voluntary Product Accessibility Template (VPAT) for 36 C.F.R. 1194.21, as it existed on January 1, 2013 (software applications and operating systems) and 36 C.F.R. 1194.22, as it existed on January 1, 2013 (web-based intranet and internet information and applications) that the technology provided to the State for purchase is capable, either by virtue of features included within the technology, or because it is readily adaptable by use with other technology, of: Providing, to the extent required by Arkansas Code Annotated 25-26-201 et seq., as amended by Act 308 of 2013, equivalent access for effective use by both visual and non-visual means; Presenting information, including prompts used for interactive communications, in formats intended for non-visual use; After being made accessible, integrating into networks for obtaining, retrieving, and disseminating information used by individuals who are not blind or visually impaired; Providing effective, interactive control and use of the technology, including without limitation the operating system, software applications, and format of the data presented is readily achievable by nonvisual means; Being compatible with information technology used by other individuals with whom the blind or visually impaired individuals interact; Integrating into networks used to share communications among employees, program participants, and the public; and Providing the capability of equivalent access by nonvisual means to telecommunications or other interconnected network services used by persons who are not blind or visually impaired. State agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. Agencies must evaluate products to determine which product best meets the standards. If an agency purchases a product that does not best meet the standards, the agency must provide written documentation supporting the selection of a different product. For purposes of this section, the phrase equivalent access means a substantially similar ability to communicate with, or make use of, the technology, either directly, by features incorporated within the technology, or by other reasonable means such as assistive devices or services which would constitute reasonable accommodations under the Americans with Disabilities Act or similar state and federal laws. Examples of methods by which equivalent access may be provided include, but are not limited to, keyboard alternatives to mouse commands or other means of navigating graphical displays, and customizable display appearance. As provided in Arkansas Code Annotated 25-26-201 et seq., as amended by Act 308 of 2013, if equivalent access is not reasonably available, then individuals who are blind or visually impaired shall be provided a reasonable accommodation as defined in 42 U.S.C. 12111(9), as it existed on January 1, 2013. If the information manipulated or presented by the product is inherently visual in nature, so that its meaning cannot be conveyed non-visually, these specifications do not prohibit the purchase or use of an information technology product that does not meet these standards. Page 3 of 5
ARKANSAS TECH UNIVERSITY Act 2157 of 2005 of the Arkansas Regular Legislative Session requires that any business or person responding to a Request for Quotation (Bid) submit their most current Equal Employment Opportunity policy (EEO Policy). Although bidders are encouraged to have a viable equal opportunity policy, a written response stating that the bidder does not have an EEO Policy will be considered that bidder s response and will comply with the requirement of Act 2157. Submitting your EEO Policy is a one-time requirement. The Arkansas Tech University Purchasing Department will maintain a file of the EEO Policies or written responses received. This is a mandatory requirement when submitting a bid response. Failure to submit an EEO Policy or response may result in rejection of your bid. If you have any questions, please call the at 479-968-0269. Thank you. Director of Procurement and Risk Management Services ************************************************************************************************************ TO BE COMPLETED BY BUSINESS OR PERSON SUBMITTING BID RESPONSE EEO Policy attached EEO Policy previously submitted to ATU EEO Policy is not available _ Name of Company or Person Signature Name (printed or typed) Title Date Page 4 of 5
ARKANSAS TECH UNIVERSITY Tel: 479-968-0269 Fax: 479-968-0633 Act 157 of 2007 of the Arkansas Regular Legislative Session requires that any business or person responding to a Request for Proposal (RFP) for professional services, technical and general services or any category of construction in which the total dollar value is $25,000 or greater certify, prior to the award of the contract, that they do not employ or contract with any illegal immigrants. Bidders are to certify online at: https://www.ark.org/dfa/immigrant/index.php/user/login Click: Submit Disclosure Form (no password is needed) Print Screen Shot of certification and attach to this form. This is a mandatory requirement. Failure to certify may result in rejection of your proposal, and no award will be made to a vendor who has not so certified. If you have any questions, please contact the. Thank you. Director of Procurement and Risk Management Services ********************************************************************************************************************* TO BE COMPLETED BY BUSINESS OR PERSON SUBMITTING RESPONSE: Please check the appropriate statement below: We have certified on-line that we do not employ or contract with any illegal immigrants Date on-line certification completed: We have NOT certified on-line at this time, and we understand that no contract can be awarded to our firm until we have done so. Reason for non-certification: Name of Company Mailing Address City, State & Zip Signature Name & Title (printed or typed) Date Page 5 of 5