SUPERIOR COURT OF CALIFORNIA



Similar documents
CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

REQUEST FOR PROPOSALS

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

ELECTRONIC HEALTH RECORDS SYSTEM (EHR SYSTEM) October 2012

Request for Proposals

Robla School District

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

Center Unified School District

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Request for Proposal. Real Estate Relocation Assistance Consultant Services

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

RFP Milestones, Instructions, and Information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

IOWA LOTTERY AUTHORITY BID Security Assessment Services

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

Department of Purchasing & Contract Compliance

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA

Amendment 3: HRIS/Payroll only

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

Department of Purchasing & Contract Compliance

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Senior Security Analyst

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK (845)

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

COUNTY OF TANEY, MISSOURI

THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement

REQUEST FOR PROPOSAL. Consulting Services for Strategic Planning, Change Management, Performance Management, and Leadership Development

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

REQUEST FOR PROPOSAL PROJECT TITLE: NETWORK INFRASTRUCTURE VULNERABILITY ASSESSMENT RFP NUMBER: # IS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

Western Virginia Water Authority. Roanoke, Virginia

City of Hesperia. Request for Quotes Answering Services. Release Date: 02/04/10

Prequalification Document for Procurement of Works

Business Intelligence Data Analyst

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

CHAPTER 11 APPEALS AND DISPUTES

State Health Benefit Plan Procurement Policy

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

OSWEGO COUNTY PURCHASING DEPARTMENT

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

Solicitation /1621. Kofax Software Transfer, Upgrade, & Maintenance. Bid designation: Public. State of California

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:

Purchasing a Business in Utah - RFP Approval Bid Process

TABLE OF CONTENTS. Prefacej... 1

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

Issue Date: June 22, 2011 Due Date: July 22, 4:00p.m.

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)


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

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

E-RATE CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE #

WEST VIRGINIA STATE TREASURER S OFFICE REQUEST FOR QUOTATIONS NO. BTI for

REQUEST FOR QUALIFICATIONS

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

TITLE III CROWDFUNDING

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

GENESEE HEALTH SYSTEM REQUEST FOR QUOTE INTERNET BANDWIDTH ISSUED: 11/23/2014

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

Debt Collection Services

NPSA GENERAL PROVISIONS

REQUEST FOR PROPOSALS

Policy Number: Policy Name: Professional Services and Construction Services Procurement

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

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

REQUEST FOR PROPOSAL

Request for Proposal: Network Switches

Request for Quote For CA Single Sign-On Renewal_3-16_JT

ADDENDUM NUMBER TWO (2) TO THE REQUEST FOR PROPOSAL (RFP) FOR FINANCIAL PLANNER POOL, RFP NUMBER 2P

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS AND PRIME CONTRACTORS. (for construction projects valued at more than $250,000) for

Department of Purchasing & Contract Compliance

REQUEST, SOLICITATION AND INVITATION FOR PROPOSAL FOR THE POSITION OF MEDFORD TOWNSHIP SCHOOL DISTRICT BOARD OF EDUCATION

Municipal Lobbying Ordinance

QSP INFORMATION AT A GLANCE

A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide

REQUEST FOR PROPOSAL

Village of Nakusp RFQ Source Protection Plan

TOWN OF WARREN, RI REQUEST FOR PROPOSAL FOR PAYROLL SERVICES. DUE DATE: June 30, 2010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

UAC (As of April 1, 2015) Printed: April 4, 2015 Page 1

Transcription:

SUPERIOR COURT OF CALIFORNIA COUNTY OF LOS ANGELES REQUEST FOR QUOTE (RFQ) FOR LUMENSION PATCH MANAGEMENT SOFTWARE LICENSE RENEWAL SERVICES RFQ NUMBER 2014-PR35074294

Table of Contents SECTION TITLE PAGE PART A - GENERAL INFORMATION 1. INTRODUCTION... 3 2. OVERVIEW OF SOLICITATION... 3 3. STATEMENT OF WORK... 4 4. MINIMUM QUALIFICATIONS... 4 5. COURT OPTION TO CANCEL, AMEND OR EXTEND RFQ... 5 6. PRICE/COST PRESENTATION... 5 7. QUOTE CONDITIONS... 5 8. RFQ ADDENDA... 7 9. CONFLICT OF INTEREST... 7 10. ANTI-TRUST CLAIMS... 7 11. ACCEPTANCE OF TERMS AND CONDITIONS... 8 12. GRATUITIES... 8 13. CONTRACTOR CHANGES... 8 14. SMALL BUSINESS PREFERENCE DECLARATION (IF APPLICABLE)... 8 15. DISABLED VETERANS BUSINESS ENTERPRISE (DVBE) INCENTIVE (IF APPLICABLE)... 9 PART B - SELECTION PROCESS 16. QUOTE REVIEW PROCESS... 11 17. SELECTION PROCESS... 11 PART C - INSTRUCTIONS TO CONTRACTORS SUBMITTING QUOTES 18. INSTRUCTIONS TO CONTRACTORS... 12 19. DISTRIBUTION OF RFQ... 12 20. QUOTE SUBMISSION... 12 21. RFQ TIME-LINE... 13 22. QUOTE FORMAT... 13 23. ALTERNATIVE TERMS... 15 ATTACHMENTS ATTACHMENT 1 PRICE/COST PRESENTATION... ATTACHMENT 2 REQUIRED FORMS... ATTACHMENT 3 SMALL BUSINESS DECLARATION (If Applicable)... ATTACHMENT 4 DISABLED VETERANS BUSINESS ENTERPRISE DECLARATION (If Applicable)... 2

1. INTRODUCTION The purpose of this Request for Quote (hereinafter referred to as RFQ ) is to solicit quotes from one or more qualified contractors (hereinafter referred to as CONTRACTORs ) for the issuance of a purchase order to provide COURT with Lumension Patch Management Software License Renewal services specified in Section 3 Statement of Work. Interested and qualified CONTRACTORs who have demonstrated their ability to successfully provide the products and services described in this RFQ are invited to submit quotes, provided they meet the minimum qualifications as set forth in Section 4 - Minimum Qualifications of this RFQ. A purchase order will be issued to the CONTRACTOR who has met or surpassed the COURT s minimum qualifications and has submitted the lowest responsive and responsible quote. Prior to the issuance of a purchase order, all potential CONTRACTORS must register on County s WebVen. The WebVen contains the vendor s business profile and identifies the goods/services the business provides. Registration can be accomplished online via the Internet by accessing http:lacounty.info/doing_business/main_db.htm. There are underscores in the address between the words "doing business" and "main db". 2. OVERVIEW OF SOLICITATION This RFQ is composed of the following parts: Part A General Information: Describes general information, minimum qualifications and quote conditions. Part B Selection Process: Describes the Quote review and selection process. Part C Instructions to CONTRACTORs Submitting Quotes: Specifies the format CONTRACTORs should use in preparing their Quotes for submission. ATTACHMENT 1 Price/Cost Presentation Sheet. ATTACHMENT 2 Required Forms: Contains all the forms that are required to be filled out by CONTRACTOR and submitted with the CONTRACTOR s Quote. ATTACHMENT 3 Small Business Enterprise Declaration (If Applicable): Complete this form only if CONTRACTOR will claim the small business preference associated with this solicitation. Please review the Small Business Declaration Instructions before completing this form. If CONTRACTOR submits incomplete or inaccurate information, it will not receive the small business preference. ATTACHMENT 4 Disabled Veterans Business Enterprise Declaration (If Applicable): Complete this form only if CONTRACTOR will claim the DVBE preference associated with this solicitation. Please review the DVBE Declaration Instructions before completing this form. If CONTRACTOR submits incomplete or inaccurate information, it will not receive the DVBE preference. 3

3. STATEMENT OF WORK COURT seeks the following Lumension Patch Management Software License Renewal services: Item Description Lumension Patch & Remediation Subscription - Windows Part Number: PRSW -1yr 3000 Qty 10 Lumension Patch & Remediation Subscription - Windows Part Number: PRSW -1yr 3000 6600 Lumension Contect Wizard Maintenance Part Number: CWM 1yr 3000 6600 4. MINIMUM QUALIFICATIONS An initial Pass/Fail review will be made of all quotes submitted to determine their compliance with RFQ format instructions and fulfillment of the minimum qualifications. Failure in any one of the pass/fail criteria may be cause for disqualifying a quote from further consideration. Such review and determination is not subject to appeal, and will be done at the sole discretion of COURT. The following is a list of the minimum qualifications: 4.1. Quote Submission Quote must be received on or before the submission deadline. The submission of a quote shall constitute an acknowledgement that the CONTRACTOR has thoroughly examined and is familiar with the RFQ, the attachments, and the addenda (if any), and has reviewed and inspected all applicable laws, regulations, ordinances, and resolutions dealing with or related to this procurement. The failure or neglect of a CONTRACTOR to examine such documents, laws, regulations, ordinances, or resolutions shall in no way relieve the CONTRACTOR from any obligations with respect to the purchase order issued as a result of this RFQ. 4.2. CONTRACTOR S Qualifications and Experience 4.2.1. CONTRACTOR must be an authorized Lumension reseller who is authorized to sell Lumension software products and services. 4.2.2. CONTRACTOR must have a Project Director with at least four (4) years of documented experience in the supervision of staff providing the Services. 4.2.3. CONTRACTOR staff providing Services to COURT must have at least two (2) years documented experience in providing the product and services specified in Section 3 Statement of Work. 4.3. Preparation of Quote CONTRACTOR must follow COURT s quote format as listed in Section 22 - Quote Format. Quotes shall include all the required documentation. Quotes missing any components required therein may be disqualified from further review. 4

4.4. Financial Stability CONTRACTOR must be found to be financially stable. Refer to Subsection 22.5 Financial Stability. 4.5. Quality Control Plan CONTRACTOR must submit a Quality Control Plan. 4.6. Required Forms CONTRACTOR must submit the required forms contained in ATTACHMENT 2 (Required Forms). 5. COURT OPTION TO CANCEL, AMEND OR EXTEND RFQ COURT reserves the right to cancel, amend or extend this RFQ, in its sole discretion, at any time prior to approval of an Agreement by COURT. 6. PRICE/COST PRESENTATION CONTRACTORs shall submit a firm, fixed price for providing the products and services specified in Section 3 Statement of Work. Quotes must be submitted on the Price/Cost Presentation sheet (Attachment 1). 7. QUOTE CONDITIONS 7.1. COURT Option to Reject All Quotes COURT may, in its sole discretion, reject any or all Quotes submitted in response to this RFQ. Only one quote per individual, firm, partnership, or corporation under the same or different names will be considered. If there is reason to believe that collusion exists among CONTRACTORs, none of the participants in such collusion will be considered in this RFQ process. 7.2. Cost of Quotes and/or Modifications of CONTRACTOR s Operations COURT shall under no circumstances be held liable or responsible for any costs incurred in connection with the preparation or submittal of any quote or in connection with the modification of any of CONTRACTOR s operations in response to this RFQ. 7.3. Confidential or Proprietary Information One copy of each quote will be retained by the COURT for official files and will become a public record. California judicial branch entities are subject to rule 10.500 of the California Rule of Court, which governs public access to judicial administrative records (see www.courtinfo.ca.gov/cms/rules/index.cfm?title=ten&linkid=rule10_500). If information submitted in a quote contains material noted or marked as confidential and/or proprietary that, in the COURT S sole opinion, meets the disclosure exemption requirements of Rule 10.500, then that information will not be disclosed upon a request for access to such records. If the COURT finds or reasonably believes that the material so marked is not exempt from disclosure, the COURT will disclose the information regardless of the marking or notation seeking confidential treatment. 5

7.4. Contact with COURT Employees Regarding Quotes As of the issuance date of this RFQ, CONTRACTORs are specifically directed not to contact COURT personnel for meetings, conferences, or technical discussions related to the RFQ, except as provided in Part C - Instructions to CONTRACTORs Submitting Quotes of this RFQ. Failure to adhere to this policy may result in CONTRACTOR s disqualification. 7.5. Determination of CONTRACTOR Responsibility 7.5.1. Responsible CONTRACTOR A responsible CONTRACTOR is one who has demonstrated the attributes of quality, fitness, capacity and experience to satisfactorily perform the requirements of the contract. It is COURT s decision to follow the Los Angeles County s policy to conduct business only with responsible CONTRACTORs. 7.5.2. Chapter 2.202 of the County Code CONTRACTORs are hereby notified that in accordance with Chapter 2.202 of the County Code, COURT may determine whether CONTRACTOR is responsible based on a review of CONTRACTOR s performance on any contracts, including but not limited to County and Court contracts. Particular attention will be given to violations of labor laws related to employee compensation and benefits and evidence of false claims made by CONTRACTOR against public entities. Labor Law violations which are the fault of subcontractors, and which CONTRACTOR had no knowledge, shall not be the basis of a determination that CONTRACTOR is not responsible. 7.5.3. Non-Responsible CONTRACTOR COURT may declare a CONTRACTOR to be non-responsible for purposes of the anticipated purchase order if COURT, in its discretion, finds that CONTRACTOR has done any of the following: (1) committed any act or omission which negatively reflects on CONTRACTOR s quality, fitness or capacity to perform this purchase order with COURT or a purchase order with any other public entity, or engaged in a pattern or practice which negatively reflects on same; (2) committed an act or omission which indicates a lack of business integrity or business honesty; or (3) made or submitted a false claim against COURT or any other public entity. 7.5.4. Recommendation to COURT s Executive Officer/Clerk of CONTRACTOR Non- Responsibility If there is evidence that CONTRACTOR offering the lowest weighted price may not be responsible, COURT shall notify the CONTRACTOR in writing of the evidence relating to CONTRACTOR s responsibility, and its intention to recommend to the Executive Officer/Clerk that CONTRACTOR be found not responsible. COURT shall provide CONTRACTOR and/or CONTRACTOR s representative with an opportunity to present evidence as to why CONTRACTOR should be found to be responsible and to rebut evidence that is the basis for COURT s recommendation. If CONTRACTOR fails to avail itself of the opportunity to rebut COURT s evidence, CONTRACTOR may be deemed to have waived all rights of appeal. 7.5.5. Determination by COURT s Executive Officer/Clerk of CONTRACTOR Non- Responsibility If CONTRACTOR presents evidence in rebuttal to COURT, COURT shall evaluate the merits of such evidence, and based on that evaluation make a recommendation to the 6

Court s Executive Officer/Clerk. The final decision concerning the responsibility of CONTRACTOR shall reside with the Court s Executive Officer/Clerk. 7.5.6. Subcontractors of CONTRACTORs All of the above Section 7.7, terms and conditions shall also apply to subcontractors of CONTRACTORs. 7.6. Truth and Accuracy of Representation False, incomplete, or unresponsive statements in connection with a quote may be cause for its rejection. The evaluation and determination of the fulfillment of the RFQ requirements shall be in COURT s sole judgment, which judgment shall be final. 7.7. CONTRACTOR s Quote 8. RFQ Addenda All quotes shall be firm offers and may not be withdrawn for a period of one hundred eighty (180) calendar days following the last day to accept quotes. COURT, in its sole discretion, may interpret or change any provision of this RFQ at any time prior to the quote submission deadline. Any such interpretation or change shall be in the form of a written addendum to this RFQ. Such addendum shall become part of this RFQ and may become part of the resultant Agreement. Such addendum shall be made available to each person or organization which COURT records indicate has received this RFQ. Should such addendum require additional information not previously requested, a quote that fails to address the requirements of such addendum may result in the quote not being considered as determined in the sole discretion of COURT. 9. CONFLICT OF INTEREST No COURT employee whose position in the COURT enables him/her to influence the selection of a CONTRACTOR for this RFQ, or any competing RFQ, nor any spouse of economic dependent of such employees, shall be employed in any capacity by a CONTRACTOR or have any other direct or indirect financial interest in the selection of a CONTRACTOR. CONTRACTOR shall certify that he/she is aware of and has read Section 2.180.010 of the Los Angeles County Code as stated in Form 4, Certification of No Conflict of Interest, ATTACHMENT 3, Required Forms of this RFQ. 10. ANTI-TRUST CLAIMS A. In submitting a quote to the Court, the Contractor offers and agrees that if the quote is accepted, Contractor will assign to the Court all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the Contractor for sale to the Court pursuant to the quote. Such assignment shall be made and become effective at the time the Court tenders final payment to the Contractor. (See Government Code section 4552.) B. If the Court receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this section, the Contractor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the Court any portion of the recovery, including treble damages, attributable to overcharges that were paid. 7

C. Upon demand in writing by the Contractor, the Court shall, within one year from such demand, reassign the cause of action assigned under this section if the Contractor has been or may have been injured by the violation of law for which the cause of action arose and (a) the Court has not been injured thereby, or (b) the Court declines to file a court action for the cause of action. (See Government Code section 4554.) 11. ACCEPTANCE OF TERMS AND CONDITIONS CONTRACTOR understands and agrees that submission of a quote constitutes acknowledgment and acceptance of, and a willingness to comply with, all terms and conditions of this RFQ and any RFQ amendment or addenda. 12. GRATUITIES 12.1. It is improper for any COURT officer, employee or agent to solicit consideration, in any form, from CONTRACTOR with the implication, suggestion or statement that CONTRACTOR s provision of the consideration may secure more favorable treatment for CONTRACTOR in the award of the purchase order or that CONTRACTOR s failure to provide such consideration may negatively affect COURT s consideration of CONTRACTOR s submission. CONTRACTOR shall not offer or give, either directly or through an intermediary, consideration in any form, to a COURT officer, employee or agent for the purpose of securing favorable treatment with respect to the award of the contract. 12.2. CONTRACTOR shall immediately report any attempt by a COURT officer, employee or agent to solicit such improper consideration. The report shall be made either to the Court manager charged with supervision of the employee or to the Internal Audits Office at (213) 974-6377. Failure to report such a solicitation may result in CONTRACTOR s submission being eliminated from consideration. 12.3. Among other items, such improper consideration may take the form of cash, discounts, service, the provision of travel or entertainment, or tangible gifts. 13. CONTRACTOR CHANGES A quote, which contains conditions or limitations, established by CONTRACTOR may be deemed irregular and be rejected by COURT, at its sole discretion. 14. SMALL BUSINESS PREFERENCE DECLARATION (If Applicable) CONTRACTOR will receive a small business preference if, in the COURT S sole determination, CONTRACTOR has met all applicable requirements. If CONTRACTOR receives the small business preference, the dollar amount of its quote will be reduced (for evaluation purposes only) by an amount equal to 5% of the lowest responsible quote, not to exceed $50,000. Small business participation is not mandatory. Failure to qualify for the small business preference will not render a quote non-responsive. To receive the small business preference, CONTRACTOR must be either (i) a Department of General Services ( DGS ) certified small business or microbusiness performing a commercially useful function, or (ii) a DGS-certified small business nonprofit veteran service agency. If CONTRACTOR wishes to seek the small business preference, CONTRACTOR must complete and submit with its quote the Small Business Declaration (Attachment 4). CONTRACTOR must submit with the Small Business Declaration all materials required in the Small Business Declaration. Failure to complete and submit the Small Business Declaration as required will result in CONTRACTOR not receiving the small business preference. In addition, the COURT may request additional written 8

clarifying information. Failure to provide this information as requested will result in CONTRACTOR not receiving the small business preference. If CONTRACTOR receives the small business preference, (i) CONTRACTOR will be required to complete a post-purchase order report; and (ii) failure to meet the small business commitment set forth in its quote will constitute a breach of contract. FRAUDULENT MISREPREPRETATION IN CONNECTION WITH THE SMALL BUSINESS PREFERNCE IS UNLAWFUL AND IS PUNISHABLE BY CIVIL PENALTIES. SEE GOVERNMENT CODE SECTION 14842.5. 15. DISABLED VETERANS BUSINESS ENTERPRISE (DVBE) INCENTIVE (If Applicable) Qualification for the DVBE incentive is not mandatory. Failure to qualify for the DVBE incentive will not render a quote non-responsive. Eligibility for and application of the DVBE incentive is governed by the COURT S DVBE Rules and Procedures. CONTRACTOR will receive a DVBE incentive if, in the COURT s sole determination, CONTRACTOR has met all applicable requirements. If CONTRACTOR receives the DVBE incentive, the dollar amount of its quote will be reduced (for evaluation purposes only) by an amount equal to 3% of the lowest responsible quote, not to exceed $50,000. To receive the DVBE incentive, at least 3% of the purchase order goods and/or services must be provided by a DVBE performing a commercially useful function. Or, for solicitations of non-it goods and IT goods and services, CONTRACTOR may have an approved Business Utilization Plan ( BUP ) on file with the California Department of General Services ( DGS ). If CONTRACTOR wishes to seek the DVBE incentive: 1. CONTRACTOR must complete and submit with its quote, the Bidder Declaration (Attachment 5). CONTRACTOR must submit with the Bidder Declaration all materials required in the Bidder Declaration. 2. CONTRACTOR must submit with its quote, a DVBE Declaration (Attachment 5) completed and signed by each DVBE that will provide goods and/or services in connection with the contract. If CONTRACTOR is itself a DVBE, it must complete and sign the DVBE Declaration. If CONTRACTOR will use DVBE subcontractors, each DVBE subcontractor must complete and sign a DVBE Declaration. NOTE: The DVBE Declaration is not required if CONTRACTOR will qualify for the DVBE incentive using a BUP on file with DGS. Failure to complete and submit these forms as required will result in CONTRACTOR not receiving the DVBE incentive. In addition, the COURT may request additional written clarifying information. Failure to provide this information as requested will result in CONTRACTOR not receiving the DVBE incentive. If this solicitation is for IT goods and services, the application of the DVBE incentive may be affected by application of the small business preference. For additional information, see the COURT s Small Business Preference Procedures for the Procurement of Information Technology Goods and Services. If CONTRACTOR receives the DVBE incentive: (i) CONTRACTOR will be required to complete a postpurchase order DVBE certification if DVBE subcontractors are used; (ii) CONTRACTOR must use any DVBE subcontractor(s) identified in its quote unless the COURT approves in writing the substitution of another DVBE; and (iii) failure to meet the DVBE commitment set forth in its quote will constitute a breach of contract. 9

FRAUDULENT MISREPREPRETATION IN CONNECTION WITH THE DVBE INCENTIVE IS A MISDEMEANOR AND IS PUNISHABLE BY IMPRISONMENT OR FINE, AND VIOLATORS ARE LIABLE FOR CIVIL PENALTIES. SEE MIL. & VET. CODE 999.9. [END OF PART A] 10

PART B - SELECTION PROCESS 16. QUOTE REVIEW PROCESS 16.1. CONTRACTOR s Quote will go through four steps in the review process: 16.1.1. Step One: CONTRACTOR s Quote must be received on or before the submission deadline. Quotes received after the Quote Due Date may be disqualified from further consideration and will be considered for review solely at the discretion of the COURT, if it is determined to be in the best interest of the COURT. 16.1.1.1.1. Step Two: A COURT Review Team will review all quotes for compliance with the minimum qualifications as part of a Pass/Fail review and may, in its sole discretion, reject any and/or all quotes submitted in response to this RFQ. CONTRACTOR s Quote must receive a Pass in every minimum qualification category as set forth in Section 4 - CONTRACTOR s Minimum Qualifications in order to move on to step three. Any quote receiving a Fail in any of the minimum qualifications categories may be disqualified from further consideration. 16.1.1.1.2. Step Three: The COURT s Review Team will evaluate CONTRACTOR s Quote to determine if CONTRACTOR submitted their quote in the format as set forth in Part C - Instructions to CONTRACTORs Submitting Quotes. Quotes that do not follow the prescribed format will receive a Fail and may be disqualified from further consideration. Quotes that receive a Pass in the first three (3) steps will move on to step four. 16.1.1.1.3. Step Four: The COURT s Review Team will review the quotes and will determine the lowest responsive and responsible quote for issuance of a purchase order. 16.2. COURT reserves the right to include site visits of CONTRACTOR facilities and/or interviews of relevant staff in the review process. 17. SELECTION PROCESS 17.1. In the process of reviewing, evaluating, and selecting the successful CONTRACTOR, COURT reserves the right to judge the contents of the quote documents submitted in response to this RFQ. After CONTRACTOR has been selected, COURT will issue a purchase order. 17.2. COURT reserves the right to request further written clarification from CONTRACTORs regarding their quote. [END OF PART B] 11

PART C - INSTRUCTIONS TO CONTRACTORS SUBMITTING QUOTES 18. INSTRUCTIONS TO CONTRACTORS In preparing the written quote documents, CONTRACTOR should do so in its own words and take care not to simply copy the language in the RFQ. Care should also be taken to ensure that the quote responds completely and thoroughly to all of the requirements set forth in this RFQ. The objective of the quote submission is for COURT to ascertain CONTRACTORs ability to provide or exceed the required service levels. In addition, specific information is requested from all CONTRACTORs to ensure that the quote can be fairly compared in a standard manner. Only that information which is contained in the written quote will be evaluated. Incomplete or inaccurate information will result in disqualification of a prospective CONTRACTOR. 18.1. Questions By Vendors 18.1.1. Questions related to the requirements or specifications of this RFQ will not be addressed at this time due to time limitation of this solicitation. 18.1.2. All Vendors are directed not to contact any COURT personnel with reference to this matter. 19. DISTRIBUTION OF RFQ The RFQ is mailed only as a courtesy. COURT assumes no responsibility for failure to send the RFQ to all interested parties, although every reasonable effort shall be made to mail copies of this RFQ as requested. The RFQ may be requested in an electronic format at the following e-mail address: tjauregui@lasuperiorcourt.org. If you are requesting the RFQ by e-mail, CONTRACTORs must provide the following information in the request: company name, contact person name and position with company, address, and telephone and fax numbers. If you do not have Internet access, you may contact Theresa Jauregui at (213) 974-0307 on or after April 14, 2014 to request a printed copy of the RFQ. You may also pick-up a copy of the RFQ in person on or after April 14, 2014 between 9:00 a.m. and 3:00 p.m. (PT) Monday through Friday at: Superior Court of California, County of Los Angeles Stanley Mosk Courthouse Purchasing/Contracts Administration 111 North Hill Street, Room 425-B Los Angeles, California 90012 Please call to make appointment to pick up RFQ in person. 20. QUOTE SUBMISSION 20.1. Informed Quotes Before submitting Quotes, CONTRACTORs must fully inform themselves of the terms and conditions, requirements, and specifications of the work, materials and services to be provided to COURT by fully reading the RFQ. Failure to do so will be at CONTRACTOR s own risk as they cannot secure relief on a plea of error. 12

PART C - INSTRUCTIONS TO CONTRACTORS SUBMITTING QUOTES 20.2. CONTRACTOR must submit only one quote. COURT will accept only one quote per individual firm, partnership, or corporation under the same or different names. 20.3. The quote itself may not be faxed. CONTRACTOR shall submit one (1) original and two (2) copies of complete typewritten quote documents, double spaced with one (1) inch margins, and related information in the format required in Section 23 - Quote Format to the attention of: Theresa Jauregui, Contract Analyst Contracts Administration Stanley Mosk Courthouse 111 North Hill Street, Room 425-B Los Angeles, California 90012 20.4. It is the sole responsibility of CONTRACTOR to see that the QUOTE is received by COURT before the submission deadline of 12:00 p.m. (PST) on April 25, 2014. Submitting CONTRACTORs shall bear all risk associated with delays in the U.S. Mail and other delivery services. Any QUOTES received after the QUOTE Due Date will be considered for review solely at the discretion of the COURT, if it is determined to be in the best interest of the COURT. 20.5. Quote documents shall be plainly marked in the upper left-hand corner with the name and address of CONTRACTOR, and the words: RFQ FOR LUMENSION PATCH MANAGEMENT SOFTWARE LICENSE RENEWAL. 20.6. CONTRACTORS must observe all provisions of the RFQ in preparing their response. If the specifications in the RFQ are not followed, the quote may be rejected. 20.7. Submission of a quote shall constitute acknowledgment and acceptance of all the terms and conditions contained in the RFQ, unless otherwise specified in the quote. 20.8. All quotes shall be firm offers and may not be withdrawn for a period of one hundred eighty (180) days following the last day to accept quotes. 21. RFQ TIME-LINE This section provides information regarding important dates and deadlines. Release of RFQ...04/11/14 Quotes Due...04/25/14 (12:00 p.m. PT) Official Vendor Selection...April 2014 22. QUOTE FORMAT IMPORTANT: QUOTES MUST BE SUBMITTED IN THE FORMAT DESCRIBED BELOW, BOTH AS TO SEQUENCE AND CONTENT. FAILURE TO COMPLY WITH THESE PROVISIONS MAY, IN COURT S SOLE DISCRETION, RESULT IN DISQUALIFICATION OF THE QUOTE. 13

PART C - INSTRUCTIONS TO CONTRACTORS SUBMITTING QUOTES 22.1. Cover Letter Quote documents must start with a letter no more than two (2) pages in length and be signed by an officer of the corporation. The letter must include the following: The name, address, telephone number and e-mail address (if available) of the person(s) authorized to commit CONTRACTOR to the Quote. A statement that CONTRACTOR understands the RFQ. A statement that CONTRACTOR understands and agrees that its submission of a Quote constitutes an acknowledgment and acceptance of, and willingness to fully comply with, all terms and conditions of this RFQ and any addenda thereto. A statement that confirms CONTRACTOR is registered to do business in California. Provide its corporate charter number. CONTRACTOR s Federal Tax Identification Number, State of California Corporate Charter Number, and Los Angeles County s Vendor I.D. Number. 22.2. Table of Contents The Table of Contents must be a comprehensive listing of material included in the Quote. This section must include a clear definition of the material, identified by sequential page numbers and by section reference numbers. 22.3. SECTION A - CONTRACTOR s Minimum Qualifications CONTRACTORs must provide in Section A, a summary of relevant background information to demonstrate that they meet the minimum qualifications stated in Section 4. CONTRACTOR s Minimum Qualifications, Part A - General Information of this RFQ and has the capability to perform the required services as a corporation or other entity. 22.4. SECTION B - Quality Control Plan Provide in Section B, a description of your companies quality control plan and how it will be implemented to meet the required needs of the COURT. 22.5. SECTION C - CONTRACTOR s Financial Stability Provide in Section C, a copy of CONTRACTOR s financial statements for the last two years. Statements should include the company s assets, liabilities and net worth. At a minimum, include the Balance Sheet (Statement of Financial Position), Income Statement (Statement of Operations), and the Retained Earnings Statement. Do not submit Income Tax Returns to meet this requirement. Financial statements will be kept confidential if so identified on each page. In addition, COURT will conduct a financial background check to obtain a business profile, business owner profile, business summary, business public records, credit risk profile and commercial score for each CONTRACTOR to determine financial stability. 14

PART C - INSTRUCTIONS TO CONTRACTORS SUBMITTING QUOTES 22.6. SECTION D - Required Forms CONTRACTOR must complete and submit in Section D, the Required Forms listed below. All forms are provided in ATTACHMENT 2 of this RFQ. FORM 1 - Certification of No Conflict of Interest 22.7. SECTION G - Proof of Licenses Provide in Section F, a copy of business and/or CONTRACTOR licenses required by law. Indicate any certifications that the CONTRACTOR may have. 22.8. SECTION E Incentive Declarations Attach completed declarations for Small Business and/or Disabled Veterans Business Enterprise incentives, if applicable. 23. ALTERNATIVE TERMS 23.1. Alternative terms to those stated in this RFQ are not allowed. Additional information that the CONTRACTOR wishes to include with the quote may be attached to the required quote format. If there is no additional information the CONTRACTOR must state There is no additional information we wish to present. Additional information may include but is not limited to: Standard sales brochure Pictorial material Generalized narrative 23.2. Each CONTRACTOR must observe all provisions of the RFQ in preparing their response. If the specifications in the RFQ are not followed, the quote may be rejected. Any correction and resubmission done by the CONTRACTOR will not extend the time for evaluation of the quote. 23.3. COURT will assume no responsibility for any understandings or representations concerning conditions made by any of its officers or agents prior to issuance of a purchase order unless it is included in writing in the solicitation, the specifications, or related documents. 15