• No results found

REQUEST FOR PROPOSALS

N/A
N/A
Protected

Academic year: 2021

Share "REQUEST FOR PROPOSALS"

Copied!
56
0
0

Loading.... (view fulltext now)

Full text

(1)

REQUEST FOR PROPOSALS

RFP NUMBER: 0A05022

DATE ISSUED: June 23, 2005

The State of Ohio, through the Office of Information Technology, Investment and Governance Division, for the Office of Information Technology, Service Delivery Division, is requesting proposals for:

Disaster Recovery and Media Storage Services

INQUIRY PERIOD BEGINS: June 23, 2005

INQUIRY PERIOD ENDS: July 11, 2005

OPENING DATE: July 14, 2005

OPENING TIME: 11:00 A.M.

OPENING LOCATION: Office of Information Technology Investment and Governance Division Contract Management Bid Room 30 East Broad Street, 40th Floor Columbus, Ohio 43215

This RFP consists of five (5) Parts and seven (7) Attachments, totaling fifty-two (52) consecutively numbered pages. Supplements may be attached to the RFP with a beginning header page and an ending trailer page. Please verify that you have a complete copy.

(2)

PART ONE: EXECUTIVE SUMMARY

Purpose . This is a Request for Competitive Sealed Proposals (RFP) under Section 125.071 of the Ohio

Revised Code (the Code) and Section 123:5-1-8 of the Ohio Administrative Code (the Administrative Code) and subparagraph (2)(b)(vii) of executive order 2004-02T. The Office of Information Technology, Service Delivery Division (OIT/SDD) has asked the Office of Information Technology (OIT) to solicit competitive sealed proposals (Proposals) for disaster recovery storage and procedures and long-term magnetic media storage in a secure environment facility, and transportation of tapes to and from State agencies and OIT/SDD’s Hot Site (the Work), and this RFP is in response to that request. If a suitable offer is made in response to this RFP, the State of Ohio (State), through OIT, may enter into a contract (the Contract) to have the selected offeror (the Contractor) perform all or part of the Work. This RFP provides details on what is required to submit a Proposal for the Work, how the State will evaluate the Proposals, and what will be required of the Contractor in performing the Work.

This RFP also gives the estimated dates for the various events in the submission process, selection process, and performance of the Work. While these dates are subject to change, prospective offerors must be prepared to meet them as they currently stand.

Once awarded, the term of the Contract will be from the award date through June 30, 2006. The State may renew this Contract for the next four (4) fiscal years, subject to and contingent upon the discretionary decision of the Ohio General Assembly to appropriate funds for this Contract in each new biennium. The State may renew all or part of this Contract subject to the satisfactory performance of the Contractor and the needs of OIT/SDD. The maximum duration of this contract will be four (4) years or until June 30, 2010.

All agencies under the superintending authority of the Office of Information Technology will have the opportunity to purchase offsite media storage and courier services from the resulting Contract.

Any failure to meet a deadline in the submission or evaluation phases and any objection to the dates for performance in the Work phase may result in the State refusing to consider the Proposal of the offeror.

Background. The OIT/SDD Enterprise Computing Operations section currently has a Contract that

expires June 30, 2005. That Contract was designed to handle the storage and rotation of tapes on a scheduled basis. OIT/SDD requires continued offsite storage services for magnetic media and disaster recovery along with additional support for disaster recovery procedures.

The State’s approximate storage requirements are:

1. Approximately 3,000 slotted cartridge tapes with a daily-average rotation ranging from 10 to 50 tapes.

2. Approximately 12,000 cartridge tapes, using Contractor-supplied cartridge tape cases for easy retrieval (20 to 60 tapes per case). One (1) to ten (10) cases, must be rotated daily.

3. Approximately 35,000 cartridge tapes, using Contractor-supplied cartridge tape lockable carts for easy transportation to the Hot Site location (480 tapes per cart or less), and five (5) to 15 lockable carts rotated daily.

4. Storage of four (4) to six (6) boxes of disaster recovery procedures and supplies, which must be kept separate from magnetic media items.

Calendar of Events. The schedule for the Work is given below. The State may change this schedule at

anytime. If the State changes the schedule before the Proposal due date, it will do so through an announcement on the State Procurement Web site question and answer area for this RFP. The Web site announcement will be followed by an amendment to this RFP, also available through the State

(3)

Procurement Web site. After the Proposal due date and before the award of the Contract, the State will make schedule changes through the RFP amendment process. And the State will make changes in the Work schedule after the Contract award through the change order provisions in the general terms and conditions of the Contract. It is each prospective offeror’s responsibility to check the Web site question and answer area for this RFP for current information regarding this RFP and its Calendar of Events through award of the Contract.

Dates: Firm Dates

RFP Issued: June 23, 2005

Inquiry Period Begins: June 23, 2005, at 8:00 a.m. Inquiry Period Ends: June 11, 2005, at 11:00 a.m. Proposal Due Date: July 14, 2005 at 11:00 a.m.

Estimated Dates

Work Begins: Five (5) Days After Receipt of Purchase Order Transition Period: Thirty (30) Days Before the official Work Begin Date

There are references in this RFP to the Proposal due date. Prospective offerors must assume, unless it is clearly stated to the contrary, that any such reference means the date and time (Columbus, Ohio local time) that the Proposals are due and not just the date.

(4)

PART TWO: STRUCTURE OF THIS RFP

Organization. This RFP is organized into five (5) Parts and has seven (7) Attachments. The Parts and

Attachments are listed below. There also may be one or more supplements to this RFP, listed below:

Parts:

Part 1 Executive Summary Part 2 Structure of this RFP Part 3 General Instructions Part 4 Evaluation of Proposals Part 5 Award of the Contract

Attachments:

Attachment 1 Work Requirements Attachment 2 Requirements for Proposals Attachment 3 General Terms and Conditions Attachment 4 Sample Contract

Attachment 5 Offeror Profile Summary Attachment 6 Contractor Performance Attachment 7 Cost Summary

Supplements:

(5)

PART THREE: GENERAL INSTRUCTIONS

The following sections provide details on how to get more information about this RFP and how to respond to this RFP. All responses must be complete and in the prescribed format.

Contacts. The following person will represent the State:

Bruce L. Reichenbach

Office of Information Technology Investment and Governance Division Acquisition Management Office 30 East Broad Street, 39th Floor Columbus, Ohio 43215

During the performance of the Work, a State representative (the “Agency Work Representative”) will represent the Agency and be the primary contact for matters relating to the Work. The Agency Work Representative will be designated in writing after the Contract award.

Inquiries. Offerors may make inquiries regarding this RFP any time during the inquiry period listed in the

Calendar of Events. To make an inquiry, offerors must use the following process: • Access the State Procurement Web site at http://www.ohio.gov/procure; • From the Navigation Bar on the left, select “Find It Fast”;

• Select “Doc/Bid/Schedule #” as the Type;

• Enter the RFP Number found on Page 1 of the document (RFP Numbers begin with zero followed by the letter “A”);

• Click the “Find It Fast” button;

• On the document information page, click the “Submit Inquiry” button;

• On the document inquiry page, complete the required “Personal Information” section by providing: o First and last name of the prospective offeror’s representative who is responsible for the

inquiry,

o Name of the prospective offeror,

o Representative’s business phone number, and o Representative’s e-mail address;

• Type the inquiry in the space provided including: o A reference to the relevant part of this RFP, o The heading for the provision under question, and

o The page number of the RFP where the provision can be found; and • Click the “Submit” button.

Offerors submitting inquiries will receive an immediate acknowledgement that their inquiry has been received as well as an e-mail acknowledging receipt. Offerors will not receive a personalized e-mail response to their question nor will they receive notification when the question has been answered. Offerors may view inquiries using the following process:

• Access the State Procurement Web site at http://www.ohio.gov/procure; • From the Navigation Bar on the left, select “Find It Fast”;

• Select “Doc/Bid/Schedule #” as the Type;

• Enter the RFP Number found on Page 1 of the document (RFP Numbers begin with zero followed by the letter “A”);

• Click the “Find It Fast” button;

• On the document information page, click the “View Q & A” button to display all inquiries with responses submitted to date.

(6)

The State will try to respond to all inquires within 48 hours of receipt, excluding weekends and State holidays. But the State will not respond to any inquires received after 8:00 a.m. on the inquiry end date.

Amendments to the RFP. If the State decides to revise this RFP before the Proposal due date,

amendments will be announced on the State Procurement Web site. Offerors may view amendments using the following process:

• Access the State Procurement Web site at http://www.ohio.gov/procure; • From the Navigation Bar on the left, select “Find It Fast”;

• Select “Doc/Bid/Schedule #” as the Type;

• Enter the RFP Number found on Page 1 of the document (RFP Numbers begin with zero followed by the letter “A”);

• Click the “Find It Fast” button;

• On the document information page, click on the amendment number to display the amendment. When an amendment to this RFP is necessary, the State may extend the Proposal due date through an announcement on the State Procurement Web site. Amendment announcements may be provided any time before 5:00 p.m. on the day before the proposal is due. It is the responsibility of each prospective offeror to check for announcements and other current information regarding this RFP.

After the submission of Proposals, amendments will be distributed only to those offerors whose submissions are under active consideration. When the State makes an amendment to the RFP after Proposals have been submitted, the State will permit offerors to withdraw their Proposals within ten (10) business days after the amendment is issued. This withdrawal option will allow any offeror to remove its Proposal from active consideration should the offeror feel that the amendment changes the nature of the transaction so much that the offeror’s Proposal is no longer in its interests. Alternatively, the State may allow offerors that have Proposals under active consideration to modify their Proposals in response to the amendment, as described below.

Whenever the State makes an amendment after the Proposal due date, the State will tell all offerors whose Proposals are under active consideration whether they have the option to modify their Proposals in response to the amendment. Any time the State amends the RFP after the Proposal due date, an offeror will have the option to withdraw its Proposal even if the State permits modifications to the Proposals. If the offerors are allowed to modify their Proposals, the State may limit the nature and scope of the modifications. Unless otherwise stated in the State’s notice, modifications and withdrawals must be made in writing and must be submitted within ten (10) business days after the amendment is issued. If this RFP provides for a negotiation phase, this procedure will not apply to changes negotiated during that phase. Withdrawals and modifications must be made in writing and submitted to the State at the address and in the same manner required for the submission of the original Proposals. Any modification that is broader in scope than the State has authorized may be rejected and treated as a withdrawal of the offeror's Proposal.

Proposal Submittal. Each offeror must submit six (6) complete, sealed, and signed copies of its

Proposal, and each Proposal must be clearly marked “Disaster Recovery and Media Storage RFP" on the outside of its envelope.

Included in the sealed package, the offeror must also submit a copy of its proposal, on CD-ROM in Microsoft Word 2000, Microsoft Excel 2000, Microsoft Project 2000, and PDF format as appropriate. If there is a discrepancy between the hard copy and the electronic copy, the hard copy will be the official Proposal.

(7)

Proposals are due no later than the Proposal due date, at 11:00 a.m. Proposals submitted by email or fax are not acceptable and will not be considered. Proposals must be submitted to:

Office of Information Technology Investment and Governance Division Contract Management Bid Room 30 East Broad Street, 40th Floor Columbus, Ohio 43215

The State may reject any Proposals or unsolicited modifications that it receives after the deadline. An offeror that mails its Proposal must allow for adequate mailing time to ensure its timely receipt. Additionally, offerors must allow for potential delays due to increased security. The Ohio Building Authority stationed ray equipment on the Rhodes Tower loading dock in March 2005 and is using it to x-ray in-coming deliveries and mail. Loading dock hours are from 7:00 am to 5:00 pm, Monday through Friday, excluding State holidays. No deliveries will be accepted before or after these hours without prior arrangements. All deliveries to Rhodes Tower must be made through the loading dock, where they will be scanned and tagged. Moreover, any visitors attempting to bring packages through the Rhodes Tower lobby entrance that cannot be opened for inspection will be redirected to the loading dock to have their packages scanned and tagged. Offerors must allow sufficient time for this additional security process, since the State may reject late Proposals regardless of the cause for the delay.

Each offeror must carefully review the requirements of this RFP and the contents of its Proposal. Once opened, Proposals cannot be altered, except as allowed by this RFP.

By submitting a Proposal, the offeror acknowledges that it has read this RFP, understands it, and agrees to be bound by its requirements.

The State is not responsible for the accuracy of any information regarding this RFP that was gathered through a source different from the inquiry process described in this RFP.

Revised Code Section 9.24 prohibits the State from awarding a Contract to any offeror(s) against whom the Auditor of State has issued a finding for recovery if the finding for recovery is “unresolved” at the time of award. By submitting a proposal, the offeror warrants that it is not now, and will not become subject to an “unresolved” finding for recovery under Section 9.24, prior to the award of a Contract arising out of this RFP, without notifying OIT of such finding. The State may reject any Proposal if the offeror takes exception to the terms and conditions of this RFP, fails to comply with the procedure for participating in the RFP process, or the offeror’s Proposal fails to meet any requirement of this RFP. The State may also reject any Proposal that it believes is not in its interests to accept and may decide not to do business with any of the offerors responding to this RFP.

All Proposals and other material submitted will become the property of the State and may be returned only at the State's option.

The State will retain all Proposals, or a copy of them, as part of the contract file for at least three (3) years. After the retention period, the State may return, destroy, or otherwise dispose of the Proposals or the copies.

Waiver of Defects. The State may waive any defects in any Proposal or in the submission process

followed by an offeror. But the State will only do so if it believes that is in the State's interests and will not cause any material unfairness to other offerors.

Multiple or Alternate Proposals. The State welcomes multiple Proposals from a single offeror, but the

State requires each such Proposal to be submitted separately from every other Proposal the offeror makes. Additionally, the offeror must treat every Proposal submitted as a separate and distinct

(8)

submission and include in each Proposal all materials, information, documentation and other items this RFP requires for a Proposal to be complete and acceptable. No alternate Proposal may incorporate materials from another Proposal made by the offeror or refer to another Proposal. The State will judge each alternate Proposal on its own merits.

Amendments to Proposals. Amendments or withdrawals of Proposals will be allowed only if the

amendment or withdrawal is received before the Proposal due date. No amendment or withdrawals will be permitted after the due date, except as expressly authorized by this RFP.

Proposal Instructions. Each Proposal must be organized in an indexed binder ordered in the same

manner as the response items are ordered in the applicable attachment(s) to this RFP.

The State wants clear and concise Proposals. But offerors should take care to completely answer questions and meet the RFP’s requirements.

The requirements for the Proposal's contents and formatting are contained in an attachment to this RFP. The State will not be liable for any costs incurred by any offeror in responding to this RFP, even if the State does not award a Contract through this process. The State may decide not to award a Contract for the Work. It may also cancel this RFP and contract for the Work through some other process or by issuing another RFP.

(9)

PART FOUR: EVALUATION OF PROPOSALS

Disclosure of Proposal Contents. The State will seek to open the Proposals in a manner that avoids

disclosing their contents. Additionally, the State will seek to keep the contents of all Proposals confidential until the Contract is awarded. The State will also prepare a registry of Proposals containing the name and address of each offeror. The registry will be open for public inspection after the Proposals are opened.

Rejection of Proposals. The State may reject any Proposal that is not in the required format, does not

address all the requirements of this RFP, or that the State believes is excessive in price or otherwise not in its interests to consider or to accept. In addition, the State may cancel this RFP, reject all the Proposals, and seek to do the Work through a new RFP or other means.

Evaluation of Proposals Generally. The evaluation process may consist of up to four distinct phases:

1. The Acquisition Management Procurement Representative's Initial Review of all Proposals for Defects;

2. The State's Evaluation of the Proposals;

3. Request for More Information (Interviews, Presentations, and/or Demonstrations); and 4. Negotiations.

The State may decide whether phases three and four are necessary. But the State has the right to eliminate or add phases three or four at any time in the evaluation process. The State also may add or remove sub-phases to phases two through four at anytime if the State believes doing so will improve the evaluation process.

Clarifications & Corrections. During the evaluation process, the State may request clarifications from

any offeror under active consideration and may give any offeror the opportunity to correct defects in its Proposal if the State believes doing so does not result in an unfair advantage for the offeror and it is in the State’s interests. Any clarification response that is broader in scope than what the State has requested may result in the offeror’s Proposal being disqualified.

Reference Checks. The State may conduct reference checks to verify and validate the offeror’s past

performance. Reference checks indicating poor or failed performance by the offeror may be cause for rejection of the proposal. In addition, failure to provide requested reference contact information may result in the State not including the reference experience in the evaluation process or rejecting the Proposal.

The reference evaluation will measure the criteria contained in this part of the RFP as it relates to the offeror’s previous contract performance including but not limited to its performance with other local, state and federal entities. The State may check references other than those provided in the offeror’s Proposal. The State may obtain information relevant to criteria in this part of the RFP, which is deemed critical to not only the successful operation and management of the Work, but also the working relationship between the State and the offeror.

To maintain fairness in the evaluation process, all information sought by the State will be obtained in a manner such that no offeror is provided an unfair competitive advantage.

Initial Review. The Acquisition Management P rocurement Representative will review all Proposals for

their format and completeness. The Acquisition Management Procurement Representative normally rejects any incomplete or incorrectly formatted Proposal, though he or she may waive any defects or allow an offeror to submit a correction.

The Acquisition Management Procurement Representative will forward all timely, complete, and properly formatted Proposals to an evaluation committee, which the Acquisition Management Procurement Representative will chair.

(10)

State Review of the Proposals. The State will evaluate each Proposal that the Acquisition Management

Procurement Representative has determined is timely, complete and properly formatted. The evaluation will be according to the criteria contained in this Part of the RFP. An attachment to this RFP may further refine these criteria, and the State has a right to break these criteria into components and weight any components of a criterion according to their perceived importance.

The State may also have the Proposals or portions of them reviewed and evaluated by independent third parties or various State personnel with technical or professional experience that relates to the Work or to a criterion in the evaluation process. The State may also seek reviews of end users of the Work or the advice or evaluations of various State committees that have subject matter expertise or an interest in the Work. The State may adopt or reject any recommendations it receives from such reviews and evaluations.

The evaluation will result in a point total being calculated for each Proposal. At the sole discretion of the State, any Proposal in which the offeror received a significant number of zeros for sections in the technical portions of the evaluation may be rejected. Those offerors submitting the highest-rated Proposals may be scheduled for the next phase. The number of Proposals forwarded to the next phase will be within the State’s discretion, but regardless of the number of Proposals selected for the next phase, they will always be the highest-rated Proposals from this phase.

At any time during this phase, the State may ask an offeror to correct, revise, or clarify any portions of its Proposal.

The State will document all major decisions in writing and make these a part of the Contract file along with the evaluation results for each Proposal considered.

Proposal Evaluation Criteria. In the Proposal evaluation phase, the State will rate the Proposals

submitted in response to this RFP based on the following criteria and weight assigned to each criterion:

Offeror Mandatory Requirements

The offeror should use the Offeror Profile Summary forms provided in Attachment Five of this document to respond to the Offeror Mandatory Requirements.

Criteria Does Not Meet Meets Exceeds

Offeror Requirement

The offeror must have a minimum of ten (10) years experience providing offsite media storage, disaster recovery documentation storage, and media courier services.

Rejected Accept N/A

Mandatory Requirements “Yes” and “No” Requirements

The offeror should provide a “Yes” or “No” response to each of the Mandatory Requirements “Yes” and “No” requirements in their proposal under the section entitled “Mandatory Requirements “Yes” and “No” Requirements.

Facility Requirements

(11)

Vault is equipped with Halon System fire protection or equivalent chemical replacement.

Rejected Accept N/A

Heat and AC equipment must control and maintain vault temperature at 67 degrees + or – 5 degrees, and maintain relative humidity at 45 degrees + or –5 degrees.

Rejected Accept N/A

Four-hour fire rating for vault wall and ceiling. Rejected Accept N/A Smoke and fire detectors with a 24-hour

monitor.

Rejected Accept N/A

Must currently have enough room to

accommodate the State’s volume of tapes and cartridges.

Rejected Accept N/A

No paper storage contained in the vault without fireproof containers.

Rejected Accept N/A

Backup generator and communications if offeror’s facility is within six miles from the SOCC.

Rejected Accept N/A

Vehicle Environment & Courier Service Requirements

Must carry Halon or equivalent chemical-replacement fire-protection system.

Rejected Accept N/A

Vehicle must have same control levels of heat, air and humidity as vault.

Rejected Accept N/A

Vehicle must be available seven days a week, 24-hours-a-day, 365 day a year.

Rejected Accept N/A

Vehicle must be unmarked. Rejected Accept N/A

Must provide Sunday through Saturday daily-scheduled pickup and delivery.

Rejected Accept N/A

Must provide strapping devices in vehicles to hold lockable carts in place.

Rejected Accept N/A

Security Requirements

Drivers and tape-handlers must be bonded. Rejected Accept N/A Vehicle must have a radio and/or phone for

communications.

Rejected Accept N/A

Vehicle must have password verification system and authorization cards.

Rejected Accept N/A

Provide loading dock camera. Rejected Accept N/A

Provide vault-access Audit Reporting System. Rejected Accept N/A

Provide camera at vault access. Rejected Accept N/A

Day-to-Day Operations Requirements

Automated inventory and Bar Code check for In-and-Out System.

Rejected Accept N/A

(12)

number on same day of pickup or delivery. Audit of all tapes on site within 24 hours of request.

Rejected Accept N/A

Desirable Requirements

The offeror should provide a response to each of the “Desirable Requirements” in their proposal under the section entitled Desirable Requirements.

Desirable Requirements Weight Does Not

Meet Meets Exceeds

Greatly Exceeds

Redundant heat, air and humidity vault control. 1 N/A 3 N/A N/A

No paper storage in the facility. 1 N/A 3 N/A N/A

Building and facilities able to withstand natural

disaster or acts of violence, terrorism and war. 1 N/A 3 N/A N/A

Evaluation Criteria

Evaluation Criteria Weight Does Not

Meet Meets Exceeds

Greatly Exceeds

The offeror must include three (3) local client references for which the offeror has successfully provided offsite media storage, disaster recovery documentation storage, and media courier services that are similar in nature, size and scope to the Work proposed. References must relate to work that was completed within the past three years.

9 0 5 7 9

Written Procedures 9 0 5 7 9

Multiple Levels of Security Access 9 0 5 7 9

Truck/Van 7 0 5 7 9

Policies and Procedures 9 0 5 7 9

Security Training Plan 9 0 5 7 9

Truck Policy 9 0 5 7 9

Training Plan 7 0 5 7 9

Once the technical merits of a Proposal are considered, as described above, the costs of that Proposal will be considered. But it is within the committee's discretion to wait to factor in a Proposal's costs until after any interviews, presentations and discussions are held. Also, before evaluating the technical merits of the Proposals, the committee may do an initial review of costs to determine if any Proposals should be rejected because of excessive cost. And the committee may reconsider the excessiveness of any Proposal's cost at any time in the evaluation process.

The State will then divide the offeror's total not-t o-exceed fixed price for the Work by the Proposal's totaled score based on the points received from the evaluation of the Proposal's technical merits. One or more of the Proposals will then be selected for further consideration in the next phase of the evaluation

(13)

process. The Proposal(s) selected to be considered in the next Phase will always be the highest-ranking Proposal(s) based on this analysis. That is, the State may not move a lower-ranking Proposal to the next phase unless all Proposals that rank above it are also moved to the next phase, excluding any Proposals that the State disqualifies because of excessive cost or other irregularities. Alternatively, if there are to be no more phases because the State feels they are unnecessary or inappropriate, the proposal with the lowest cost per point ratio will be awarded the Contract.

If the State finds that one or more Proposals should be given further consideration, the State may select one or more of the highest-ranking Proposals to move to the next phase. The State may alternatively choose to bypass any or all subsequent phases and make an award based solely on the evaluation phase.

This RFP asks for responses and submissions from offerors, most of which represent components of the above criteria. While each criterion represents only a part of the total basis for a decision to award the Contract to an offeror, a failure by an offeror to make a required submission or meet a mandatory requirement will normally result in a rejection of that offeror's Proposal. The value assigned above to each criterion is only a value used to determine which Proposal is the most advantageous to the State in relation to the other Proposals that the State received. It is not a basis for determining the importance of meeting any requirement to participate in the Proposal process.

If the State does not receive any Proposal that meets all the mandatory requirements, the State may cancel this RFP. Alternatively, if the State believes it is in the State's interest, the State may continue to consider the highest-ranking Proposals despite their failure to meet all the mandatory requirements. In doing this, the State may consider one or more of the highest-ranking Proposals. But the State may not consider any lower-ranking Proposals unless all Proposals ranked above it are also considered, except as provided below.

In any case where no Proposal meets all the mandatory requirements, it may be that an upper ranking Proposal contains a failure to meet a mandatory requirement that the State believes is critical to the success of the RFP's objectives. When this is so, the State may reject that Proposal and consider lower ranking Proposals. But before doing so, the State must notify the offeror of the situation and give the offeror an opportunity to cure the critical mandatory requirement.

If the offeror cures its failure to meet a critical mandatory requirement, its Proposal will continue to be considered. But if the offeror is unwilling or unable to cure the failure, its Proposal may be rejected. The State then may continue to consider the other remaining Proposals, including, if the State so chooses, proposals that ranked lower than the rejected Proposal.

Financial Ability. Part of the Proposal evaluation criteria is the qualifications of the offeror, which

includes as a component the offeror's financial ability to perform the Contract. This RFP may expressly require the submission of audited financial statements from all offerors in the Proposal contents attachment. But if the Proposal contents attachment does not make this an express requirement, the State may still insist that an offeror submit audited financial statements for up to the past three years if the State is concerned that an offeror may not have the financial ability to carry out the Contract.

In evaluating an offeror's fi nancial ability, the weight the State assigns, if any, to that financial ability will depend on whether the offeror's financial position is adequate or inadequate. That is, if the offeror's financial ability is adequate, the value assigned to the offeror's relative financial ability in relation to other offerors may or may not be significant, depending on the nature of the Work. But if the State believes the offeror's financial ability is not adequate, that decision will be a fatal one for the offeror's Proposal, and the State may reject the Proposal despite its other merits.

Interviews, Demonstrations, and Presentations. The State may require some offerors to interview,

make a presentation about their Proposal, or demonstrate their products or services. Such presentations, demonstrations, and interviews provide an offeror with an opportunity to:

(14)

o Clarify its Proposal and to ensure a mutual understanding of the Proposal’s content; o Show the features and functions of its proposed solution; or

o Test or probe the professionalism, qualifications, skills, and work knowledge of the offeror’s key personnel.

The presentations, demonstrations, and interviews will be scheduled at the convenience and discretion of the State. The State may record any presentations, demonstrations, and interviews.

The State normally will not rank interviews, demonstrations, and presentations. Rather, the State may decide to revise its existing Proposal evaluations based on the interviews, demonstrations, and/or presentations.

Determination of Responsibility. The State may review the highest-ranking offerors or its key team

members to ensure that the offeror is responsible. The Contract may not be awarded to an offeror that is determined to be not responsible. The State’s determination of an offeror’s responsibility may include the following factors: the offeror’s and its key team members’ experience, past conduct on previous Contracts, past performance on previous Contracts, ability to execute this contract properly and management skill. The State will make such determination of responsibility based on the offeror’s proposal, reference evaluations and any other information the State requests or determines to be relevant.

Contract Negotiations. The final phase of the evaluation process may be contract negotiations.

Negotiations will be scheduled at the convenience of the State. The selected offeror(s) must negotiate in good faith.

Negotiations may be conducted with any offeror who submits a competitive Proposal, but the State may limit discussions to specific aspects of the RFP. Any clarifications, corrections, or negotiated revisions that may occur during the negotiations phase will be reduced to writing and incorporated in the RFP or the offeror’s Proposal, as appropriate. Should the evaluation process have resulted in a top-ranked Proposal, the State may limit negotiations to only that offeror and not hold negotiations with any lower-ranking offeror. If negotiations are unsuccessful with the top-ranked offeror, the State may then go down the line of remaining offerors, according to rank, and negotiate with the next highest-ranking offeror. Lower-ranking offerors do not have a right to participate in negotiations conducted in such a manner. If the State decides to negotiate with all the remaining offerors, or decides that negotiations with the top-ranked offeror are not satisfactory and negotiates with one or more of the lower-ranking offerors, the State will then determine if an adjustment in the ranking of the remaining offerors is appropriate based on the negotiations. The Contract award, if any, will then be based on the final ranking of offerors, as adjusted.

Auction techniques that reveal one offeror's price to another or disclose any other material information derived from competing Proposals are prohibited. Any oral modification of a Proposal will be reduced to writing by the offeror as described below.

Following negotiations, the State may set a date and time for the submission of best and final Proposals by the remaining offeror(s) with which the State conducted negotiations. If negotiations were limited and all changes were reduced to signed writings during negotiations, the State need not require the submissions of best and final Proposals.

If best and final Proposals are required, they may be submitted only once; unless the State makes a written determination that it is in the State's interest to conduct additional negotiations. In such cases, the State may require another submission of best and final Proposals. Otherwise, discussion of or changes in the best and final Proposals will not be allowed. If an offeror does not submit a best and final Proposal, the offeror's previous Proposal will be considered the offeror's best and final Proposal.

(15)

It is entirely within the discretion of the State whether to permit negotiations. An offeror must not submit a Proposal assuming that there will be an opportunity to negotiate any aspect of the Proposal. The State is free to limit negotiations to particular aspects of any Proposal, to limit the offerors with whom the State wants to negotiate, and to dispense with negotiations entirely.

The State generally will not rank negotiations. The negotiations will normally be held to correct deficiencies in the preferred offeror's Proposal. If negotiations fail with the preferred offeror, the State may negotiate with the next offeror in ranking. Alternatively, the State may decide that it is in the interests of the State to negotiate with all the remaining offerors to determine if negotiations lead to an adjustment in the ranking of the remaining offerors.

From the opening of the Proposals to the award of the Contract, everyone working on behalf of the State to evaluate the Proposals will seek to limit access to information contained in the Proposals solely to those people with a need to know the information. They will also seek to keep this information away from other offerors, and the evaluation committee will not be allowed to tell one offeror about the contents of another offeror's Proposal in order to gain a negotiating advantage.

Before the award of the Contract or cancellation of the RFP, any offeror that seeks to gain access to the contents of another offeror's Proposal may be disqualified from further consideration.

Negotiated changes will be reduced to writing and become a part of the Contract file open to inspection to the public. The written changes will be drafted and signed by the Contractor and submitted to the State within five business days. If the State accepts the change, the State will give the offeror written notice of the State’s acceptance. The negotiated changes to the successful offer will become a part of the Contract.

Failure to Negotiate. If an offeror fails to provide the necessary information for negotiations in a timely

manner, or fails to negotiate in good faith, the State may terminate negotiations with that offeror and collect on the offeror's bid bond, if a bid bond was required in order to respond to this RFP.

(16)

PART FIVE: AWARD OF THE CONTRACT

Contract Award. The State plans to award the Contract based on the schedule in the RFP, if the State

decides the Project is in its best interests and has not changed the award date.

Included with this RFP as Attachment Four (4), is the sample Contract for the RFP. In awarding the Contract, the State will issue an award letter to the selected Contractors. The Contract will not be binding on the State until the State's duly authorized representative signs both copies and returns one to the Contractor, the State issues a purchase order, and all other prerequisites identified in the Contract have occurred.

The State expects the Contractor to commence work within five (5) working days after the State issues a purchase order under the Contract. If the State awards a Contract pursuant to this RFP and the

Contractor is unable or unwilling to commence the work within a reasonable amount of time after Contract award, the State may cancel the Contract and return to the original RFP process and evaluate any remaining offeror Proposals reasonably susceptible of being selected for award of the Contract. The evaluation process will resume with the next highest ranking, viable Proposal.

Contract. If this RFP results in a Contract award, the Contract will consist of this RFP including all

attachments, written amendments to this RFP, the Contractor's accepted Proposal, and written, authorized amendments to the Contractor's Proposal. It will also include any materials incorporated by reference in the above documents and any purchase orders and change orders issued under the Contract. The form of the Contract is attached as a one-page attachment to this RFP, but it incorporates all the documents identified above. The general terms and conditions for the Contract are contained in Attachment Three (3) of this RFP. If there are conflicting provisions between the documents that make up the Contract, the order of precedence for the documents is as follows:

1. This RFP, as amended;

2. The documents and materials incorporated by reference in the RFP;

3. The Contractor's proposal, as amended, clarified, and accepted by the State; and 4. The documents and materials incorporated by reference in the Contractor's Proposal.

Notwithstanding the order listed above, change orders and amendments issued after the Contract is executed may expressly change the provisions of the Contract. If they do so expressly, then the most recent of them will take precedence over anything else that is part of the Contract.

(17)

ATTACHMENT ONE: WORK REQUIREMENTS

This attachment describes the Work and what the Contractor must do to get the job done. It also describes what the Contractor must deliver as part of the completed Work (the "Deliverables"). And it gives a detailed description of the Work schedule.

Scope of Work. This section describes the Work and what the Contractor must do to get the job done.

The Contractor must provide a courier service between its storage site and the SDD Computer Room, which is located at 1320 Arthur E. Adams Drive (SOCC), 2nd Floor, Columbus, Ohio 43210. The service must include inside pickup and delivery, which will be from the SOCC’s 2nd floor. Other pickup and delivery sites may include but are not limited to the Bureau of Workers Compensation, 30 W. Spring St., Columbus, Ohio 43215, the Dept. of Public Safety, SOCC, 4th

floor; the Board of Regents, 30 E. Broad Street (Rhodes Office Tower), 36th

floor, Columbus, Ohio 43215, and the Dept. of Mental Retardation, 30 E. Broad Street (Rhodes Office Tower), 13th Floor, Columbus, Ohio 43215.

All other agencies under the superintending authority of the Office of Information Technology will have the opportunity to purchase offsite media storage and courier services from the resulting Contract.

Documentation. Each delivery/pickup location must have a separate billing code. The Service Delivery

Division (SDD) Operation Services Manager and SDD Operation Production Manager must be recorded on any security listings. All changes to billing accounts must be pre-approved by the authorized agency contact for that billing code.

Each delivery must have the following documentation at the time when the services are rendered: requestor’s name, account code, time of request, tape number(s), tape case ID number(s), cart ID number(s) or box numbers listed, time of delivery, name(s) of Contractor delivery staff, and the name and signature of the State representative who accepted the shipment.

Each pickup must have documentation that shows tape number(s), tape case ID number(s), cart ID number(s) or box number(s) listed, pickup time, State representative who approved the shipment and the name and signature of the Contractor staff who picked up the shipment.

Invoices must show lockable carts stored by ID numbers, cases stored by ID numbers, number of volumes of reels hanging by straps at the Contractor site, with space requirements, and cartridge tapes racked at Contractor site, with space requirements, and costs listed for each.

Invoices must show number of tapes pulled daily, with dates and costs. Pickup and delivery costs must be listed for each day of occurrence.

Invoices must reflect credits for damages incurred for misplaced or lost media and data recreation costs incurred. Recreation costs must include CPU time, operation staff time for recreation, and programmer time, if applicable. The total cost must be credited by the Contractor to the State.

Each agency will be billed directly for the Work associated with that agency’s billing code. It is the responsibility of the Contractor to gather appropriate agency billing information (e.g. BWC).

Tape Media. Other central Ohio pickup and deliveries may be determined by a State-designated

representative with starting dates within 72 hours from notification.

Tapes must be delivered to each location, at least one scheduled time per day for daily rotations. The SOCC location may have three scheduled deliveries/pickups daily. The 2:30 P.M. delivery/pickup is for daily rotations. A delivery/pickup at 7:00 P.M. and another at 8:30 A.M. will be the designated times for additional services to SDD unless no tapes have been requested. Each State agency may require an alternative designated time for additional services.

(18)

Media must be delivered to floor locations, not to a dock, and may be to several floors within one building or within multiple buildings . A local courier service must be provided by the Contractor. Courier services may not be subcontracted.

A maximum of two hours delivery time for non-scheduled pickup and deliveries shall be available 24 hours a day, seven days-per-week and 365 days a year.

If requested tape(s) stored in the Contractor’s lockable cases or carts are not delivered/returned to the State within the two-hour delivery window, they will be considered lost. The Contractor must pay the State the purchase price of the replacement media, as well as providing the State with a credit of $1,000.00 for each misplaced tape. The credit represents liquidated damages for the loss of State data.

The State will notify the Contractor, using a Request to Credit Form, within 24 hours of non-delivery of the lost media and forward it to the Contractor’s Operation Manager. The SDD will attach documentation showing when the requested media was sent to offsite storage. The Contractor will have five business days to research the missing tape. The Contractor must provide documentation showing that the tape was returned to the State, or provide the State with a $1,000.00 credit for each missing item.

The State will determine if tape or media recreation is required.

Disaster Recovery. The Contractor must participate in the State’s disaster recovery plans for the hot site

testing. This testing is currently done in Philadelphia, PA., but may be moved to another location(s) during the course of the Contract. These tests are conducted twice each fiscal year (July 1st

through June 30th). Non-scheduled testing is done four times a year, without shipping to the hot site. The Contractor will be required to prepare and deliver up to 9,000 cartridge tapes, 1,000 scratch tapes , and four to six boxes of recovery procedures and supplies to the hot site. The Contractor must supply lockable carts that can accommodate up to 480 tapes per cart for easy transportation.

Transportation of tapes must be done in temperature-controlled vehicles. Communication devices must be located in the vehicle. Transportation services may be subcontracted, but only with approval of the State representative, and only in a manner that is cost effective to the State. Contractor’s driver is to contact the State representative with the status and location of the tapes every six hours.

If the transportation vehicle suffers any kind of damage while carrying State tapes or documentation, the Contractor must notify the Stat e representative immediately.

Tape lockable carts must be delivered to the hot-site facility and responsively transferred to security staff. Hot-site security staff and the driver must inspect the storage units.

Documentation of the transfer must be completed and must include time of delivery, vehicle tag number, printed driver’s name, and signature of driver. Security must document and validate the driver’s license number and the security guard’s name (printed and with a signature). Any damage must be listed by cart ID number.

When picking up tapes from the hot site as scheduled by the State representative, if the Contractor’s driver cannot drive to the hot site and return the same day to Columbus, the driver must contact the State representative with the status and location of tapes every six hours. If the transportation vehicle suffers any kind of damage, the State representative must be notified immediately.

Boxes and tape lockable carts must be delivered and the responsibility of security transferred to the Contractor. The Contractor and the driver must inspect the storage units. Transfer documentation must be completed. Documentation must include time of delivery, vehicle tag number, and printed and signed name of the truck driver, driver’s license number(s), as well as the Contractor’s printed name and signature. Any damage must be listed by cart number.

In a real disaster, the Contractor will have six hours to prepare tapes, lockable carts or packages , and notify the State they are leaving its offsite facility. Two vehicles must be available for use to transport tapes and boxes requested by the State.

(19)

The Contractor must provide the State with an area for State personnel to stage all tapes to be sent to the hot site for disaster recovery. Staging of tapes will be done before and/or after the disaster recovery tests. The staging area must be large enough to accommodate all tapes and boxes being sent to the hot site, and provide a comfortable working space for up to six people to stage and verify the tapes and boxes. The area must conform to all security and environmental controls specified in the RFP.

Note: These requirements are specific to OIT/SDD and their customers as noted in paragraph 2 of the General Scope of Work on page 17 of this RFP. Other agencies that may wish to use this contract for their media storage, disaster recovery storage, and courier will negotiate alternative requirements with the Contractor as appropriate.

Security. The Contractor must provide data security that prevents any user, except the State of Ohio,

the use of or access to the information contained within any media handled and stored by the Contractor for the State. The offeror must provide a compliance statement to this effect in its proposal.

Offsite Media Storage Transition Period. A transition period may be required. During this period of

transition, media items stored at the current Contractor’s offsite location will be relocated to the Contractor selected through the award of this RFP.

The following scenario will apply only during any such transition period. The process will commence on or about a date to be determined:

o No media items destined for offsite storage will be sent to the current Contractor’s facility.

o Media items stored at the current Contractor as a result of an established rotation schedule will be returned to the State of Ohio Computer Center (SOCC) according to the established schedule. o Media items identified as a result of the established schedule that are destined for offsite storage

will be sent to the new Contractor’s facility.

o The new Contractor will begin returning media items to the SOCC according to the established schedule.

During the first three weeks of June, the current contractor and OIT/SDD Operations staff will identify media items stored at the current contractor’s facilities that will be affected by the offsite rotation schedules for the month of June. These media items will be transported by the current contractor to the SOCC during a mutually agreed upon schedule during the final week of June. The items will then be picked up by the new Contractor and delivered to its offsite location.

Media Transfer. The Contractor must be prepared to accept delivery of media items on a date to be determined. Unpacking and racking of tapes must occur on Friday afternoons after 5:00 P.M., and be

available for service the following Monday by 8:00 A.M. to eliminate disruption to the OIT/SDD and other State agency customers. State representatives will be on location to sign for the acceptance of the transported tapes. The anticipated numbers are:

o 35,000 cartridge tapes to be moved by an approximate date to be determined.

o Storage cases, containing cartridge tapes, to be moved into Contractor’s cases and transferred by an approximate date to be determined.

o Storage lockable carts, containing cartridge tapes, to be moved into the Contractor’s carts and transferred by an approximate date to be determined.

The Contractor’s Fee Structure. The Contractor must propose a fixed, not-t o-exceed, fee for the Work

proposed. The Contractor will invoice for services submitted after the first day of the following month for the Contractor’s quoted firm fixed prices provided in the Cost Summary of the offeror’s proposal. The Contractor will invoice each State agency separately for that agency’s portion of the services rendered. Payments to the Contractor by the appropriate State agency will be made within thirty (30) days upon receipt of a proper invoice and documentation of the completed work and services.

(20)

Reimbursable Expenses. None.

Bill to Address. The Contractor must submit invoices in quadruplicate (1 original and 3 copies) for completed

services by the first of each month. The Contractor’s federal tax identification number and purchase order number must appear on all statements and delivery/pickup reports. The provisions of Ohio Revised Code, Section 126.30, will also apply to any contract between the parties.

Billing address information for the Ohio Office of Information Technology, Service Delivery Division is: Ohio Office of Information Technology, Service Delivery Division

Attn: Accounts Payable 2323 West Fifth Avenue Columbus, OH 43204

Other agency billing addresses are to be established by the Contractor with the specific agency.

(21)

ATTACHMENT TWO: REQUIREMENTS FOR PROPOSALS

Proposal Format. Each Proposal must include sufficient data to allow the State to verify the total cost for

the Work and all of the offeror's claims of meeting the RFP's requirements. Each Proposal must respond to every request for information in this attachment whether the request requires a simple "yes" or "no" or requires a detailed explanation. Simply repeating the RFP's requirement and agreeing to comply will be an unacceptable response and may cause the Proposal to be rejected.

These instructions describe the required format for a responsive Proposal. The offeror may include any additional information it believes is relevant. An identifiable tab sheet must precede each section of a Proposal and each Proposal must follow the format outlined below. All pages, except pre -printed technical inserts, must be sequentially numbered. Any material deviation from the format outlined below may result in a rejection of the non-conforming Proposal.

Each Proposal must contain the following: Cover Letter

Certification

Location of Services, Data Offeror Profile

Offeror Requirements & References Contract Performance

Written Procedures

Multiple Levels of Access Security Truck/Van

Policies and Procedures Security Training Plan Truck Policy

Training Plan

Mandatory “Yes” or “No” Requirements Desirable Requirements Performance Bond Conflict of Interest Payment Address Proof of Insurance W-9 Form Sample Contracts Cost Summary

Cover Letter. The cover letter must be in the form of a standard business letter and must be signed by

an individual authorized to legally bind the offeror. The cover letter will provide an executive summary of the solution the offeror plans to provide. The letter must also have the following:

a. A statement regarding the offeror's legal structure (e.g., an Ohio corporation), Federal tax identification number, and principal place of business;

b. A list of the people who prepared the Proposal, including their titles;

c. The name, phone number, fax number, e-mail address, and mailing address of a contact person who has authority to answer questions regarding the Proposal;

d. A list of all subcontractors, if any, that the offeror will use on the Project if the offeror is selected to do the work;

e. For each proposed subcontractor, the offeror must attach a letter from the subcontractor, signed by someone authorized to legally bind the subcontractor, with the following included in the letter:

1. The subcontractor's legal status, tax identification number, and principal place of business address;

(22)

2. The name, phone number, fax number, e-mail address, and mailing address of a person who is authorized to legally bind the subcontractor to contractual obligations; 3. A description of the work the subcontractor will do;

4. A commitment to do the work if the offeror is selected;

5. A statement that the subcontractor has read and understood the RFP and will comply with the requirements of the RFP;

6. A statement that the Subcontractor will maintain any permits, licenses, and certifications required to perform work;

f. A statement that the offeror's proposed solution for the Project meets all the requirements of this RFP;

g. A statement that the offeror has not taken any exception to the Terms and Conditions;

h. A statement that the offeror does not assume there will be an opportunity to negotiate any aspect of the proposal;

i. A statement indicating the offeror will comply with all Federal and Ohio (Ohio Revised Code) Laws and Rules of the Ohio Administrative Code as those law and rules are currently enacted and promulgated, and as they may subsequently be amended and adopted;

j. A statement that the Contractor shall not substitute, at Project start-up, different personnel from those evaluated by the State except when a candidate’s unavailability is no fault of the Contractor (e.g. Candidate is no longer employed by the Contractor, is deceased, etc.); and k. A statement that the offeror is not now, and will not become subject to an “unresolved” finding

for recovery under Revised Code Section 9.24, prior to the award of a Contract arising out of this RFP, without notifying OIT of such finding.

All offerors who seek to be considered for a Contract award must submit a response that contains an affirmative statement using the language in paragraph(s) a through k above.

Certification. Each proposal must include the following certification on company letterhead signed by an

individual authorized to legally bind the offeror.

(Insert Company name) affirms they are the prime Contractor and the proposed Project Manager is an employee of (insert Company name).

(Insert Company name) affirms it shall not and shall not allow others to perform work or take data outside the United States without express written authorization from the Agency Project Representative.

(Insert Company name) affirms that all personnel provided for the Project, who are not United States citizens, will have executed a valid I-9 form and presented valid employment authorization documents. (Insert Company name) affirms that any small business program participants will provide necessary data to ensure program reporting and compliance.

(Insert Company name) agrees that it is a separate and independent enterprise from the State of Ohio and the Office of Information Technology and the Office of Information Technology, Service Delivery Division. (Insert Company name) has a full opportunity to find other business and has made an investment in its business. Moreover (insert Company name) will retain sole and absolute discretion in the judgment of the manner and means of carrying out its obligations and activities under the Contract. This Contract is not to be construed as creating any joint employment relationship between (insert Company name) or any of the personnel provided by (insert Company name) or the Office of Information Technology and the Office of Information Technology, Service Delivery Division.

(Insert Company name) affirms that the individuals supplied under the Contract are either (1) employees of (insert Company name) with (insert Company name) withholding all appropriate taxes, deductions or contributions required under law or (2) independent contractors to (insert Company name).

(23)

(If the offerors personnel are independent contractors to the offeror, the certification must also contain the following sentence:)

(Insert Company name) affirms that it has obtained a written acknowledgement from its independent contractors that they are separate and independent enterprises from the State of Ohio and the Office of Information Technology and (Insert State of Ohio Agency name) for all purposes including the application of the Fair Labor Standards Act, Social Security Act, Federal Unemployment Tax Act, Federal Insurance Contributions Act, the provisions of the Internal Revenue Code, Ohio tax law, worker’s compensation law and unemployment insurance law.

Location of Services, Data. Offerors must disclose the following:

(1) The location(s) where all services will be performed; and

(2) The location(s) where any State data applicable to the Contract will be maintained or made available; and

(3) The principal location of business for the offeror and all proposed subcontractors.

Contractor shall not, during the performance of this Contract, change the location(s) of the country where the services are performed or change the location(s) of the country where the data is maintained or made available without prior written approval of the State.

Offeror Profile. Each Proposal must include a profile of the offeror's capability, capacity, and relevant

experience working on projects similar to this Work. The profile must also include the offeror's legal name, address, telephone number, and fax number; home office location; date established; ownership (such as public firm, partnership, or subsidiary); firm leadership (such as corporate officers or partners); number of employees; number of employees engaged in tasks directly related to the Work; and any other background information that will help the State gauge the ability of the offeror to fulfill the obligations of the Contract.

Offeror Requirements. This RFP includes Offeror Profile Summary forms as an attachment. The offeror

must fill the provided forms out completely to provide the offeror requirement information.

The Offeror Profile Summary forms contained in this document have been customized for the applicable offeror requirements. (Refer to Attachment Five (5) Offeror Mandatory Requirements and Offeror Requirements.) Each page of the form may contain minor variations. If an offeror elects to re-create the forms electronically, please carefully review each form to ensure that it has been copied accurately. Failure to recreate the forms accurately may lead to the rejection of the offeror’s proposal.

All offerors must meet the minimum mandatory requirements in the RFP. If an offeror does not meet the minimum mandatory requirements, the offeror's Proposal may be rejected as non-responsive.

The various sections of the Offeror Profile Summary forms are described below:

a) Mandatory Experience and Qualifications. This section must be completed to show how the offeror has the experience in meeting the mandatory offeror requirements. (Refer to Attachment Five. For each reference the following information must be provided:

• Contact Information. The contact name, title, phone number, e-mail address, company name, and mailing address must be completely filled out. If the primary contact can not be reached, the same information must be included for an alternate contact in lieu of the primary contact. Failure to provide requested contact information may result in the State not including the reference in the evaluation process.

• Project Name. The name of the Project where the mandatory experience was obtained and/or service was provided.

(24)

• Dates of Experience. Must be completed to show the length of time the offeror performed the experience being described, not the length of time the offeror was engaged by the reference. The offeror must complete these dates with a beginning month and year and an ending month and year.

• Description of the Related Service Provided. The State does not assume that since the experience requirement is provided at the top of the page that all descriptions on that page relate to that requirement. Offerors must reiterate the experience being described, including the capacity in which the experience was performed and the role of the offeror on the Project. It is the offeror’s responsibility to customize the description to clearly substantiate the qualification.

• Description of how the related service shows the offerors experience, capability and capacity to develop this Project’s deliverables and/or to achieve this Project’s milestones.

The offerors project experience must be listed separately and completely every time it is referenced, regardless of whether it is on the same or different pages of the form.

b) Required Experience and Qualifications. This section must be completed to show how the offeror meets the required experience requirements. (Refer to Attachment Five.) For each reference the following information must be provided:

• Contact Information. The contact name, title, phone number, e-mail address, company name, and mailing address must be completely filled out. If the primary contact can not be reached, the same information must be included for an alternate contact in lieu of the primary contact. Failure to provide requested contact information may result in the State not including the reference in the evaluation process.

• Project Name. The name of the Project where the required experience was obtained and/or service was provided.

• Dates of Experience. Must be completed to show the length of time the offeror performed the experience being described, not the length of time the offeror was engaged for the reference. The offeror must complete these dates with a beginning month and year and an ending month and year.

• Description of the Related Service Provided. The State does not assume that since the experience requirement is provided at the top of the page that all descriptions on that page relate to that requirement. Offerors must reiterate the experience being described, including the capacity in which the experience was performed and the role of the offeror on the Project. It is the offeror’s responsibility to customize the description to clearly substantiate the qualification.

• Description of how the related service shows the offerors experience, capability and capacity to develop this Project’s deliverables and/or to achieve this Project’s milestones.

The offerors project experience must be listed separately and completely every time it is referenced, regardless of whether it is on the same or different pages of the form.

c) Desirable Experience and Qualifications. This section must be completed to show how the offeror meets the desirable experience requirements. (Refer to Attachment Five and to item b above.)

If any of the above experience and qualifications (offeror mandatory or offeror requirements) are to be met via a Subcontractor, the corresponding Subcontractor Profile Summary forms, contained as an attachment to this RFP, must be filled out completely for each reference in addition to the Offeror Profile Summary forms.

References

Related documents

Claimant’s representative - contact details Name Address Contact name Telephone number E-mail address Reference number Defendant’s details Defendant’s name Defendant’s

(01) v ários gêneros utilizam a linguagem dos quadrinhos; é o caso da charge, do cartum, dos diferentes g êneros autônomos das histórias em quadrinhos (entendidas aqui como um

While the complete Office 365 offering is an online subscription service that provides email, shared calendars, the ability to create and edit documents online,

Insurance Contact Name: Insurance Contact Phone: Insurance Email Address: Loss Control Contact Name: Loss Control Contact Phone: Loss Control Email Address: Accounting

Initialing NO acknowledges that customer has refused the Inside Wire Maintenance Plan offered by Randolph Communications and shall be responsible for payment of all charges for

Personally identifiable information is any data that can be used to identi fy, contact or locate a person, such as but not limited to: name, address, e-mail address, phone number,

I) Title Page/Cover Letter - Include your company name, address, web site, telephone number, and primary contact person with e-mail, direct line and mobilel phone numbers.

Headquarters City and State: States and/or Regions Served: Phone: Website: Contact Information Nominee Contact Name: Title: Email Address: Phone: