STATE OF ILLINOIS MULTI-STEP SEALED BIDDING

Size: px
Start display at page:

Download "STATE OF ILLINOIS MULTI-STEP SEALED BIDDING"

Transcription

1 STATE OF ILLINOIS MULTI-STEP SEALED BIDDING Central Management Services IT Resources Multi-Step Sealed Bid The Department of Central Management Services ( Agency, University, or State ) requests proposals from responsible Offerors to meet its needs. A brief description is set forth below for the Offeror s convenience, with detailed requirements in subsequent sections of this solicitation. If interested and able to meet these requirements, the State appreciates and welcomes an Offer. Brief Description: Multi-Step Sealed Bidding In order to meet Agency needs, the State is initiating a multi-step sealed bidding solicitation to establish a pool of prequalified vendors (Members) from which the State may obtain bids to provide necessary temporary and specific term resources over and above normal workloads to meet the State s Information Technology (IT) development, maintenance and enhancement needs. Multi-step sealed bidding is a two-step process consisting of a technical first phase in which vendors submit unpriced technical responses to be evaluated by the State, and a second phase which consists of an invitation for bid (IFB) limited to bidders whose responses have been qualified under the criteria set forth in the first phase. Please see 30 ILCS 500/20-10(h) and 44 Ill. Admin. Code for further information on multi-step sealed bidding. At this time, the State is seeking unpriced technical responses (first phase) from qualified vendors who can provide the skills and expertise as outlined within this solicitation. The State does not guarantee any minimum compensation to be paid to Members or any minimum usage of Members. Only terms and conditions contracts will be executed as a result of the first phase of this solicitation. All Members will be added to an approved list for future services. Contracts accompanied with an agreed upon Statement of Work (SOW) will be issued as a component of phase two. Please read the entire solicitation package and submit an unpriced technical response in accordance with the instructions. All forms and signature areas contained in the solicitation package must be completed in full and submitted along with the unpriced technical response. Do not submit the instructions pages with the unpriced technical response. Vendors should keep the Instructions and a copy of the unpriced technical response for future reference. Please adhere to form and content requirements or unpriced technical responses may not be considered. Please read the entire solicitation package and submit an Offer in accordance with the instructions. All forms and signature areas contained in the solicitation package must be completed in full and submitted along with the technical response will constitute the Offer. Do not submit the instruction pages with Offers. Forms A, Forms B, may be downloaded from the Illinois Procurement Bulletin (IPB) or from links provided in this document. These sections are a material part of this solicitation, and must be returned when applicable with a Offeror s Offer. State of Illinois RFP 2 OUTLINE

2 STATE OF ILLINOIS MULTI-STEP SEALED BIDDING Central Management Services IT Resources Multi-Step Sealed Bid SECTION 1. Part Instructions for Submitting Unpriced Technical Responses... A. How to Enter Information... A.1. Published Procurement Information... A.2. Solicitation Contact... A.3. Offeror Questions and Agency/University Response... A.4. Required Meetings... A.5. Unpriced Technical Response Due Date, Time and Address for Submission of Offers... A.6. Organization Required... A.7. Submission of Unpriced Technical Responses... A.8. Security... A.9. Small Business Set-Aside... A.10. Minority Contractor Initiative... A.11. Federal Funds... A.12. Employment Tax Credit... A.13. Governing Law and Forum... A.14. Public Records and Requests for Confidential Treatment... A.15. Reservations... A.16. Award... A.17. References... A.18. Invoicing Address... A.19. Protest Review Office... A.20. Evaluation Process... A.21. Selection of Vendor... B. Offer to the State of Illinois... C. Specifications/Qualifications/Statement of Work... D. State of Illinois RFP 3 OUTLINE

3 OUTLINE SECTION 2. SECTION 3. Standard Terms and Conditions... F. Exceptions to Solicitation and Contract Terms and Conditions... G. State Supplemental Provisions... H. Subcontractor Disclosure... I. References... J. The following sections of the solicitation may be opened by clicking on the link provided or downloaded from the Illinois Procurement Bulletin. FORMS A (The State strongly encourages vendors participating in this solicitation to register with the Illinois Procurement Gateway) Complete this section if you are not using an Illinois Procurement Gateway (IPG) Registration # Business and Directory Information Illinois Department of Human Rights Public Contracts Number Authorized to Transact or Conduct Affairs in Illinois Standard Certifications State Board of Elections Disclosure of Business Operations in Iran Financial Disclosures and Conflicts of Interest Taxpayer Identification Number FORMS B (The State strongly encourages vendors participating in this solicitation to register with the Illinois Procurement Gateway) Complete this section only if you are using a valid IPG Registration # State of Illinois RFP 3 OUTLINE

4 OUTLINE To ensure that you are registered in the IPG, search for your business name in the IPG Registered Vendor Directory. If your company does not appear in the search results, then you are not registered in the IPG. Illinois Procurement Gateway Registration # and expiration date Certification Timely to this Solicitation or Contract Replacement Certification to IPG Certification #6 (supersedes response in IPG) Disclosures of Lobbyists and Contracts BEP UTILIZATION PLAN Download and complete these documents if this RFP contains a BEP goal Letter of Intent: Utilization Plan: VSB UTILIZATION PLAN Download and complete these documents if this RFP contains a Veteran goal Letter of Intent: Utilization Plan: State of Illinois RFP 4 OUTLINE

5 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS SECTION 1. A. INSTRUCTIONS FOR SUBMITTING OFFERS A.1. A.2. A.3. HOW TO ENTER INFORMATION: Type information in the text fields provided. Text fields are indicated by the instruction Click here to enter text. in red font. If the information requested does not apply to the Offeror s situation, then enter N/A into the text field. Please enter the requested information or N/A into every red text field. PUBLISHED PROCUREMENT INFORMATION: The State publishes procurement information, including updates, on the Illinois Procurement Bulletin ( Illinois Public Higher Education Procurement Bulletin ( Transportation Procurement Bulletin ( or the Illinois Capital Development Board Bulletin ( (collectively and individually referred to as Bulletin ). Procurement information may not be available in any other form or location. Offeror is responsible for monitoring the Bulletin. The State will not be held responsible if Offeror fails to receive the optional notices. SOLICITATION CONTACT: The individual listed below shall be the single point of contact for this solicitation. Unless otherwise directed, Offerors should only communicate with the Solicitation Contact. The State/Agency/University shall not be held responsible for information provided by or to any other person. Solicitation Contact: Craig Holloway Phone: Agency/University: Central Management Services Street Address: 120 W. Jefferson City, State Zip: Springfield, IL Craig.Holloway@illinois.gov Suspected errors should be immediately reported to the Solicitation Contact identified above. Do not discuss, directly or indirectly, the solicitation or any Offer with any State officer or employee other than the Solicitation Contact. A.4. OFFEROR QUESTIONS AND AGENCY/UNIVERSITY RESPONSE: All questions, other than questions raised at the Offeror Conference/Site Visit, pertaining to this solicitation must be submitted in writing to the Solicitation Contact no later than 14 days prior to bid due date. Questions received and Agency/University responses may be posted as an Addendum to the original solicitation on the Bulletin; only these posted answers to questions shall be binding on the State. Offerors are responsible for monitoring the Bulletin. State of Illinois RFP 5 Section 1. Part A.Instructions

6 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS A.5. REQUIRED MEETINGS Offeror Conference: Yes No Mandatory Attendance: Yes No Date: July 2, 2015 Time: Location: 10:30 AM 1. Please join my meeting Use your microphone and speakers (VoIP) - a headset is recommended. Or, call in using your telephone. Dial +1 (646) Access Code: Audio PIN: Shown after joining the meeting Meeting ID: Not at your computer? Click the link to join this meeting from your iphone, ipad, Android or Windows Phone device via the GoToMeeting app. A.6. OFFER DUE DATE, TIME, AND ADDRESS FOR SUBMISSION OF OFFERS: Unpriced technical responses shall be opened in the presence of at least one State witness. The name of vendors submitting technical responses may be disclosed, but the content of the responses shall not be disclosed to persons not authorized by the State Purchasing Officer. Unpriced Technical Responses will be opened at the Submit/Deliver address provided below at the Due Date & Time specified below. A.6.1. Offer Due Date & Time Date: July 15, 2015 Time: 2:00 PM CST A.6.2. Submit/Deliver Offers To: Label (outside of envelopes/containers): Agency/University: Central Management Services Sealed Offer Do Not Open Attn: Contract Compliance Project Title & Reference #: Click here to enter text. State of Illinois RFP Section 1. Part A. Instructions 14

7 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS Address: 401 S. Spring Room 801 Due Date & Time: Click here to enter text. City, State Zip: Springfield, IL Offeror Name Offeror City, State Zip A.7. ORGANIZATION REQUIRED: This is a multi-step sealed bidding solicitation, where only unpriced technical responses are requested. Priced bids will be considered only in the second phase and only from those bidders whose unpriced technical responses are found acceptable in the first phase. Unpriced technical responses must be submitted in three packets. Packet 1 shall contain the Vendor s Technical Response/Qualifications provided in Section 1. Packet 2 shall include all other information requested, including but not limited to applicable attachments. Packet 3 shall contain any requested exceptions and a redacted copy of the unpriced technical response. A.7.1. Packet 1 shall contain the Offeror s response to the Specifications/Qualifications A.7.2. Packet 2 shall containsigned Terms and Conditions Agreement. A.7.3. Packet 3 shall contain the Offeror s Offer found in Section 1, Part C, and applicable forms found in Section 3, Parts F through J. A Exceptions must be provided on Agency s/university s Exceptions to Solicitation and Contract Terms and Conditions form (Section 3, Part G) or must be in a substantially similar format. Agency discourages taking exceptions. State law shall not be circumvented by the exception process. Exceptions may result in rejection of the Offer. Additional Offeror Provisions may be stated on this form and should not include exceptions to Agency/University specifications, terms and conditions, or any other part of this solicitation. This is supplemental information that supports an Offeror s position or, for example, an Offeror s licensing agreement. A The Agency/University may state additional terms and conditions to contracting in the State Supplemental Provisions (Section 3, Part H). A.7.4. Packet 4 shall contain either Forms A or Forms B. Forms A contains eight forms and shall be returned by Offerors that are not registered in the Illinois Procurement Gateway (IPG). Forms B contains three forms and is only returned by Offerors that have a valid IPG registration number with expiration date and elect to not use the forms found in Forms A. A.7.5. Packet 5 shall contain a redacted copy of the Offer. State of Illinois RFP Section 1. Part A. Instructions A Offeror should provide a redacted copy of the Offer, if applicable, that removes material considered to be a trade secret or competitively sensitive, confidential, or proprietary. Vendor information, unless clearly marked as confidential and exempt from disclosure 15

8 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS under the Illinois Freedom of Information Act, shall be considered public. Standard Terms and Conditions, Section 3, Part F. See F.9. in Separately seal and label each packet. A.8. SUBMISSION OF UNPRICED TECHNICAL RESPONSES: Unpriced technical response must be submitted in three separately sealed packets as indicated below and clearly labeled with the unpriced technical response title, the packet number, the Vendor s name and the wording: Sealed Unpriced Technical Response Do Not Open. The three separately sealed packets may be submitted together in one mailing/shipping box or may be submitted separately in three individual/shipping boxes. The three portions of the unpriced technical response should not be included on one CD or USB. Pricing should not be submitted in this phase one. Subject Matter # of Originals # of Hard Copies # of CDs or USB flash drives UNPRICED TECHNICAL RESPONSE/QUALIFICATIONS/ PACKET Signed Terms and Conditions Contract PACKET REQUIRED ATTACHMENTS PACKET FORMS A or FORMS B PACKET REDACTED OFFER (If Applicable) PACKET A.9. SECURITY: Performance Bond: $n/a If a performance bond is required, Offeror must submit the Performance Bond to the Solicitation Contact within ten (10) days after award. The bond must be from a surety licensed to do business in Illinois. An irrevocable letter of credit is an acceptable substitute. The form of security must be acceptable to the State. A.10. SMALL BUSINESS SET-ASIDE: Yes No. If Yes is marked, Offeror must be qualified by the Small Business Set-Aside Program at the time Offers are due in order for the Offer to be evaluated. For complete requirements and to qualify Offeror s business in the Small Business Set-Aside Program, visit ( A.11. MINORITY CONTRACTOR INITIATIVE: The State requires a fee of $15 to cover expenses related to the administration of the Minority Contractor Opportunity Initiative. Any Offeror awarded a contract of $1,000 or more under Section 20-10, 20-15, or of the Illinois Procurement Code (30 ILCS 500) is required to pay a fee of $15. The Comptroller shall deduct the fee from the first check issued to State of Illinois RFP Section 1. Part A. Instructions 16

9 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS the Vendor under the contract and deposit the fee in the Comptroller s Administrative Fund. 15 ILCS 405/23.9. A.12. A.13. A.14. A.15. A.16. FEDERAL FUNDS: The resulting contract may be partially or totally funded with Federal funds. Upon notice of intent to award, the percentage of goods and/or services involved that are Federally funded and the dollar amount of such Federal funds will be disclosed. EMPLOYMENT TAX CREDIT: Offerors who hire qualified veterans and certain ex-offenders may be eligible for tax credits. 30 ILCS 500/45-67 and Please contact the Illinois Department of Revenue ( ) for information about tax credits. GOVERNING LAW AND FORUM: Illinois law and rules govern this solicitation and any resulting contract. Offeror must bring any action relating to this solicitation or any resulting contract in the appropriate court in Illinois. This document contains statutory references designated with ILCS. Offeror may view the full text at ( The Illinois Procurement Code (30 ILCS 500) and the Standard Procurement Rules (44 ILL. ADM. CODE PARTS 1, 4, 6 and 8) are applicable to this solicitation and may be respectively viewed at ( and ( PUBLIC RECORDS AND REQUESTS FOR CONFIDENTIAL TREATMENT: Unpriced technical responses become the property of the State and late submissions will not be returned. All unpriced technical responses will be open to the public under the Illinois Freedom of Information Act (FOIA) (5 ILCS 140) and other applicable laws and rules, unless Vendor requests in its Unpriced Technical Response that the State treat certain information as confidential. A request for confidential treatment will not supersede the State s legal obligations under FOIA. The State will not honor requests to keep entire Unpriced Technical Responses confidential. Vendors must show the specific grounds in FOIA or other law or rule that support confidential treatment. Regardless, the State will disclose the successful Vendor s name, and the substance of the Unpriced Technical Response. If Vendor request confidential treatment, Vendor must submit additional copy/copies (see Instructions for Submitting Unpriced Technical Responses in section A.7.) of the Unpriced Technical Response with proposed confidential information redacted. This redacted copy must tell the general nature of the material removed, and shall retain as much of the unpriced technical response as possible. In a separate attachment, Vendor shall supply a listing of the provisions identified by section number for which it seeks confidential treatment and identify the statutory basis under Illinois law and include a detailed justification for exempting the information from public disclosure. Vendor will hold harmless and indemnify the State for all costs or damages associated with the State defending Vendor s request for confidential treatment. Vendor agrees the State may copy the unpriced technical response to facilitate evaluation, or to respond to requests for public records. Vendor warrants that such copying will not violate the rights of any third party. RESERVATIONS: Vendor must read and understand the solicitation and tailor the unpriced technical response and all activities to ensure compliance. The State reserves the right to amend the solicitation, reject any or all unpriced technical responses, or waive minor defects. The State may request a clarification, inspect Vendor s premises, interview staff, request a presentation, or otherwise verify the contents of the unpriced technical response. The State will make all decisions on compliance, evaluation, terms and conditions, and shall make decisions in the best interests of the State and in accordance with the Illinois Procurement Code, rules and other applicable state and federal statutes and regulations. This competitive process may require that Vendor provide additional information and otherwise cooperate with the State. If a Vendor does not comply with requests for information and cooperate, the State may reject the unpriced technical response as non-responsive to the solicitation. State of Illinois RFP Section 1. Part A. Instructions 17

10 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS A.17. Submitting an unpriced technical response does not entitle Vendor to an award or a contract. Posting Vendor s name in a Bulletin notice does not entitle Vendor to a contract. The State is not responsible for and will not pay any costs associated with the preparation and submission of any unpriced technical response. AWARD: The State is only awarding pre-qualification Member status to vendors as part of phase one. Prequalfication Member status will be awarded to vendors based on their technical response meeting minimum points in each category defined. Terms and conditions contract(s) may be executed with the pre-qualified Member pursuant to this phase one solicitation. The Vendor is also required to comply with the mandatory specifications to be considered responsive and to be eligible for inclusion in the prequalified pool. A General Notice will be published in the IPB identifying those vendors who have been accepted for inclusion in the pre-qualified pool for the initial term. As part of phase two only those vendors who have been accepted into the pre-qualified pool will have the opportunity to submit price bids in response to phase 2 publicly posted IFBs which will outline the scope of work required. The State does not guarantee any compensation will be paid to Members of the pre-qualified pool or any minimum usage of Member services. The phase two IFBs will be awarded to the lowest cost bidder who is responsive and responsible in accordance with the requirements set forth in the Illinois Procurement Code. A.18. REFERENCES: Yes No. If Yes is marked, Offeror must provide references from established private firms or government agencies other than the procuring Agency/University, who can attest to Offeror s experience and ability to perform the contract that is the subject of this solicitation. Offeror must provide the name, contact information and a description of the supplies or services provided using the References form found in Section 3, Part J. Type of References: Number of Each Reference Type: Government and Private 2 each A.19. INVOICING ADDRESS: The awarded Vendor shall invoice at the completion of the contract unless invoicing is tied in the contract to milestones, deliverables, or other invoicing requirements agreed to in the contract. Vendor shall not bill for any taxes unless accompanied by proof that the State is subject to the tax. If necessary, Vendor may request the applicable Agency s/university s Illinois tax exemption number and Federal tax exemption information. State of Illinois RFP Section 1. Part A. Instructions 18

11 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS A.20. PROTEST REVIEW OFFICE: Vendor may submit a written protest to the Protest Review Office following the requirements of the Standard Procurement Rules. 44 ILL. ADMIN. CODE , , 6.420, & For protests related to specifications, the Protest Review Office must physically receive the protest no later than 14 days after the solicitation or related addendum is posted to the Bulletin. For protests related to rejection of individual unpriced technical responses, the protest must be received by close of business no later than 14 days after the protesting party knows or should have known of the facts giving rise to the protest. The Protest Review Office s information is as follows: Chief Procurement Office Phone: (217) Attn: Protest Review Office Facsimile: (217) S. Spring Street Suite 515 Stratton Office Building Illinois Relay: (800) Springfield, IL A.21. A.22. EVALUATION PROCESS: The State determines how well responses meet the requirements of the solicitation. The State will rank unpriced technical responses using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. Vendors who fail to meet minimum requirements or who receive fewer than the minimum required points in any category, will not be considered for inclusion in the pre-qualified vendor pool in that category. The State, in consultation with the State Purchasing Officer or his or her designee, may conduct oral or written discussions of the unpriced technical offers with vendors to determine in greater detail the vendor s qualifications, to explore with the vendor its ability to supply the specific supply or service, and the vendor s proposed method of performance. The State evaluates two classifications of information in phase one of the Multi-Step Sealed Bidding Process; Responsibility and Responsiveness. The State considers the information provided and the quality of that information when evaluating responses. If the State finds a failure or deficiency, the State may reject the unpriced technical response or reflect the failure or deficiency in the evaluation. The State may also evaluate elements of these two categories as part of phase two, Multi-Step Invitation for Bid (IFB). RESPONSIVENESS: A Responsive Offeror is one who submits an Offer that conforms in all material respects to the Request for Proposal, and includes all required forms. A Subcontractor Disclosure: If the Offer includes any subcontractors, then Offeror shall complete the Subcontractor Disclosure form found in Section 3, Part I. A A References: If references are required, then Offeror shall complete and return the References form in Section 3, Part J. If completing Forms B, then responsiveness may include and may not be limited to: Valid Illinois Procurement Gateway registration # with expiration date Disclosure of lobbyists for Offeror and parent entity(ies) Disclosure of pending and current contracts Certifications timely to this solicitation State of Illinois RFP Section 1. Part A. Instructions 19

12 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS A If completing Forms A, required forms may include and may not be limited to: Authorized to Transact Business or Conduct Affairs in Illinois: A person (other than an individual acting as a sole proprietor) must be duly constituted legal entity and authorized to transact business or conduct affairs in Illinois prior to submitting an Offer. For more information, see Authorized to Transact Business or Conduct Affairs in Illinois in Forms A, Part 3. State Board of Elections Registration: Vendor or Offeror may be prohibited from making political contributions and be required to register with the State Board of Elections. For more information, see State Board of Elections in Forms A, Part 5. Illinois Department of Human Rights Public Contracts Number: Offeror shall complete and return the IDHR Public Contract Number form in Forms A, Part 2, or in the Illinois Procurement Gateway. Standard Certifications: Offeror shall complete and return the Standard Certifications form in Forms A, Part 4, or in the Illinois Procurement Gateway. Financial Disclosures and Conflicts of Interest: Offeror shall complete and return the Financial Disclosures and Conflicts of Interest form in Forms A, Part 7, or in the Illinois Procurement Gateway. Disclosure of Business Operations with Iran: Offeror shall complete and return the Disclosure of Business Operations with Iran form in Forms A, Part 6, or in the Illinois Procurement Gateway. Business and Directory Information: Offeror shall complete and return the Business and Directory Information form in Forms A, Part 1, or in the Illinois Procurement Gateway. Taxpayer Identification Number: Offeror shall complete and return the Taxpayer Identification form in Forms A, Part 8, or in the Illinois Procurement Gateway. A A The State will determine whether the Offer meets the stated requirements. Minor differences or deviations that have negligible impact on the price or suitability of the supply or service to meet the State s needs may be accepted or corrections allowed. If no Offeror meets a particular requirement, the State may waive that requirement. When the specification calls for Brand Name or Equal, the brand name product is acceptable. Other products will be considered with proof that the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. A The State will determine whether the Offer complied with the instructions for submitting Offers. Except for late submissions, and other requirements that by law State of Illinois RFP Section 1. Part A. Instructions 20

13 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS must be part of the submission, the State may require that an Offeror correct deficiencies as a condition of further evaluation. A The State will determine whether Vendor s unpriced technical response complied with the instructions for submitting unpriced technical responses. Except for late submissions, and other requirements that by law must be part of the submission, the State may require that a vendor correct deficiencies as a condition of further evaluation.. A RESPONSIBILITY: A Responsible Offeror is one who has the capability in all respects to perform fully the contract requirements and who has the integrity and reliability that will assure good faith performance. The State determines whether the Offeror is a Responsible Offeror; an Offeror with whom the State can or should do business. For example, the State may consider the following: A A prohibited bidder includes any person assisting an employee of the State of Illinois by reviewing, drafting, directing, or preparing any invitation for bids, a request for proposal, or request of information, or providing similar assistance unless such assistance was part of a publically issued opportunity to review drafts of all or part of these documents. For purposes of this section, an employee of the State of Illinois means one who, by the nature of his or her duties, has the authority to participate personally and substantially in the decision to award a State contract. No person or business shall submit specifications to a State agency unless requested to do so by an employee of the State. No person or business that contracts with a State agency to write specifications for a particular procurement need shall submit a bid or proposal or receive a contract for that procurement need. State of Illinois RFP Section 1. Part A. Instructions A Nothing herein is intended to prohibit a vendor from bidding or offering to supply developing technology, goods or services after providing the State with a demonstration of the developing technology, goods, or services; provided the subject of the demonstration to the State represents industry trends and innovation and is not specifically designed to meet the State's needs. Nothing herein is intended to prohibit a person or business from submitting a bid or offer or entering into a contract if the person or business: (i) initiates a communication with an employee to provide general information about products, services, or industry best practices and, if applicable, that communication is documented in accordance with Section of the Illinois Procurement Code or (ii) responds to a communication initiated by an employee of the State for the purposes of providing information to evaluate new products, trends, services, or technologies. Other factors that the State may evaluate to determine Responsibility include, but are not limited to: political contributions, certifications, conflict of interest, financial disclosures, taxpayer identification number, past performance in business or industry, references (including those found outside the Offer), compliance with applicable laws, financial responsibility, insurability, effective equal opportunity compliance, payment of prevailing wages if required by law, capacity to produce or sources of supply, and the ability to provide required maintenance service or other 21

14 STATE OF ILLINOIS INSTRUCTIONS FOR SUBMITTING OFFERS matters relating to the Offeror s ability to deliver in the quality and quantity within the time and price as specified in this solicitation. A Awarded Offerors must at all times have financial resources sufficient, in the opinion of the State, to ensure performance of the contract and must provide proof upon request. The State may require a performance bond if, in the opinion of the State, it ensures performance of the contract. The State may terminate the contract, consistent with the termination for cause provision of the contract, if the vendor lacks the financial resources to perform under the contract. A The State may require that an Offeror correct any deficiencies as a condition of further evaluation. A PRICE: Price shall not be included as part of the phase one responses. Pricing will only be requested during phase 2 Invitations for Bid. -END OF INSTRUCTIONS- State of Illinois RFP Section 1. Part A. Instructions 22

15 STATE OF ILLINOIS SELECTION OF VENDOR B. SELECTION OF VENDOR B.1. B.2. B.3. This is a Multi-Step Sealed bid solicitation. The State intends to establish a pre-qualified vendor pool as the result of phase one. Only Terms and Conditions Contracts will be established with pre-qualified vendor(s) as a result of phase 1. Subject to the oversight of the State Purchasing Officer, if an Agency determines a need for services, the State shall initiate an IFB as a component of phase two. Members of the prequalified vendor pool will be the only vendors allowed to submit priced bids in phase two. The State will award to the member who submits the lowest cost responsive and responsible bid for services identified within the IFB. If the State does not consider the price to be fair and reasonable and negotiations fail to meet an acceptable price, the State reserves the right to cancel the award. The State determines whether the price is fair and reasonable by considering the bid, including the Vendor s qualifications, the Vendor s reputation, all prices submitted, other known prices, the project budget and other relevant factors. The State reserves the right to award a single or a multi-tiered award. A multi-tiered award may be made to a maximum of 3 Members; a primary, secondary or third Member if the lowest bidder (Member) is not able to meet all requirements of the IFB. The chart below shows the elements of Responsiveness that the State evaluates, Mandatory requirements, and Qualfication requirements with relative weights in point format and minimum point requirements. B.3.1. The total number of points for Qualifications is B.3.2. RESPONSIVENESS ELEMENTS Madatory M1 M2 M3 M4 Qualification Requirements Met/Not Met M/NM M/NM M/NM M/NM Points Expertise: 100 Track Record: 100 Longevity: 100 Services: 100 Client List: 100 Recruit and Retain: 100 Matching Prospective Resources: 100 Management of Resources: 100 Resource Performance Assessments: 100 Screening and Qualification: 100 Validating Training and Development: 100 State of Illinois RFP 23 Section 1. Part B. Selection of Vendor

16 STATE OF ILLINOIS SELECTION OF VENDOR Resource Performance: 100 Post Engagement Assessment: 100 Resource Pool: 150 Performance Assessment Reports: 100 Account Management and Issue Escalation: 100 B.3.3. The maximum number of points is 1650 Qualification Requirements :Minimum points of 900 must be achieved to be considered for pre-qualification. State of Illinois RFP 24 Section 1. Part B. Selection of Vendor

17 C. Project Title / Reference # Click here to enter text. The undersigned authorized representative of the identified Vendor hereby submits this unpriced technical response to perform in full compliance with the subject solicitation. By completing and signing this Form, the Vendor submits an unpriced technical response to the State of Illinois that the State may accept. Vendor should use this Form as a final check to ensure that all required documents are completed and included with the unpriced technical response. Vendor must mark each blank below as appropriate; mark N/A when a section is not applicable to this solicitation. Vendor understands that failure to meet all requirements is cause for disqualification. C.1. SOLICITATION AND CONTRACT REVIEW: Vendor reviewed the unpriced technical response, including all referenced documents and instructions, completed all blanks, provided all required information, and demonstrated how it will meet the requirements of the State of Illinois. Yes No C.2. ADDENDA: Vendor acknowledges receipt of any and all addendums to the solicitation and has taken those into account in making this unpriced technical response. Yes No N/A C.3. VENDOR CONFERENCE: If attendance was mandatory, Vendor attended the Vendor Conference. Yes No N/A C.4. UNPRICED TECHNICAL RESPONSE SUBMISSION: Vendor is submitting the correct number of copies, in a properly labeled container(s), to the correct location, and by the due date and time. Yes No C.5. BOND: If applicable, Vendor is submitting its Bid Bond or Performance Bond. Yes No N/A C.6. SMALL BUSINESS SET-ASIDE: Vendor is a qualified small business in the Small Business Set-Aside Program at the time unpriced technical responses are due. Yes No N/A C.7. BUSINESS ENTERPRISE PROGRAM: Vendor is a certified with the Business Enterprise Program as a minority owned business, female owned business, or a business owned by a person with disabilities at the time the unpriced technical responses are due. Yes No N/A C.8. Veterans Business Program: Vendor is certified with the Veterans Business Program as a Veteran-owned small business or a Service-disabled veteran owned small business. Yes No N/A State of Illinois RFP 25 Section 1. Part C. Offer to the State of Illinois

18 C.9. PACKET 1: Yes No 7.1 Unpriced Technical Response/Qualifications Yes No C.10. PACKET 2: Yes No 8.1 Signed Terms and Conditions Contract Yes No C.11. PACKET 3 Yes No 9.1 Offer found in Section 1, Part C, and applicable forms found in Section 3, Parts F through J. Yes No Vendor Supplemental Provisions Yes No N/A Solicitation and Contract Terms and Conditions Exceptions Yes No C.12. PACKET 4 FORMS A Yes No C.11.1 Business and Directory Information Yes No C.11.2 Illinois Department of Human Rights Public Contracts Number Yes No C.11.3 Standard Certifications Yes No C.11.4 Disclosure of Business Operations in Iran Yes No C.11.5 Financial Disclosures and Conflicts of Interest Yes No C.11.6 Taxpayer Identification Number Yes No C.13. Yes PACKET 4 FORMS B No C.12.1 Illinois Procurement Gateway Registration # with expiration date Yes No C.12.2 Certifications Timely to this Solicitation Yes No C.12.3 Disclosures of Lobbyists and Pending Contracts Yes No C.14. PACKET 5 REDACTED OFFER Yes No C.15. PREFERENCES The Illinois Procurement Code provides various preferences to promote business opportunities in Illinois. State of Illinois RFP 26 Section 1. Part C. Offer to the State of Illinois

19 Does Offeror make any claims for preferences? If so, please mark the applicable preference(s) and include a listing of the items that qualify for the preference at the end of this Section and a description of why the preference applies. Agency/University reserves the right to determine whether the preference indicated applies to Offeror. Resident Bidder (30 ILCS 500/45-10). Soybean Oil-Based Ink (30 ILCS 500/45-15). Recycled Materials (30 ILCS 500/45-20). Recycled Paper (30 ILCS 500/45-25). Environmentally Preferable Supplies (30 ILCS 500/45-26). Correctional Industries (30 ILCS 500/45-30). Sheltered Workshops for the Severely Handicapped (30 ILCS 500/45-35). Gas Mileage (30 ILCS 500/45-40). Small Businesses (30 ILCS 500/45-45). Illinois Agricultural Products (30 ILCS 500/45-50). Corn-Based Plastics (30 ILCS 500/45-55). Disabled Veterans (30 ILCS 500/45-57). Vehicles Powered by Agricultural Commodity-Based Fuel (30 ILCS 500/45-6) Biobased Products (30 ILCS 500/45-75). Historic Preference Area (30 ILCS 500/45-80). Procurement of Domestic Products (30 ILCS 517). Public Purchases in Other States (30 ILCS 520). Illinois Mined Coal (30 ILCS 555). Steel Products Procurement (30 ILCS 565). Business Enterprise for Minorities, Females, and Persons with Disabilities Act (30 ILCS 575). Veterans Preference (330 ILCS 55). Items that Qualify and Explanation: Enter text Signature of Authorized Representative: Printed Name of Signatory: Enter text Offeror s Name: Enter text Date: Click here to enter a date. State of Illinois RFP 27 Section 1. Part C. Offer to the State of Illinois

20 STATE OF ILLINOIS SPECIFICATIONS/QUALIFICATIONS/STATEMENT OF WORK D. SECTION 1 UNPRICED TECHNICAL RESPONSE/QUALIFICATIONS GOAL: The Agency would like to establish a pre-qualified vendor pool of members through which the State of Illinois can obtain necessary temporary and specific term resources over and above normal workloads to meet the State s Information Technology (IT) development, maintenance and enhancement needs. The vendor pool and any preestablished terms & conditions contracts will be available to all State agencies. Those Vendor s accepted as Members of the pre-qualified vendor pool shall be responsible for providing resource(s) on an as-needed basis as described in the phase two description. Phase One This first step requires vendor s to submit unpriced technical responses for evaluation of the vendor s ability to provide the products/services to the Agency in the area of need being sought. This process may consist of the ability to do business with the State, elements of vendor responsiveness and evidence of providing similar services to other public and or private entities. Pricing will not be considered in phase one and vendors should not provide any information pertaining to pricing of services. The objective is to determine the acceptability of the services offered by the vendor community and to develop an approved list of prequalified vendors ( Members ) that will be directly solicited in phase two of the process. The Agency will also allow vendors who are currently certified through the Business Enterprise Program (BEP), Veterans Business Program (VBP), and Small Business Set Aside Program (SBSP) to acknowledge such in the vendor pool. This acknowledgement will provide any member responding to the IFB in phase two a list of those members that are prequalified under this solicitation when a goal is established on a IFB or the bid is set-aside to a certain qualifying group This unpriced technical response seeks to establish a pre-qualified vendor pool of members who can provide qualified resources that can be readily obtained by the Agency for project based work Only Terms and Conditions Contract(s) may be issued in phase one, those vendors whose unpriced technical response is determined to be acceptable will be added to the approved list of prequalified vendors. Phase Two Involves the preparation of an Invitation for Bid (IFB) that identifies the specific agency need including detailed information about the project that will allow the pool of prequalified vendors to respond in a manner that can be reviewed in a met or not met process. The State will develop a scope of work that addresses the agency s need in detail and will describe the type of products/services necessary to complete the proposed project. Member bid responses will be based on such factors as the over-all project cost, hourly rate for services identified in the scope of work and the number of hours proposed for project completion. The bids submitted in phase two are reviewed and the contract award will be made to the most qualified responsive and responsible bidding member offering the lowest cost to the State All Agency work will be directed by written IFB, (Multi-Step Invitation for Bid) to the pre-qualified vendor pool. Each IFB will be issued for a specific project scope of service as it becomes necessary for the agency to meet their intended goals. State of Illinois RFP 28 Section 1. Part D. Specifications/Qualifications/Statement of Work

21 1.4. Contracts with attached SOW s, will be issued in phase two, to the most qualified bidder who is responsive and responsible to the IFB Business Enterprise Program (BEP), and Veterans Business Program (VBP) : Any vendors who are currently qualified under the Illinois Business Enterprise Program (BEP certified), and Veterans Business Program should acknowledge such in their unpriced technical response and provide proof of certification in order to be listed as such in the pre-qualified vendor pool. BEP and VBP goals may be placed on any IFB under this program. Responding to an IFB with a BEP or VBP goal is not limited to BEP or VBP vendors that are part of the pool. If a vendor should become BEP or VBP certified after this solicitation they may submit an unpriced technical response for consideration during the applicable open qualification period Small Business Set-Aside Program(SBSP): Any vendors who are currently qualified as small businesses should acknowledge such in their unpriced technical response and provide proof of qualifications in order to be listed as a qualified small business in the pre-qualified vendor pool Term of Pre-Qualified Pool: The pre-qualified vendor pool participation term will be for 60 months from the original award date with the qualification process being reopened on at leastan annual basis. A notice of open enrollment will be published to the Illinois Porcurement Bulletin at these times.. The goal is to maintain a strong vendor pool. Once vendor pools have been established and upon recertification the list of prequalified vendors will be published on the Illinois Procurement Bulletin (IPB) Assurance of Resources: As part of the phase two IFB, responding Members shall agree that if selected as the lowest responsible and responsive bidder the same products, resources and/or services proposed as part of their bid will be available through the contract period Member Approval and Notification: Vendor unpriced technical responses will be categorized as qualified or unqualified. Only vendors with acceptable unpriced technical responses will be registered as Members in the pre-qualified vendor pool and allowed to bid on Agency IFBs. Terms and Conditions contracts with these Members will be established to expedite contract negotiations during the subsequent awarding of phase two IFBs. Vendors with unacceptable unpriced technical responses will be notified and may reapply in a subsequent qualification process Performance and Disqualification of a Member: If the most qualified Member provides a resource(s) that is unable to complete the tasks, or product(s) that does not meet the specifications as presented in the IFB SOW, the Agency may, at no cost to the Agency, request the replacement of the resource upon discovery of the noncompliance. The Agency must make this determination within 14 days of the resource work beginning or a mutually agreed upon timeframe that shall be memorialized in the Statement of Work. The winning Member will have one opportunity to replace the resource with an acceptable resource that meets the Agency s needs. Subject to the oversight of the State Purchasing Officer, if the Member s second attempt is unsuccessful, the Agency is allowed to move to the second ranked Member who submitted a bid for that IFB. A Member will not be compensated for any product or service that was found to be unacceptable by the Agency. The Agency must provide documentation of why the resource, service, or product was found unacceptable and shall submit this documentation for approval to the Agency Purchasing Officer and State Purchasing Officer before being allowed to move to the second lowest bidding Member. Subject to the oversight of the State Purchasing Officer, if a Member is the lowest priced bidder and cannot provide the resources as requested in the IFB SOW on three separate occasions, the Member will State of Illinois RFP 29 Section 1. Part D. Specifications/Qualifications/Statement of Work

22 be removed from the Member pool at the discretion of the State (or CMS)with the written approval of the State Purchasing Officer. If the Member wants to re-enroll in the pre-qualified vendor pool, Member shall submit an unpriced technical response to be evaluated during the next open qualification process, at least 3 months after the removal SUPPLIES AND/OR SERVICES REQUIRED: All requests for work shall be requested from Members of the pre-qualified vendor pool in the form of an IFB, issued in phase two. For the technical evaluation of each vendor's unpriced technical response the following is required Mandatory Requirements: All unpriced technical responses must fully comply with the mandatory specifications to be considered responsive and to be eligible for inclusion in the prequalified vendor pool. In addition, vendors must complete the mandatory specifications and requested information matrix. Vendors are required to submit information as outlined and requested in the unpriced technical response instructions. All required forms are to be completed and submitted as instructed. The following mandatory specifications and requested information matrix lists the minimum specifications and requested information associated with the unpriced technical response and shall be used in the evaluation process. Vendor s are to specify whether each of the specifications is agreed to and satisfied by checking the appropriate Met or Not Met box, and where appropriate, provide the requested information. Vendor s should complete the Vendor Narrative section to explain how they meet the requirement or provide requested information or include references to other included documentation that provides additional detail. Mandatory Specification M1: Business Background: Vendor has been authorized to do business in Illinois or any other state for at least 3 years. Please specify in your response the number of years and state(s) where authorized to do business. Vendor Narrative: Met Not Met Mandatory Specification M2: The Vendor must be able to provide a full and qualified resource pool under the skills categories listed in which they wish to be prequalified. Respondents must be able to provide evidence of resource availability across the category list. Evidence should include A. Description of the vendor s pool of technical resources, B. Pre-screening processes or testing of candidates to verify qualifications, C. Past experiences with similar types of contracts, and any additional documentation of their ability to provide resources. D. Please include copies or relevant processes or procedures for screening resources. E. Specify categories you wish to be considered for pre-qualification. Met Not Met A. Met NotMet B. Met NotMet C. Met NotMet D. Met NotMet E. Met NotMet Vendor Narrative: Mandatory Specification State of Illinois RFP 30 Section 1. Part D. Specifications/Qualifications/Statement of Work Met

23 M3: The Respondent agrees to meet all the following requirements: A. All Personnel Resources must pass mandatory background checks before they will be assigned to an phase 2 project. B. Unsatisfactory Performance: If the State determines, that a Resource fails to meet the needs of the State, the Vendor shall replace the Resource upon request by the State. C. In the event the State requests the removal of a Resource, the State shall have the option of asking the vendor to replace the Resource for the remainder of the project with an alternate. If requested, the vendor will use its best efforts to replace the Resource within five (5) business days unless a different time frame is mutually agreed upon with the State in writing. If the vendor is unable to replace the Resource within the mutually agreed upon time frame, the State may, at its sole discretion, terminate only the affected portion(s) of the applicable SOW or the entire remainder of the Engagement. D. All services performed by the Resource shall be subject to inspection and acceptance by the State. Any inspection or approval of the services performed by a Resource does not forfeit the right of the State or Agency to require the correction of any faulty workmanship or material. E. Upon completion of all services, the vendor shall require the Resource to remove from the premises all equipment and materials belonging to the Resource and to leave the site in a clean and neat condition which is satisfactory to the State. F. The Vendor shall abide by State and Agency security regulations, policies and standards regarding security of information systems resources. This may include background checks and compliance with other security requirements as a condition of the Engagement. G. If requested the vendor shall participate in a written assessment process, conducted by the State, following the completion of each SOW to determine the performance and efficiency of the Resource. H. A record of all authorized hours billed by each Resource shall be maintained by the Agency and the vendor on Phase 2 engagements and shall not exceed the number of hours authorized in that Resource s SOW. The vendor shall not receive payment for any hours that exceed the maximum number of hours in an approved SOW without a written change order. The vendor and its Resources shall comply with all State procedures for tracking and reporting hours worked against hours authorized in the SOW to ensure that the number of hours worked does not exceed the number of hours authorized. I. The State shall provide the work space, equipment, software and supplies necessary for the Resource to perform their assigned duties, unless otherwise agreed to in writing by the State. J. This solicitation, and any subsequent contract(s) during phase 2, are nonexclusive and does not limit the State from implementing alternative Not Met A. Met NotMet B. Met NotMet C. Met NotMet D. Met NotMet E. Met NotMet F. Met NotMet G. Met NotMet H. Met NotMet I. Met NotMet J. Met NotMet State of Illinois RFP 31 Section 1. Part D. Specifications/Qualifications/Statement of Work

24 procurement mechanisms to satisfy its need for qualified technical resources. K. The Vendor agrees that the State of Illinois is the owner of all data maintained on these systems. K. Met NotMet Vendor Narrative: Mandatory Specification M4: Vendors must acknowledge willingness to participate in Phase two solicitations in the following manner in order to meet the contracting goals of the State of Illinois. A. On projects with an estimated value of $500,000 or less, preference will be given to pre-qualified Members who are registered Illinois Small Business vendors pursuant to 30 ILCS 500/ These projects will be solicited only to those registered Membersfirst, and only to the remaining pre-qualified vendor pool if the State is unable to make an award to one of the registered Members or a waiver is granted by the CPO. B. All projects with an estimated value greater than $500,000 shall be open to all Members that have been pre-qualified with the State and have a projected minimum BEP subcontracting goal of 20% of the dollar value and a Veteran Owned Small-Business (VOSB) Goal of 3% of their value. Members will be required to submit subcontracting utilization plans with the bid submissions at phase 2, unless specifically stated otherwise in the phase 2 solicitation. C. The subcontracting goals for all projects shall be applicable to any pre-qualified Member who is not certified with BEP, VOSB, or a registered Illinois Small Business. Non-certified vendors acknowledge that by participating in the prequalified vendor pool that they have an overall projected BEP subcontracting goal of 20% and a VOSB Goal of 3%, for all projects that they are awarded. Vendor Narrative: Met Not Met A. Met NotMet B. Met NotMet C. Met NotMet Vendor should mark all the apply. Registered Illinois Small Business. Certified BEP Certified Veteran Owned None Qualification Requirement Responses Vendor shall provide evidence of the experience level and number of individuals with each skill set that will be readily available to meet the State sneed for service within each service category they wish to be considered prequalified for. The State has intentionally not predefined the anticipated number of resources required for each category, nor set any priority at which resources are likely be needed. The numbers and priority will be determined based upon the State of Illinois RFP 32 Section 1. Part D. Specifications/Qualifications/Statement of Work

25 operational needs of the State at any given time based on the State s determined needs and may vary greatly across the spectrum of services. Each Vendor must provide a narrative including information on availability of Resources, any Vendor process for vetting the Resources prior to sending Resources into the field to work on related projects, the Vendor s ability to provide qualified Resources, the overall experience level of the Vendor s or Vendor s subcontractor s team for each category Vendor wishes to be considered for pre-qualification. The Vendor will be scored on Vendor s overall ability to provide experienced, qualified Resources on an as needed basis for the identified skill categories Vendor wishes to be a pre-qualified member. Please include your specific response within the Vendor Narrative (for each item); you may also include a concise description of any other unique benefits or competitive advantages that your proposed solution offers to the State. Q1. Expertise: (100 Points) The State desires to do business with a vendor with substantial expertise and verifiable experience in managing a network of Resources and in providing well qualified information technology Resources on an on-demand basis. Describe your organization s expertise in developing and managing a robust network of Resources and providing well qualified information technology Resources on an on-demand basis. Vendor Narrative: Q2: Track Record: (100 Points) The State desires to do business with a vendor with an established track record for performance. Describe your organization s performance (track record) in delivering well qualified candidates in the public sector (preferred) and/or in the private sector. Responses should include specific records, such as number of resources provided to specific projects, number of clients, number of repeat clients, and other evidences to support a strong performance track record with clients similar in size to the State of Illinois. Vendor Narrative: Q3: Longevity: (100 Points) The State desires to do business with a vendor with substantial longevity in delivering well qualified information technology Resources. Describe how long (how many months/years) your organization has been delivering well qualified information technology Resources, as identified herein, in the public sector (preferred) and/or in the private sector. Vendor Narrative: Q4: Services: (100 Points) The State desires to do business with a vendor with a robust offering of services. Provide a list of all relevant services that your organization is capable of providing, including any professional/technical training, systems, processes and other support services. Vendor Narrative: Q5: Client Overview/List: (100 Points) The State desires to do business with a vendor that can demonstrate their expertise and experience by providing a concise description of representative clients they have serviced over the past three years. The description should include the vendor s gross receipts for the last three years, the number and approximate size of each client, the Skill Categories that your organization provided to each client; the name (if feasible) and type of business entity for which the services were performed, and the role that your organization played in recruiting and supplying the Resources. Vendor Narrative: State of Illinois RFP 33 Section 1. Part D. Specifications/Qualifications/Statement of Work

26 Q6: Recruit and Retain: (100 Points) The State desires to do business with a Vendor with the capability to provide well qualified Resources. Please provide a detailed description of how you intend to provide, recruit, and retain Resources in the Skill Categories identified in this solicitation that you wish to be considered for pre-qualification. Vendor Narrative: Q7: Matching Prospective Resources: (100 Points) The State desires to do business with a vendor with the capability to match prospective Resources to Skill Categories. Please provide a detailed description of how your proposed Resources quality and availability process provides the ability to successfully match prospective Resources to Skill Categories. Vendor Narrative: Q8: Management of Resources: (100 Points) The State desires to do business with a vendor with the capability to manage qualified Resources through subcontracting. Please provide a detailed description of how you intend to manage Resources through subcontractor companies in the Skill Categories identified in this solicitation. Vendor Narrative: Q9: Resource Performance Assessments: (100 Points) The State desires vendor(s) with a proven track record of client satisfaction, as evidenced by outstanding performance assessments and return engagements. Please provide a specific description of your track record of client satisfaction, as evidenced by outstanding performance assessments and return engagements. Vendor Narrative: Q10: Screening and Qualification: (100 Points) The State desires to do business with a vendor with an established process for screening and qualification of prospective Resources. Please provide a detailed description of the processes used for screening and qualification of prospective Resources. This description should include specific methods for screening and criteria for qualification, the total number of applicants screened in the last two years, and the number of applicants accepted in the last two years. Please include copies of any relevant processes or procedures. Vendor Narrative: Q11: Validating Training and Development: (100 Points) The State desires to do business with a Vendor who ensures that prospective Resources are well trained and validates any claimed technical training and skill development. Please provide a detailed description of your processes for ensuring and validating technical training and skill development of Resource. Vendor Narrative: Q12: Resource Performance: (100 Points) The State desires to do business with a Vendor who has established and documented processes for monitoring Resource performance. Please provide a detailed description, along with any policies, procedures or other relevant documentation that substantiates your organization s internal processes for monitoring Resource performance. Vendor Narrative: Q13: Post Engagement Assessment: (100 Points) State desires to do business with a Vendor who has established and documented) processes for conducting post Engagement assessments. Please provide a detailed description, along with any policies, procedures or other relevant documentation that substantiates your organization s internal processes for performing post Engagement assessments. In addition, please provide a sample of a post Engagement assessment. State of Illinois RFP 34 Section 1. Part D. Specifications/Qualifications/Statement of Work

27 Vendor Narrative: Q14: Resource Pool: (150 Points) The State desires to do business with a Vendor who has the capability to provide Resources in the skill categories listed below. Vendor should indicate which categories they wish to be prequalified in and give details of their experience and ability to provide these types of resources. In addition, please indicate the number of Resources that are available in the pool and that have been placed over the past three years for each category. A Detailed Descriptions of each Skill category is provided in section A total of 150 points will be available for each category below. The total points for each category Vendor responds to will be averaged to provide total points awarded for D14. Vendors scoring less than 50 points in any category will not be considered for that category, and the score will be removed from the overall average. (Example; XYZ Corp. responds to category A, B, and C. They receive 150 points in Cat A, 100 points in Cat B, and 49 in Cat C. They will not be considered responsive in category C; and only points from categories A & B will be averaged. They receive 125 points for D14) Vendor Narrative: Category Name Skill Category A Application Development Skill Category B Database Administration Skill Category C Solutions Architecture Skill Category D Program Management Skill Category E Technical Support Skill Category F Security Management Place X indicating all categories vendor wishes to be pre-qualified for. Q15: Performance Assessment Reports: (100 Points) The State desires to do business with a Vendor) that will provide the State with periodic performance assessments (i.e., metrics) and management reports regarding their overall performance. These assessments and reports should facilitate State oversight and monitoring of the Vendor s Resources. Please describe your ability to meet this desirable specification. Vendor Narrative: Q16: Account Management and Issue Escalation: (100 Points) The State desires to do business with a Vendor having the ability to identify, manage and resolve any account management issues in a timely and professional manner. Please provide a detailed description of any proposed escalation procedures or processes along with a copy of any relevant policies or procedures. The Vendor should designate a senior account manager (single point of contact) to coordinate resolution of any account management issues that may arise. Please describe your ability to meet this specification. Vendor Narrative: Detailed Description of Skill Categories: State of Illinois RFP 35 Section 1. Part D. Specifications/Qualifications/Statement of Work

28 Pre-Qualifications will be given in the 6 Skill Categories below. Each skill category has a detailed description of potential work duties as well as prospective resource titles. Category Name Skill Category A Application Development Skill Category B Database Administration Skill Category C Solutions Architecture Skill Category D Program Management Skill Category E Technical Support Skill Category F Security Management Category A Description Application Development To be pre-qualified vendors must have experience providing resource for application development in areas including such positions as Website Designer, Web Developer, Mobile Developer, SharePoint Developer, MS Access Developer, Adobe Developer, Software Developer, Senior Software Developer, Fleet System Developer, Application Deployment: Microsoft Dynamics CRM, Remedy System Developer, Remedy Force Developer, Mainframe Software Developer, Mobile Application Developers. Examples of Work include but are not limited to: Design the Information Architecture as well as the overall look and feel of a website, and the ability to gather, create, transform, or otherwise manipulate the content in order to allow it to be displayed. Skills include conversion to, and working within, the State s Web Content Management framework (i.e., SharePoint); collection and organization of the site s informational content (e.g., documents and graphics); and the ability to convert content into a form that can be displayed within a web browser using HTML, CSS, and JavaScript. Perform complex software application analysis, design, development, programming, testing and maintenance of websites as well as web- enabled software applications. Skills should include software analysis, design, and development, as well as troubleshooting, diagnosis and repair of software defects, including the ability to perform the technical functions necessary to develop and integrate new web components, as well as implement software upgrades, enhancements, data migrations, system integrations, and other operational activities necessary to support the State s software systems and applications architecture. Perform complex software application analysis, design, development, testing and maintenance of websites as well as software applications for mobile platforms. Skills should include software analysis, design, and development, as well as troubleshooting, diagnosis and repair of software defects; these should include the ability to perform the technical functions necessary to develop and integrate new web components, as well as implement software upgrades, enhancements, data migrations, system integrations, and other operational activities necessary to support the State s software systems and applications architecture. Perform complex software application analysis, design, development, programming, testing and maintenance of SharePoint applications as well as web-enabled software applications. Skills should include software analysis, design, and development, as well as troubleshooting, diagnosis and repair of software defects, including the ability to perform the technical functions necessary to develop and integrate new web components, as well as implement software upgrades, enhancements, data migrations, system integrations, and other operational activities necessary to support the State s software systems and SharePoint architecture. State of Illinois RFP 36 Section 1. Part D. Specifications/Qualifications/Statement of Work

29 Maintain and convert (to.net SQL) existing Microsoft Access software applications. This includes the ability to perform complex software application analysis, design, development, programming, testing and maintenance on multiple versions of MS Access. Skills should include software analysis, design, and development, as well as troubleshooting, diagnosis and repair of software defects, including the ability to perform the technical functions necessary to develop and integrate new features and functions, as well as implement software upgrades, enhancements, data migrations, system integrations, and other operational activities necessary to support the State s software systems and applications architecture. Perform complex software application analysis, design, development, workflow design, programming, workflow development, testing and maintenance using Java programming language. Skills should include software analysis, design, and development, as well as troubleshooting, diagnosis and repair of software defects, including the ability to perform the technical functions necessary to develop and integrate Java-based applications, as well as implement software upgrades, enhancements, data migrations, system integrations, and other operational activities necessary to support the State s software systems and applications architecture. The resource must be familiar with and able to develop applications which are compliant with the standards set forth in the Illinois Information Technology Accessibility Act (IITAA). Perform complex software application analysis, design, development, programming, testing and maintenance on the specified technology platform. Skills should include software analysis, design, and development, as well as troubleshooting, diagnosis and repair of software defects, including the ability to perform the technical functions necessary to implement software upgrades, enhancements, data migrations, system integrations, and other Perform complex software application analysis, design, development, programming, testing and maintenance on the specified technology platform. Skills should include systems analysis and design expertise, competency in leading software application development projects, capability to train and mentor junior developers, experience in complying with various methodologies, and the ability to create and execute software applications within specified software platforms and architectures utilizing the State s standardized tools, techniques, and methodologies. Undertake complex software application analysis and comprehensive system design on the AssetWorks Fleet Management technology platform and be responsible for delivering solutions on-time and on-budget. The resource must also be able to analyze, design and develop code based upon new requirements and customize new or existing Fleet and Fuel Management applications. Skills should include systems analysis and design expertise, competency in leading software application development projects, capability to train and mentor junior developers, experience in complying with various methodologies, and the ability to create and execute software applications within specified software platforms and architectures utilizing the State s standardized tools, techniques, and methodologies. Perform complex software application analysis, design, development, programming, testing and maintenance of Microsoft Dynamics CRM applications. Skills should include software analysis, design, and development, as well as troubleshooting, diagnosis and repair of software defects, including the ability to perform the technical functions necessary to develop and integrate components, as well as implement software upgrades, enhancements, data migrations, system integrations, and other operational activities necessary to support the State s software systems and Microsoft Dynamics CRM architecture. Undertake complex Remedy development efforts, and be responsible for delivering solutions ontime and on-budget. They must be capable of defining technology architecture, creation of strategic roadmaps, technical assessments, and project planning. They must also be able to analyze, design and develop new requirements; customize new or existing ITSM applications; and upgrade ITSM applications from an earlier version using the ARS development environment. The resource must be able to architect solutions in BMC Remedy Action Request System (ARS) as well State of Illinois RFP 37 Section 1. Part D. Specifications/Qualifications/Statement of Work

30 as the ITSM suite, CMDB, SRM, Mid-Tier and related tools. The resource should also be able to develop Crystal Reports and deploy in Crystal Enterprise Server in support of an upgrade project; integrate various external integration tools with ARS (e.g. - SMS, LDAP, Business Objects, and Mobile Device Platforms) in support of an upgrade project. Establish help desk specifications by conferring with users; analyzing workflow, access, information, and security requirements to maintain the system structure. Develops and maintains naming conventions of pick lists, report folders, dashboards, etc. to improve system usability. Maintains updated system documentation and Remedyforce/Salesforce policies & procedures. Manages all system access and security settings. Conduct regular security/configuration audits. Tests and Executes all configuration changes. Performs new release evaluations with business owner & executes new functionality roll-outs. Regularly audits data to uncover data integrity issues and/or opportunities for process improvement. Performs manual or automated data entry/data clean-up as required. Performs mass data imports using the API or Salesforce import tool. Manages all new user set-ups and deactivation; ensures proper license utilization. Manage Pentaho integration between Atrium and our RemedyForce CMDB. Lead integration efforts between solutions such as, Microsoft Active Directory, BMC s Atrium, RemedyForce, BlueStripe, Zabbix, and other systems configuration and deployment utilities to use CMDB data. Manages and implements customization requests by the business, including but not limited to: Creating workflow rules for Incident, Problem, Knowledge, Change, Request and Service Level Management; workflow alerts; automated responses; approval processes related to Change Management and Request Management. Creates and maintains all IT help desk templates; Creates and maintains Knowledgebase; Creates and maintains Reports and Quick Views; Creates and maintains Remedyforce CMDB along with Configuration Item relationships; Creates and maintains the service catalog within Remedyforce; Creates and maintains all service level and operational level agreements, along with underpinning contracts within Remedyforce; Creates and maintains all Service Requests within Remedyforce; Sets up useful links within Self Service and Remedyforce; Modifies the sharing model as required; Creates and manages alert and templates; Creates custom fields and modifies pick list values; Creates and maintains queues; Creates and maintains Chatter; Creates and maintains Accounts, Statuses, the Category Tree, Impact, Urgency & Priority Matrix development concepts, principles, theories and functions supplemented by at least four years of professional experience in software application development. Specialized skills include Remedy, RemedyForce, SalesForce and related technologies. Define, analyze, and document business processes and articulate business requirements to document the desired functionality within information technology business solutions. Perform complex software application analysis, design, development, programming, testing and maintenance on the specified technology platform. Skills should include significant competence in Business Process Management and related disciplines and the technical skills necessary to capture, analyze, and report these requirements utilizing the State s standardized tools and techniques; software analysis, design, and development; troubleshooting, diagnosis and repair of software defects; the ability to perform the technical functions necessary to implement software upgrades, enhancements, data migrations, system integrations, and other operational activities necessary to support the State s software systems and applications architecture. Assume direct responsibility for researching, planning, coordinating and recommending software and system choices to meet an organization's business requirements. Perform complex software application analysis, design, development, programming, testing and maintenance on the specified technology platform. Skills should include systems analysis and design expertise, competency in leading software application development projects, capability to train and mentor junior developers, experience in complying with various methodologies, and the ability to create and execute software applications within specified software platforms and architectures utilizing the State s standardized tools, techniques, and methodologies. State of Illinois RFP 38 Section 1. Part D. Specifications/Qualifications/Statement of Work

31 Category B Description Database Administration: To be pre-qualified vendors must have experience providing resource for database administration areas including such positions as Database Designer, Enterprise Data Administrator, Enterprise Data Architect, Information Exchange Package Document (IEPD) Developer, Examples of Work include but are not limited to: Design, implement and maintain complex production- level database designs and related documentation, including detailed data models, and data flow diagrams for specified database architectures. Evaluate and configure various Database Management System (DBMS) products to match user requirements with system capabilities; determine file organization, indexing methods, and security procedures for system databases; and plan and coordinate data analysis, conversion and migration of existing databases to state of the art DBMS s. Design, implement, maintain, tune and repair enterprise data exchanges and data repositories, including creating Data Exchanges, Mapping ERP, Best of Breed, and Legacy data stores to the NIEM Federated Data Model; Mapping Physical Database fields to the Exchanges; identifying and migrating legacy data; coordinating Data Transformation, and creating and executing a Legacy Data Archival Plan. Must have significant experience and expertise in optimizing the performance of multiple and potentially diverse databases utilized by software systems and applications. Optimize data assets across the enterprise as well as ensure the database architecture is designed to support the organization s strategic goals. Primary duties include establishing Data Architecture as-is and to-be diagrams; defining and maintaining an Enterprise Data Model; managing comprehensive Metadata and Data Dictionary; establishing Data Retention and Archival standards; identifying and maintaining appropriate controls to ensure the privacy, security and integrity of enterprise data; and coordinating Enterprise Data Exchange Services. The enterprise data architecture covers databases, data integration, and the means to readily access the data (typically the Enterprise Data Architect achieves these goals by setting organizational data standards). Skills and experience should include the ability to define the enterprise data architecture vision, strategy, principles, and standards and the ability to produce a comprehensive data management framework for the enterprise. Manage data assets throughout the enterprise. Primary duties include creating and testing Information Exchange Package Documents (IEPDs) to support an Enterprise Data Clearinghouse and Master Data Repository; and creating Data Conversion scripts to enable Data Exchanges, including performing all Extraction, Transformation, and Loading (ETL) and related activities. Additional duties will involve contributing technical expertise associated with sustaining accurate and timely data flow between various components of the enterprise application portfolio. Category C Description Solutions Architecture To be pre-qualified vendors must have experience providing resource for solutions architecture areas including such positions as Microsoft Solution Architect, IBM Solution Architect, Adobe Solution Architect, Enterprise Content, Management Architect, Business Intelligence/Data Architect, SAP Enterprise Resource Planning Architect, Enterprise Resource Planning (ERP) System Integration Architect, Governance, Risk and Compliance Architect, Enterprise Change Management Solution Architect. State of Illinois RFP 39 Section 1. Part D. Specifications/Qualifications/Statement of Work

32 Examples of Work include but are not limited to: Lead complex Microsoft development efforts, and be responsible for delivering solutions on-time and on-budget. Configure Microsoft Visual Studio (MVS), Team Foundation Server (TFS) and other Ultimate Developer tools to align with methodology and optimize development efforts. Define enterprise architecture, creation of strategic roadmaps, developing technical solutions/assessments, and project planning. Installing and configuring Windows Server and IIS Server. Use technical competency and operational experience with the entire Microsoft development stack including authentication and authorization. Be responsible for installing and configuring SharePoint Services Server; in-depth knowledge and expertise with development processes, roles, and techniques; In-depth knowledge and expertise with Windows Workflow, and MSBuild. Conceptualize, define, and implement an end-to-end IBM-based solution architecture suitable for business unit or enterprise deployment. Be responsible for implementing solutions utilizing Asset Analyzer, System Architect, Policy Tester, AppScan and other Rational Suite analysis and development tools. Responsible for evaluating and recommending alternatives for meeting both the short-term and the long-term needs of the business unit. Responsible for drive the definition and validation of the overall solution architecture (including Infrastructure, Application, Data, and Business Process architecture, and the Operations and Support solution approach) necessary to establish a cost-effective, scalable and robust business solution. Conceptualize, define, and implement an end-to-end Enterprise Content Management solution suitable for business unit or enterprise-wide deployment. Use experience in designing business unit and enterprise taxonomies, indexing strategies, and metadata optimization, as well as integration with various graphical user interfaces. Responsible for evaluating and recommending alternatives for meeting both the short-term and the long- term needs of the business unit. Use experience to drive the definition and validation of the overall solution architecture (including Infrastructure, Application, Data, and Business Process architecture, and the Operations and Support solution approach) necessary to establish a cost-effective, scalable and robust business solution. Conceptualize, define, and implement end-to-end Business Intelligence/Data Analytics solutions suitable for business unit or enterprise-wide deployment. Utilize skills and experience in analyzing virtualized data across multiple, disparate data sources and presenting that data via a common graphical user interface. Responsible for evaluating and recommending alternatives for meeting both the short-term and the long-term needs of the business unit. Be able to drive the definition and validation of the overall solution architecture (including Infrastructure, Application, Data, and Business Process architecture, and the Operations and Support solution approach) necessary to establish a cost- effective, scalable and robust business solution. Conceptualize, define, and implement end-to-end SAP Enterprise Resource Planning solutions suitable for business unit or enterprise-wide implementation and deployment. Responsible for analyzing and reconciling existing legacy business processes to conform to industry Best Practice business processes; configuring SAP business functions to accommodate specific agency requirements; and selective remodeling of Best Practices (as appropriate). Responsible for evaluating and recommending alternatives for meeting both the short-term and the long-term needs of the business unit. Utilize expertise necessary to drive the definition and validation of the overall solution architecture (including Infrastructure, Application, Data, and Business Process State of Illinois RFP 40 Section 1. Part D. Specifications/Qualifications/Statement of Work

33 architecture, and the Operations and Support solution approach) necessary to establish a costeffective, scalable and robust business solution. Description: The Resource must demonstrate knowledge and expertise that substantiates their ability to conceptualize define, configure, and implement end-to-end Enterprise Resource Planning (ERP) solutions suitable for business unit or enterprise-wide implementation and deployment. The Resource should have specific knowledge and experience in transforming and integrating existing legacy applications and system interfaces both to sustain System of Record accountability and maintain operational stability as well as to accommodate industry Best Practice business processes; configuring system, software and database interfaces to accommodate specific agency or enterprise requirements; including selective integration of legacy applications with their ERP Best Practice counterparts. The Resource should be capable of evaluating and recommending alternatives for meeting both the short-term and the long-term needs of the business unit. The Resource should possess the experience and expertise necessary to drive the definition and validation of the overall solution architecture (including Infrastructure, Application, Data, and Business Process architecture, and the Operations and Support solution approach) necessary to establish a cost- effective, scalable and robust business solution. Conceptualize, define, configure, and implement end-to-end enterprise-level Governance, Risk and Compliance solutions suitable for business unit or enterprise-wide implementation and deployment. Use knowledge and experience with applicable State and Federal Governance, Risk and Compliance standards, regulations and legislation. Accommodate specific agency or enterprise requirements; including transformation of legacy applications into ERP Best Practice business processes and applications. Evaluate and recommend alternatives for meeting both the short-term and the long-term needs of the business unit. Drive the definition and validation of the overall solution architecture (including Infrastructure, Application, Data, and Business Process architecture, and the Operations and Support solution approach) necessary to establish a cost- effective, scalable and robust business solution. Design, implement and sustain effective Enterprise Change Management systems and methodologies, in support of multiple system integrators, while participating in the iterative configuration of end-to-end Enterprise Resource Planning (ERP) solutions suitable for business unit or enterprise-wide implementation and deployment. Translate complex and often overlapping business requirements into precise specifications necessary to transform business unit and enterprise business processes into industry Best Practices, through multiple iterations and releases, while sustaining efficient and effective business operability at all times. Demonstrate knowledge and expertise throughout the entire System Development Life Cycle, including design, development, testing, and implementation. Evaluate and recommend alternatives for meeting both the shortterm and the long-term needs of the business unit or enterprise. Drive the definition and validation of the overall solution architecture (including Infrastructure, Application, Data, and Business Process architecture, and the Operations and Support solution approach) necessary to establish a costeffective, scalable and robust business solution. Category D Description Program Management: To be pre-qualified vendors must have experience providing resource for program management areas including such positions as Project Manager, Program Manager, Jr. Business Analyst, Sr. Business Analyst, Computer Engineer / Systems Analyst, Enterprise Architect Examples of Work include but are not limited to: State of Illinois RFP 41 Section 1. Part D. Specifications/Qualifications/Statement of Work

34 Plan, coordinate, and manage all aspects of assigned information technology projects. Prepare and present status on project schedules, project costs, project deliverables, project risks, and risk containment strategies. Use Project Management disciplines and the technical skills necessary to capture, analyze, and report requirements utilizing the State s standardized tools and techniques. Assume direct responsibility for the overall cost, schedule and technical performance of multiple inter-related projects or initiatives. Direct all phases of assigned programs and initiatives from inception through completion to achieve desired business objectives and organizational strategies. Serve as primary communicator to executive leadership, various levels of management, technology partners and key customers, (e.g., leading program review sessions with customers to discuss cost, schedule, and technical performance). Define, analyze, and document business processes and articulate business requirements to document the desired functionality within information technology and/or telecommunications based processes or business solutions. Use Business Process Management and related disciplines and the technical skills necessary to capture, analyze, and report requirements utilizing the State s standardized tools and techniques (currently Visio and Provision). Define business objectives, interact with stakeholders, elicit requirements, conduct independent research (for design basis), and apply analytical thinking (to solve problems), visualize systems and processes via graphical representations, and attention to detail (for documentation and testing). Assume direct responsibility for researching, planning, coordinating and recommending software and system choices to meet an organization's business requirements. Use skills: analytical, technical, managerial, and interpersonal. Identify opportunities and to analyze and solve problems. Understand the potential and the limitations of information technology. Work with various programming languages, operating systems, and computer hardware platforms. Work with end users as well as with analysts, programmers, and other systems professionals. Translate an organization or enterprise business strategy into an IT systems architecture that will support that strategy. Analytically assess, investigate, interpret and creatively solve complex technical problems. Participating on assigned teams as well as providing specialized assistance to other teams or groups, and participating in defining technology architecture, creating strategic roadmaps and technical assessments, and project planning. Produce technical reports in areas of assigned specialty; to assure that technical, project schedules, quality, and cost objectives are met; to contribute or lead the development of new concepts and improve existing techniques; and to provide guidance to team members. Serve as the primary communicator to executive leadership, various levels of management technology partners and key customers, (e.g., leading program review sessions with customers to discuss cost, schedule, and technical performance). Category E Description Technical Support: To be pre-qualified vendors must have experience providing resource for technical support areas including such positions as Technical Writers; Technology Trainers; Software Quality Assurance Specialists; Production Control Specialist; Data Analytics, IT Research, Management Consulting and other related IT consulting support roles. Examples of Work include but are not limited to: Create new documentation from provided system information, and/or through examination of subject system/procedure, and/or thorough interviewing techniques. Create new documentation State of Illinois RFP 42 Section 1. Part D. Specifications/Qualifications/Statement of Work

35 from experience and expertise in subject area, to plan and estimate work of a team by phase, and to report work progress of team. Creating online interface documentation and have exposure to interface tools; be able to ensure that proper cross-referencing occurs within the informational units and ensure that the front matter, body and back matter are complete and are formatted correctly; and ensure that the material is presented in a user-friendly manner and that all artwork is reviewed for appropriateness and accuracy. Create the general design and delivery of training courses in information and communication technology including desktop applications and organization-specific software. Providing training in more technical areas for software engineers, technicians, website designers and programmers. Prepare and conduct comprehensive software testing, with substantial experience within the specified technology platform. Work with small, agile teams of software designers, developers, and quality assurance specialists to develop and release high quality, secure, accessible software with a range of experience testing using various web browsers and technology platforms. Software quality assurance processes and best practices rapidly absorb product knowledge, and articulate technical problems to any audience. Monitor, manage, and troubleshoot various types of production control methods, including print operations, report generation and distribution, data load and data transfer routines, etc. Provide IT research and advisory services and assist agencies with building specifications for solicitations and project planning based on industry-best practices. Provide management consulting for business process re-engineering as well as for service streamlining, identifying new business models, service delivery models, etc. Category F Description Security Management: To be pre-qualified vendors must have experience providing resource for security management areas including such positions as Information Security Compliance Analyst, Security Vulnerability Analyst, Security Assessor, Application/Data Security Assessor, Disaster Recovery Services Specialist, Information Security Implementation Specialist, PKI Administrative Specialist, Public Key Infrastructure Code Implementation Specialist, PKI Systems Analyst Examples of Work include but are not limited to: Assess, analyze, implement and manage information security within a complex organization. Ensure compliance within the State s security program regarding privacy, integrity and availability regulations and other applicable state and federal laws, including the Federal Information Security Management Act (FISMA). PCI, PII, FTI, HIPAA, and NIST standards. Development, implementation, maintenance, and compliance with the State s policies, procedures and standards as well as training in security policies and practices. Review the security features of existing and new computing systems to ensure that they meet the security requirements within the organization. Detect, identify, and scan for vulnerable nodes and software with a solid background in networking and TCP/IP. State of Illinois RFP 43 Section 1. Part D. Specifications/Qualifications/Statement of Work

36 Assess the various technical components (e.g., servers, databases, logs, web applications) of a compliance/security solution. Use knowledge of PCI, PII, FTI, HIPAA and NIST standards, as well as assessing if security policies and governance processes are sound and being followed. Present findings to Security Managers. Oversee software application and data security programs including secure software development lifecycle management and secure data management processes. This may include oversight of agency/enterprise software applications, and creation/revision of agency/enterprise policies and procedures regarding application and data security. Oversee disaster recovery project management and processes which may include agency applications, telecommunication equipment and network infrastructure; document disaster recovery testing and results; write and revise agency policies and procedures regarding disaster recovery; and assist Agency security administrator in performing risk assessments and disaster recovery exercises. Shape and implement security based on FISMA provisions while specific to State requirements. Implement a system security plan that fully describes the information system (e.g. purpose, capabilities, operating environment, and interconnections with other systems, user characteristics, and privileges). Create a system security categorization schema that can be followed State-wide. Develop a threat analysis process to identify potential dangers that could exploit information system flaws or weaknesses. Develop a process for gathering the appropriate data to define and implement the appropriate system specific and common security controls. Create a system authorization process with related policy and procedures. Develop and implement a risk management framework to be used State-wide to define internal as well as external risks. Administer an enterprise PKI environment. Confirm and registering an individual s proof of identity for authentication and security purposes. Serve as a system analyst specializing in design of solutions utilizing PKI technology. Design systems and programs to achieve desired functionality with PKI as a main component, produce diagrams, develop specifications, and document final solutions in accordance with existing customer standards, and communicate system and program design to both application programmers and business owners. D.1. SUBCONTRACTING D.1.1. Subcontractors are allowed. A subcontractor is a person or entity that enters into a contractual agreement with a total value of $50,000 or more with a person or entity who has a contract subject to the Illinois Procurement Code pursuant to which the person or entity provides some or all of the goods, services, real property, remuneration, or other monetary forms of consideration that are the subject of the primary State contract, including subleases from a lessee of a State contract. If subcontractors are to be utilized, Offeror must identify subcontractors expected to receive $50,000 or more annually under the contract and disclose the expected amount of money each will receive in the Subcontractor Disclosure form found in Section 3 Part I. D.1.2. The Offeror shall notify the State of any additional or substitute subcontractors hired during the term of the contract. If required, Offeror shall provide the State a copy of all such subcontracts within fifteen (15) days after execution of the contract or the subcontract, whichever occurs later. State of Illinois RFP 44 Section 1. Part D. Specifications/Qualifications/Statement of Work

37 D.1.3. Any subcontracts entered into prior to award of the contract are done at the sole risk of the Offeror and subcontractor(s). D.2. WHERE SERVICES ARE TO BE PERFORMED D.2.1. Unless otherwise disclosed in this section, all services shall be performed in the United States. This information and the economic impact on Illinois and its residents may be considered in the evaluation. If the Offeror performs the services purchased hereunder in another country in violation of this provision, such action may be deemed by the State as a breach of the contract by Offeror. D.2.2. Offeror shall disclose the locations where the services required shall be performed and the known or anticipated value of the services to be performed at each location. If the Offeror received additional consideration in the evaluation based on work being performed in the United States, it shall be a breach of contract if the Offeror shifts any such work outside the United States. D.2.3. Location where services will be performed: Click here to enter text. D.2.4. Percentage of contract of services performed at this location: Click here to enter text. Include Part D and related attachments in Packet 1 State of Illinois RFP 45 Section 1. Part D. Specifications/Qualifications/Statement of Work

38 STATE OF ILLINOIS CONTRACT MULTI-STEP SEALED BIDDING Terms and Conditions Contract for Multi-Step Invitation for Bid The Parties to this contract are the State of Illinois acting through the undersigned Agency (collectively the State) and the Vendor. This contract, consisting of the signature page and numbered sections listed below and any attachments referenced in this contract, constitute the entire contract between the Parties concerning the subject matter of the contract. This contract supersedes all prior proposals, contracts and understandings between the Parties concerning the subject matter of the contract. This contract can be signed in multiple counterparts and signature may be electronic or digital upon agreement of the Parties. 1. TERM AND TERMINATION 2. STANDARD BUSINESS TERMS AND CONDITIONS 3. SUPPLEMENTAL PROVISIONS 4. STANDARD CERTIFICATIONS 5. FINANCIAL DISCLOSURES AND CONFLICTS OF INTEREST 6. DISCLOSURE OF BUSINESS OPERATIONS WITH IRAN In consideration of the mutual covenants and agreements contained in this contract, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree to the terms and conditions set forth herein and have caused this contract to be executed by their duly authorized representatives on the dates shown on the following CONTRACT SIGNATURES page. 1

39 STATE OF ILLINOIS CONTRACT MULTI-STEP SEALED BIDDING Terms and Conditions Contract for Multi-Step Invitation for Bid VENDOR Vendor Name: Address: Signature: Phone: Printed Name: Fax: Title: Date: STATE OF ILLINOIS Procuring Agency or University: Phone: Street Address: Fax: City, State ZIP: Official Signature: Date: Printed Name: Official s Title: Director Designee Signature: Date: Designee Printed Name: Designee Title: 2

40 TERM AND TERMINATION: 1. TERM OF THIS CONTRACT: This contract has an initial term of 60 months. If a start date is not identified, then the term shall commence upon the last dated signature of the Parties In no event will the total term of this contract, including the initial term, any renewal terms and any extensions, exceed ten (10) years Vendor shall not commence billable work in furtherance of this contract prior to final execution of this contract except when permitted pursuant to 30 ILCS 500/ RENEWAL: Subject to the maximum total term identified above, the State has the option to renew for the following term(s): one 60 month renewal option 2. TERMINATION FOR CAUSE: The State may terminate this contract, in whole or in part, immediately upon notice to the Vendor if: (a) the State determines that the actions or inactions of the Vendor, its agents, employees or subcontractors have caused, or reasonably could cause, jeopardy to health, safety, or property, or (b) the Vendor has notified the State that it is unable or unwilling to perform this contract. If Vendor fails to perform any material requirement of this contract to the State s satisfaction, is in violation of a material provision of this contract, or the State determines that the Vendor lacks the financial resources to perform the contract, then the State shall provide written notice to the Vendor to cure the problem identified within the period of time specified in the State s written notice. If not cured by that date the State may either: (a) immediately terminate this contract without additional written notice or (b) enforce the terms and conditions of this contract. For termination due to any of the causes contained in this Section, the State retains its rights to seek any available legal or equitable remedies and damages. TERMINATION FOR CONVENIENCE: The State may, for its convenience and with thirty (30) days prior written notice to Vendor, terminate this contract in whole or in part and without payment of any penalty or incurring any further obligation to the Vendor Upon submission of invoices and proof of claim, the Vendor shall be entitled to compensation for supplies and services provided in compliance with this contract up to and including the date of termination. 3. AVAILABILITY OF APPROPRIATION: This contract is contingent upon and subject to the availability of funds. The State, at its sole option, may terminate or suspend this contract, in whole or in part, without penalty or further payment being required, if (1) the Illinois General Assembly or the Federal funding source fails to make an appropriation sufficient to pay such obligation, or if funds needed are insufficient for any reason (30 ILCS 500/20-60), (2) the Governor decreases the Agency s funding by reserving some or all of the Agency s appropriation(s) pursuant to power delegated to the Governor by the Illinois General Assembly, or (3) the Agency determines, in its sole discretion or as directed by the Office of the Governor, that a reduction is necessary or advisable based upon actual or projected budgetary considerations. Contractor will be notified in writing of the failure of appropriation or of a reduction or decrease. State of Illinois RFP 3 Attachment EE - Supplemental Provisions V.13.5

41 4. STANDARD BUSINESS TERMS AND CONDITIONS 4.1 PAYMENT TERMS AND CONDITIONS: Late Payment: Payments, including late payment charges, will be paid in accordance with the State Prompt Payment Act and rules when applicable. 30 ILCS 540; 74 III. Adm. Code 900. This shall be Vendor s sole remedy for late payments by the State. Payment terms contained on Vendor s invoices shall have no force and effect Minority Contractor Initiative: Any Vendor awarded a contract under Section 20-10, 20-15, or of the Illinois Procurement Code (30 ILCS 500) of $1,000 or more is required to pay a fee of $15. The Comptroller shall deduct the fee from the first check issued to the Vendor under the contract and deposit the fee in the Comptroller s Administrative Fund. 15 ILCS 405/ Expenses: The State will not pay for supplies provided or services rendered, including related expenses, incurred prior to the execution of this contract by the Parties even if the effective date of the contract is prior to execution Prevailing Wage: As a condition of receiving payment Vendor must (i) be in compliance with the contract, (ii) pay its employees prevailing wages when required by law, (iii) pay its suppliers and subcontractors according to the terms of their respective contracts, and (iv) provide lien waivers to the State upon request. Examples of prevailing wage categories include public works, printing, janitorial, window washing, building and grounds services, site technician services, natural resource services, security guard and food services. The prevailing wages are revised by the Department of Labor and are available on the Department s official website, which shall be deemed proper notification of any rate changes under this subsection. Vendor is responsible for contacting the Illinois Department of Labor to ensure understanding of prevailing wage requirements at or ( Federal Funding: This contract may be partially or totally funded with Federal funds. If federal funds are expected to be used, then the percentage of the good/service paid using Federal funds and the total Federal funds expected to be used will be provided in the award notice Invoicing: By submitting an invoice, Vendor certifies that the supplies or services provided meet all requirements of the contract, and the amount billed and expenses incurred are as allowed in the contract. Invoices for supplies purchased, services performed and expenses incurred through June 30 of any year must be submitted to the State no later than July 31 of that year; otherwise Vendor may have to seek payment through the Illinois Court of Claims. 30 ILCS 105/25. All invoices are subject to statutory offset. 30 ILCS Vendor shall not bill for any taxes unless accompanied by proof that the State is subject to the tax. If necessary, Vendor may request the applicable Agency/University state tax exemption number and federal tax exemption information The awarded Vendor shall invoice on the 16 th (charges for 1 st -15 th of each month) and the first day of each month (charges for 16 th -last day of each preceding month). Vendor shall not bill for any taxes unless accompanied by proof the State is subject to the tax. If necessary, Vendor may request the applicable agency s Illinois tax exemption number and federal tax exemption information. State of Illinois RFP 4 Attachment EE - Supplemental Provisions V.13.5

42 Send invoices to: Agency/University: Attn: Address: City, State Zip TBD 4.2 ASSIGNMENT: This contract may not be assigned, transferred in whole or in part by Vendor without the prior written consent of the State. 4.3 SUBCONTRACTING: For purposes of this section, subcontractors are those specifically hired to perform all or part of the work covered by the contract. Vendor must receive prior written approval before use of any subcontractors in the performance of this contract. Vendor shall describe, in an attachment if not already provided, the names and addresses of all authorized subcontractors to be utilized by Vendor in the performance of this contract, together with a description of the work to be performed by the subcontractor and the anticipated amount of money that each subcontractor is expected to receive pursuant to this contract. If required, Vendor shall provide a copy of any subcontracts within 15 days after execution of this contract. All subcontracts must include the same certifications that Vendor must make as a condition of this contract. Vendor shall include in each subcontract the subcontractor certifications as shown on the Standard Subcontractor Certification form available from the State. If at any time during the term of the Contract, Vendor adds or changes any subcontractors, then Vendor must promptly notify, by written amendment to the Contract, the State Purchasing Officer or the Chief Procurement Officer of the names and addresses and the expected amount of money that each new or replaced subcontractor will receive pursuant to the Contract. 4.4 AUDIT/RETENTION OF RECORDS: Vendor and its subcontractors shall maintain books and records relating to the performance of the contract or subcontract and necessary to support amounts charged to the State pursuant the contract or subcontract. Books and records, including information stored in databases or other computer systems, shall be maintained by the Vendor for a period of three years from the later of the date of final payment under the contract or completion of the contract, and by the subcontractor for a period of three years from the later of final payment under the term or completion of the subcontract. If federal funds are used to pay contract costs, the Vendor and its subcontractors must retain its records for five years. Books and records required to be maintained under this section shall be available for review or audit by representatives of: the procuring Agency/University, the Auditor General, the Executive Inspector General, the Chief Procurement Officer, State of Illinois internal auditors or other governmental entities with monitoring authority, upon reasonable notice and during normal business hours. Vendor and its subcontractors shall cooperate fully with any such audit and with any investigation conducted by any of these entities. Failure to maintain books and records required by this section shall establish a presumption in favor of the State for the recovery of any funds paid by the State under the contract for which adequate books and records are not available to support the purported disbursement. The Vendor or subcontractors shall not impose a charge for audit or examination of the Vendor s books and records. 30 ILCS 500/ TIME IS OF THE ESSENCE: Time is of the essence with respect to Vendor s performance of this contract. Vendor shall continue to perform its obligations while any dispute concerning the contract is being resolved unless otherwise directed by the State. 4.6 NO WAIVER OF RIGHTS: Except as specifically waived in writing, failure by a Party to exercise or enforce a right does not waive that Party s right to exercise or enforce that or other rights in the future. State of Illinois RFP 5 Attachment EE - Supplemental Provisions V.13.5

43 4.7 FORCE MAJEURE: Failure by either Party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control and not due to its negligence, including acts of nature, acts of terrorism, riots, labor disputes, fire, flood, explosion, and governmental prohibition. The non-declaring Party may cancel the contract without penalty if performance does not resume within 30 days of the declaration. 4.8 CONFIDENTIAL INFORMATION: Each Party, including its agents and subcontractors, to this contract may have or gain access to confidential data or information owned or maintained by the other Party in the course of carrying out its responsibilities under this contract. Vendor shall presume all information received from the State or to which it gains access pursuant to this contract is confidential. Vendor information, unless clearly marked as confidential and exempt from disclosure under the Illinois Freedom of Information Act, shall be considered public. No confidential data collected, maintained, or used in the course of performance of the contract shall be disseminated except as authorized by law and with the written consent of the disclosing Party, either during the period of the contract or thereafter. The receiving Party must return any and all data collected, maintained, created or used in the course of the performance of the contract, in whatever form it is maintained, promptly at the end of the contract, or earlier at the request of the disclosing Party, or notify the disclosing Party in writing of its destruction. The foregoing obligations shall not apply to confidential data or information lawfully in the receiving Party s possession prior to its acquisition from the disclosing Party; received in good faith from a third Party not subject to any confidentiality obligation to the disclosing Party; now is or later becomes publicly known through no breach of confidentiality obligation by the receiving Party; or is independently developed by the receiving Party without the use or benefit of the disclosing Party s confidential information. 4.9 USE AND OWNERSHIP: All work performed or supplies created by Vendor under this contract, whether written documents or data, goods or deliverables of any kind, shall be deemed work for hire under copyright law and all intellectual property and other laws, and the State of Illinois is granted sole and exclusive ownership to all such work, unless otherwise agreed in writing. Vendor hereby assigns to the State all right, title, and interest in and to such work including any related intellectual property rights, and/or waives any and all claims that Vendor may have to such work including any so-called "moral rights" in connection with the work. Vendor acknowledges the State may use the work product for any purpose. Confidential data or information contained in such work shall be subject to confidentiality provisions of this contract INDEMNIFICATION AND LIABILITY: The Vendor shall indemnify and hold harmless the State of Illinois, its agencies, officers, employees, agents and volunteers from any and all costs, demands, expenses, losses, claims, damages, liabilities, settlements and judgments, including in-house and contracted attorneys fees and expenses, arising out of: (a) any breach or violation by Vendor of any of its certifications, representations, warranties, covenants or agreements; (b) any actual or alleged death or injury to any person, damage to any property or any other damage or loss claimed to result in whole or in part from Vendor s negligent performance; or (c) any negligent act, activity or omission of Vendor or any of its employees, representatives, subcontractors or agents. Neither Party shall be liable for incidental, special, consequential or punitive damages. State of Illinois RFP 6 Attachment EE - Supplemental Provisions V.13.5

44 4.11 INSURANCE: Vendor shall, at all time during the term and any renewals maintain and provide a Certificate of Insurance naming the State as additional insured for all required bonds and insurance. Certificates may not be modified or canceled until at least 30 days notice has been provided to the State. Vendor shall provide: (a) General Commercial Liability occurrence form in amount of $1,000,000 per occurrence (Combined Single Limit Bodily Injury and Property Damage) and $2,000,000 Annual Aggregate; (b) Auto Liability, including Hired Auto and Non-owned Auto, (Combined Single Limit Bodily Injury and Property Damage) in amount of $1,000,000 per occurrence; and (c) Worker s Compensation Insurance in amount required by law. Insurance shall not limit Vendor s obligation to indemnify, defend, or settle any claims INDEPENDENT CONTRACTOR: Vendor shall act as an independent contractor and not an agent or employee of, or joint venture with the State. All payments by the State shall be made on that basis SOLICITATION AND EMPLOYMENT: Vendor shall not employ any person employed by the State during the term of this contract to perform any work under this contract. Vendor shall give notice immediately to the Agency s director if Vendor solicits or intends to solicit State employees to perform any work under this contract COMPLIANCE WITH THE LAW: The Vendor, its employees, agents, and subcontractors shall comply with all applicable federal, state, and local laws, rules, ordinances, regulations, orders, federal circulars and all license and permit requirements in the performance of this contract. Vendor shall be in compliance with applicable tax requirements and shall be current in payment of such taxes. Vendor shall obtain at its own expense, all licenses and permissions necessary for the performance of this contract BACKGROUND CHECK: Whenever the State deems it reasonably necessary for security reasons, the State may conduct, at its expense, criminal and driver history background checks of Vendor s and subcontractors officers, employees or agents. Vendor or subcontractor shall reassign immediately any such individual who, in the opinion of the State, does not pass the background check APPLICABLE LAW: This contract shall be construed in accordance with and is subject to the laws and rules of the State of Illinois. The Department of Human Rights Equal Opportunity requirements (44 Ill. Adm. Code 750) are incorporated by reference. Any claim against the State arising out of this contract must be filed exclusively with the Illinois Court of Claims. 705 ILCS 505/1. The State shall not enter into binding arbitration to resolve any contract dispute. The State of Illinois does not waive sovereign immunity by entering into this contract. The official text of cited statutes is incorporated by reference. An unofficial version can be viewed at ( ANTI-TRUST ASSIGNMENT: If Vendor does not pursue any claim or cause of action it has arising under federal or state antitrust laws relating to the subject matter of the contract, then upon request of the Illinois Attorney General, Vendor shall assign to the State rights, title and interest in and to the claim or cause of action CONTRACTUAL AUTHORITY: The Agency that signs for the State of Illinois shall be the only State entity responsible for performance and payment under the contract. When the Chief Procurement Officer or authorized designee signs in addition to an Agency, they do so as approving officer and shall have no State of Illinois RFP 7 Attachment EE - Supplemental Provisions V.13.5

45 liability to Vendor. When the Chief Procurement Officer or authorized designee, or State Purchasing Officer signs a master contract on behalf of State agencies, only the Agency that places an order with the Vendor shall have any liability to Vendor for that order NOTICES: Notices and other communications provided for herein shall be given in writing by registered or certified mail, return receipt requested, by receipted hand delivery, by courier (UPS, Federal Express or other similar and reliable carrier), by , or by fax showing the date and time of successful receipt. Notices shall be sent to the individuals who signed the contract using the contact information following the signatures. Each such notice shall be deemed to have been provided at the time it is actually received. By giving notice, either Party may change the contact information MODIFICATIONS AND SURVIVAL: Amendments, modifications and waivers must be in writing and signed by authorized representatives of the Parties. Any provision of this contract officially declared void, unenforceable, or against public policy, shall be ignored and the remaining provisions shall be interpreted, as far as possible, to give effect to the Parties intent. All provisions that by their nature would be expected to survive, shall survive termination. In the event of a conflict between the State s and the Vendor s terms, conditions and attachments, the State s terms, conditions and attachments shall prevail PERFORMANCE RECORD / SUSPENSION: Upon request of the State, Vendor shall meet to discuss performance or provide contract performance updates to help ensure proper performance of the contract. The State may consider Vendor s performance under this contract and compliance with law and rule to determine whether to continue the contract, suspend Vendor from doing future business with the State for a specified period of time, or to determine whether Vendor can be considered responsible on specific future contract opportunities FREEDOM OF INFORMATION ACT: This contract and all related public records maintained by, provided to or required to be provided to the State are subject to the Illinois Freedom of Information Act (FOIA) (50 ILCS 140) notwithstanding any provision to the contrary that may be found in this contract SCHEDULE OF WORK: Any work performed on State premises shall be done during the hours designated by the State and performed in a manner that does not interfere with the State and its personnel WARRANTIES FOR SUPPLIES AND SERVICES: Vendor warrants that the supplies furnished under this contract will: (a) conform to the standards, specifications, drawing, samples or descriptions furnished by the State or furnished by the Vendor and agreed to by the State, including but not limited to all specifications attached as exhibits hereto; (b) be merchantable, of good quality and workmanship, and free from defects for a period of twelve months or longer if so specified in writing, and fit and sufficient for the intended use; (c) comply with all federal and state laws, regulations and ordinances pertaining to the manufacturing, packing, labeling, sale and delivery of the supplies; (d) be of good title and be free and clear of all liens and encumbrances and; (e) not infringe any patent, copyright or other intellectual property rights of any third party. Vendor agrees to reimburse State of Illinois RFP 8 Attachment EE - Supplemental Provisions V.13.5

46 the State for any losses, costs, damages or expenses, including without limitations, reasonable attorney s fees and expenses, arising from failure of the supplies to meet such warranties Vendor shall insure that all manufacturers warranties are transferred to the State and shall provide a copy of the warranty. These warranties shall be in addition to all other warranties, express, implied or statutory, and shall survive the State s payment, acceptance, inspection or failure to inspect the supplies Vendor warrants that all services will be performed to meet the requirements of the contract in an efficient and effective manner by trained and competent personnel. Vendor shall monitor performances of each individual and shall reassign immediately any individual who is not performing in accordance with the contract, who is disruptive or not respectful of others in the workplace, or who in any way violates the contract or State policies REPORTING, STATUS AND MONITORING SPECIFICATIONS: Vendor shall immediately notify the State of any event that may have a material impact on Vendor s ability to perform the contract By August 31 of each year, Vendor shall report to the Agency or University the number of qualified veterans and certain ex-offenders hired during Vendor s last completed fiscal year. Vendor may be entitled to employment tax credit for hiring individuals in those groups. 35 ILCS 5/216, 5/ EMPLOYMENT TAX CREDIT: Vendors who hire qualified veterans and certain ex-offenders may be eligible for tax credits. 30 ILCS 500/45-67 and Please contact the Illinois Department of Revenue (telephone #: ) for information about tax credits. State of Illinois RFP 9 Attachment EE - Supplemental Provisions V.13.5

47 5.0 SUPPLEMENTAL PROVISIONS 5.1 Agency/University Supplemental Provisions: Agency/University Definitions Required Federal Clauses, Certifications and Assurances American Recovery and Reinvestment Act of 2009 (ARRA) Requirements Public Works Requirements (construction and maintenance of a public work) 820 ILCS 130/4. Prevailing Wage (janitorial cleaning, window cleaning, building and grounds, site technician, natural resources, food services, and security services, if valued at more than $200 per month or $2,000 per year or printing) 30 ILCS 500/ Agency/University Specific Terms and Conditions Other (describe) 5.2 Offeror Supplemental Provisions: State of Illinois RFP 10 Attachment EE - Supplemental Provisions V.13.5

48 STATE OF ILLINOIS STANDARD CERTIFICATIONS Vendor acknowledges and agrees that compliance with this subsection in its entirety for the term of the contract and any renewals is a material requirement and condition of this contract. By executing this contract Vendor certifies compliance with this subsection in its entirety, and is under a continuing obligation to remain in compliance and report any non-compliance. This subsection, in its entirety, applies to subcontractors used on this contract. Vendor shall include these Standard Certifications in any subcontract used in the performance of the contract using the Standard Subcontractor Certification form provided by the State. If this contract extends over multiple fiscal years, including the initial term and all renewals, Vendor and its subcontractors shall confirm compliance with this section in the manner and format determined by the State by the date specified by the State and in no event later than July 1 of each year that this contract remains in effect. If the Parties determine that any certification in this section is not applicable to this contract it may be stricken without affecting the remaining subsections. K.1. As part of each certification, Vendor acknowledges and agrees that should Vendor or its subcontractors provide false information, or fail to be or remain in compliance with the Standard Certification requirements, one or more of the following sanctions will apply: the contract may be void by operation of law, the State may void the contract, and the Vendor and it subcontractors may be subject to one or more of the following: suspension, debarment, denial of payment, civil fine, or criminal penalty. Identifying a sanction or failing to identify a sanction in relation to any of the specific certifications does not waive imposition of other sanctions or preclude application of sanctions not specifically identified. K.2. K.3. K.4. K.5. Vendor certifies it and its employees will comply with applicable provisions of the United States Civil Rights Act, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act, and applicable rules in performance of this contract. Vendor, if an individual, sole proprietor, partner or an individual as member of a LLC, certifies he/she is not in default on an educational loan. 5 ILCS 385/3. Vendor, if an individual, sole proprietor, partner or an individual as member of a LLC, certifies it he/she has not received (i) an early retirement incentive prior to 1993 under Section or of the Illinois Pension Code or (ii) an early retirement incentive on or after 2002 under Section or of the Illinois Pension Code. 30 ILCS 105/15a; 40 ILCS 5/ ; 40 ILCS 5/ Vendor certifies that it is a legal entity authorized to do business in Illinois prior to submission of a bid, offer, or proposal. 30 ILCS 500/1.15.8, State of Illinois RFP 11 Attachment GG Standard Certifications V.13.5

49 K.6. K.7. K.8. K.9. K.10. K.11. K.12. K.13. K.14. K.15. To the extent there was a current Vendor providing the services covered by this contract and the employees of that Vendor who provided those services are covered by a collective bargaining agreement, Vendor certifies (i) that it will offer to assume the collective bargaining obligations of the prior employer, including any existing collective bargaining agreement with the bargaining representative of any existing collective bargaining unit or units performing substantially similar work to the services covered by the contract subject to its bid or offer; and (ii) that it shall offer employment to all employees currently employed in any existing bargaining unit who perform substantially similar work to the work that will be performed pursuant to this contract. This does not apply to heating, air conditioning, plumbing and electrical service contracts. 30 ILCS 500/ Vendor certifies it has neither been convicted of bribing or attempting to bribe an officer or employee of the State of Illinois or any other State, nor made an admission of guilt of such conduct that is a matter of record. 30 ILCS 500/50-5. If Vendor has been convicted of a felony, Vendor certifies at least five years have passed after the date of completion of the sentence for such felony, unless no person held responsible by a prosecutor s office for the facts upon which the conviction was based continues to have any involvement with the business. 30 ILCS 500/ If Vendor or any officer, director, partner, or other managerial agent of Vendor has been convicted of a felony under the Sarbanes-Oxley Act of 2002, or a Class 3 or Class 2 felony under the Illinois Securities Law of 1953, Vendor certifies at least five years have passed since the date of the conviction. Vendor further certifies that it is not barred from being awarded a contract and acknowledges that the State shall declare the contract void if this certification is false. 30 ILCS 500/ Vendor certifies it is not barred from having a contract with the State based upon violating the prohibitions related to either submitting/writing specifications or providing assistance to an employee of the State of Illinois by reviewing, drafting, directing, or preparing any Multi-Step Invitation for Bids, a request for proposal, or request of information, or similar assistance (except as part of a public request for such information). 30 ILCS 500/ (e), amended by Pub. Act No (August 3, 2012). Vendor certifies that it and its affiliates are not delinquent in the payment of any debt to the State (or if delinquent has entered into a deferred payment plan to pay the debt), and Vendor and its affiliates acknowledge the State may declare the contract void if this certification is false or if Vendor or an affiliate later becomes delinquent and has not entered into a deferred payment plan to pay off the debt. 30 ILCS 500/50-11, Vendor certifies that it and all affiliates shall collect and remit Illinois Use Tax on all sales of tangible personal property into the State of Illinois in accordance with provisions of the Illinois Use Tax Act and acknowledges that failure to comply may result in the contract being declared void. 30 ILCS 500/ Vendor certifies that it has not been found by a court or the Pollution Control Board to have committed a willful or knowing violation of the Environmental Protection Act within the last five years, and is therefore not barred from being awarded a contract. 30 ILCS 500/ Vendor certifies it has neither paid any money or valuable thing to induce any person to refrain from bidding on a State contract, nor accepted any money or other valuable thing, or acted upon the promise of same, for not bidding on a State contract. 30 ILCS 500/ Vendor certifies it is not in violation of the Revolving Door provisions of the Illinois Procurement Code. 30 ILCS 500/ State of Illinois RFP 12 Attachment GG Standard Certifications V.13.5

50 K.16. K.17. K.18. K.19. K.20. Vendor certifies that it has not retained a person or entity to attempt to influence the outcome of a procurement decision for compensation contingent in whole or in part upon the decision or procurement. 30 ILCS 500/ Vendor certifies that if it has hired a person required to register under the Lobbyist Registration Act to assist in obtaining any State contract, that none of the lobbyist s costs, fees, compensation, reimbursements, or other remuneration were billed to the State. 30 ILCS 500\ Vendor certifies it will report to the Illinois Attorney General and the Chief Procurement Officer any suspected collusion or other anti-competitive practice among any bidders, vendors, contractors, proposers, or employees of the State. 30 ILCS 500/50-40, 50-45, Vendor certifies steel products used or supplied in the performance of a contract for public works shall be manufactured or produced in the United States, unless the executive head of the procuring Agency/University grants an exception. 30 ILCS 565. Drug Free Workplace If Vendor employs 25 or more employees and this contract is worth more than $5,000, Vendor certifies it will provide a drug free workplace pursuant to the Drug Free Workplace Act If Vendor is an individual and this contract is worth more than $5000, Vendor certifies it shall not engage in the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance during the performance of the contract. 30 ILCS 580. K.21. K.22. K.23. K.24. K.25. K.26. K.27. K.28. Vendor certifies that neither Vendor nor any substantially owned affiliate is participating or shall participate in an international boycott in violation of the U.S. Export Administration Act of 1979 or the applicable regulations of the United States. Department of Commerce. 30 ILCS 582. Vendor certifies it has not been convicted of the offense of bid rigging or bid rotating or any similar offense of any state or of the United States. 720 ILCS 5/33 E-3, E-4. Vendor certifies it complies with the Illinois Department of Human Rights Act and rules applicable to public contracts, which include providing equal employment opportunity, refraining from unlawful discrimination, and having written sexual harassment policies. 775 ILCS 5/ Vendor certifies it does not pay dues to or reimburse or subsidize payments by its employees for any dues or fees to any discriminatory club. 775 ILCS 25/2. Vendor certifies that no foreign-made equipment, materials, or supplies furnished to the State under the contract have been or will be produced in whole or in part by forced labor or indentured labor under penal sanction. 30 ILCS 583. Vendor certifies that no foreign-made equipment, materials, or supplies furnished to the State under the contract have been produced in whole or in part by the labor of any child under the age of ILCS 584. Vendor certifies that any violation of the Lead Poisoning Prevention Act, as it applies to owners of residential buildings, has been mitigated. 410 ILCS 45. Vendor warrants and certifies that it and, to the best of its knowledge, its subcontractors have and will comply with Executive Order No. 1 (2007). The Order generally prohibits Vendors and subcontractors from hiring the then-serving Governor s family members to lobby procurement activities of the State, or any other unit of government in Illinois including local governments if that procurement may result in a contract valued at over State of Illinois RFP 13 Attachment GG Standard Certifications V.13.5

51 $25,000. This prohibition also applies to hiring for that same purpose any former State employee who had procurement authority at any time during the one-year period preceding the procurement lobbying activity. K.29. K.30. Vendor certifies that information technology, including electronic information, software, systems and equipment, developed or provided under this contract comply with the applicable requirements of the Illinois Information Technology Accessibility Act Standards as published at ( 30 ILCS 587. Vendor certifies that it has read, understands, and is in compliance with the registration requirements of the Elections Code (10 ILCS 5/9-35) and the restrictions on making political contributions and related requirements of the Illinois Procurement Code. 30 ILCS 500/ and Vendor will not make a political contribution that will violate these requirements. In accordance with section of the Illinois Procurement Code, Vendor certifies as applicable: Vendor is not required to register as a business entity with the State Board of Elections. or Vendor has registered with the State Board of Elections. As a registered business entity, Vendor acknowledges a continuing duty to update the registration as required by the Act. K.31. K.32. Vendor certifies that if it is awarded a contract through the use of the preference required by the Procurement of Domestic Products Act, then it shall provide products pursuant to the contract or a subcontract that are manufactured in the United States. 30 ILCS 517. A person (other than an individual acting as a sole proprietor) must be a duly constituted legal entity and authorized to do business in Illinois prior to submitting a bid or offer. 30 ILCS 500/ If you do not meet these criteria, then your bid or offer will be disqualified. Vendor must make one of the following four certifications by checking the appropriate box. If C or D is checked, then Vendor must attach to this form the requested documentation. A. Vendor certifies it is an individual acting as a sole proprietor and is therefore not subject to the requirements of section of the Procurement Code. B. Vendor certifies that it is a legal entity, and was authorized to do business in Illinois as of the date for submitting this bid or offer. The State may require Vendor to provide evidence of compliance before award. C. Vendor certifies it is a legal entity, and is a foreign corporation performing activities that do not constitute transacting business in Illinois as defined by Illinois Business Corporations Act (805 ILCS 5/13.75). A vendor claiming exemption under the Act must include a detailed explanation of the legal basis for the claim with its bid or offer and must provide additional detail upon request. If Vendor fails to provide the mandatory documentation with the bid or offer, or does not provide additional detail upon request within the timeframe specified in said request, then the State may deem the Vendor as being non-responsive or not responsible and may disqualify the Vendor. State of Illinois RFP 14 Attachment GG Standard Certifications V.13.5

52 D. Vendor certifies it is a legal entity, and is an entity otherwise recognized under Illinois law as eligible for a specific form of exemption similar to those found in the Illinois Business Corporation Act (805 ILCS 5/13.75). A vendor claiming exemption under a specific law must provide a detailed explanation of the legal basis for the claim with its bid or offer and must provide additional detail upon request. If Vendor fails to provide the mandatory documentation with the bid or offer, or does not provide additional detail upon request within the timeframe specified in said request, then the State may deem the Vendor as being non-responsive or not responsible and may disqualify the Vendor. State of Illinois RFP 15 Attachment GG Standard Certifications V.13.5

53 STATE OF ILLINOIS FINANCIAL DISCLOSURES AND CONFLICTS OF INTEREST The Financial Disclosures and Conflicts of Interest form ( form ) must be accurately completed and submitted by the vendor, parent entity(ies), and subcontractors. There are nine steps to this form and each must be completed as instructed in the step heading and within the step. A bid, offer, or proposal that does not include this form shall be considered non-responsive. The Agency/University will consider this form when evaluating the bid, offer, or proposal or awarding the contract. The requirement of disclosure of financial interests and conflicts of interest is a continuing obligation. If circumstances change and the disclosure is no longer accurate, then disclosing entities must provide an updated form. Separate forms are required for the vendor, parent entity(ies), and subcontractors. This disclosure is submitted for: Vendor Vendor s Parent Entity(ies) (100% ownership) Subcontractor(s) >$50,000 Subcontractor s Parent Entity(ies) (100% ownership) > $50,000 Project Name Illinois Procurement Bulletin Number Contract Number Vendor Name Doing Business As (DBA) Disclosing Entity Disclosing Entity s Parent Entity Subcontractor Instrument of Ownership or Beneficial Interest If you selected Other, please describe: EP 1 State of Illinois RFP 16 Attachment HH Financial Disclosures and Conflicts of Interest V.13.5

54 STEP 1 SUPPORTING DOCUMENTATION SUBMITTAL (All vendors complete regardless of annual bid, offer, or contract value) (Subcontractors with subcontract annual value of more than $50,000 must complete) You must select one of the six options below and select the documentation you are submitting. You must provide the documentation the applicable section requires with this form. Option 1 Publicly Traded Entities 1.A. Complete Step 2, Option A for each qualifying individual or entity holding any ownership or distributive income share in excess of 5% or an amount greater than 60% ($106,447.20) of the annual salary of the Governor. OR 1.B. Attach a copy of the Federal 10-K, and skip to Step 3. Option 2 Privately Held Entities with more than 200 Shareholders 2.A. 2.B. Complete Step 2, Option A for each qualifying individual or entity holding any ownership or distributive income share in excess of 5% or an amount greater than 60% ($106,447.20) of the annual salary of the Governor. OR Complete Step 2, Option A for each qualifying individual or entity holding any ownership share in excess of 5% and attach the information Federal 10-K reporting companies are required to report under 17 CFR Option 3 All other Privately Held Entities, not including Sole Proprietorships 3.A. Complete Step 2, Option A for each qualifying individual or entity holding any ownership or distributive income share in excess of 5% or an amount greater than 60% ($106,447.20) of the annual salary of the Governor. Option 4 Foreign Entities 4.A. Complete Step 2, Option A for each qualifying individual or entity holding any ownership or distributive income share in excess of 5% or an amount greater than 60% ($106,447.20) of the annual salary of the Governor. OR 4.B. Attach a copy of the Securities Exchange Commission Form 20-F or 40-F and skip to Step 3. Option 5 Not-for-Profit Entities Complete Step 2, Option B. Option 6 Sole Proprietorships Skip to Step 3. State of Illinois RFP 17 Attachment HH Financial Disclosures and Conflicts of Interest V.13.5

55 STEP 2 DISCLOSURE OF FINANCIAL INTEREST OR BOARD OF DIRECTORS (All vendors, except sole proprietorships, must complete regardless of annual bid, offer, or contract value) (Subcontractors with subcontract annual value of more than $50,000 must complete) Complete either Option A (for all entities other than not-for-profits) or Option B (for not-for-profits). Additional rows may be inserted into the tables or an attachment may be provided if needed. OPTION A Ownership Share and Distributive Income Ownership Share If you selected Option 1.A., 2.A., 2.B., 3.A., or 4.A. in Step 1, provide the name and address of each individual or entity and their percentage of ownership if said percentage exceeds 5%, or the dollar value of their ownership if said dollar value exceeds $106, Check here if including an attachment with requested information in a format substantially similar to the format below. TABLE X Name Address Percentage of Ownership $ Value of Ownership Distributive Income If you selected Option 1.A., 2.A., 3.A., or 4.A. in Step 1, provide the name and address of each individual or entity and their percentage of the disclosing vendor s total distributive income if said percentage exceeds 5% of the total distributive income of the disclosing entity, or the dollar value of their distributive income if said dollar value exceeds $106, Check here if including an attachment with requested information in a format substantially similar to the format below. TABLE Y Name Address % of Distributive Income $ Value of Distributive Income State of Illinois RFP 18 Attachment HH Financial Disclosures and Conflicts of Interest V.13.5

56 Please certify that the following statements are true. I have disclosed all individuals or entities that hold an ownership interest of greater than 5% or greater than $106, Yes No I have disclosed all individuals or entities that were entitled to receive distributive income in an amount greater than $106, or greater than 5% of the total distributive income of the disclosing entity. Yes No OPTION B Disclosure of Board of Directors (Not-for-Profits) If you selected Option 5 in Step 1, list members of your board of directors. Please include an attachment if necessary. TABLE Z Name Address STEP 3 DISCLOSURE OF LOBBYIST OR AGENT (Complete only if bid, offer, or contract has an annual value over $25,000) (Subcontractors with subcontract annual value of more than $50,000 must complete) Yes No. Is your company represented by or do you employ a lobbyist required to register under the Lobbyist Registration Act (lobbyist must be registered pursuant to the Act with the Secretary of State) or other agent who is not identified through Step 2, Option A above and who has communicated, is communicating, or may communicate with any State/Public University officer or employee concerning the bid or offer? If yes, please identify each lobbyist and agent, including the name and address below. If you have a lobbyist that does not meet the criteria, then you do not have to disclose the lobbyist s information. Name Address Relationship to Disclosing Entity Describe all costs/fees/compensation/reimbursements related to the assistance provided by each representative lobbyist or other agent to obtain this Agency/University contract: State of Illinois RFP 19 Attachment HH Financial Disclosures and Conflicts of Interest V.13.5

57 STEP 4 PROHIBITED CONFLICTS OF INTEREST (All vendors must complete regardless of annual bid, offer, or contract value) (Subcontractors with subcontract annual value of more than $50,000 must complete) Step 4 must be completed for each person disclosed in Step 2, Option A and for sole proprietors identified in Step 1, Option 6 above. Please provide the name of the person for which responses are provided: 1. Do you hold or are you the spouse or minor child who holds an elective office in the State of Illinois or hold a seat in the General Assembly? 2. Have you, your spouse, or minor child been appointed to or employed in any offices or agencies of State government and receive compensation for such employment in excess of 60% ($106,447.20) of the salary of the Governor? 3. Are you or are you the spouse or minor child of an officer or employee of the Capital Development Board or the Illinois Toll Highway Authority? 4. Have you, your spouse, or an immediate family member who lives in your residence currently or who lived in your residence within the last 12 months been appointed as a member of a board, commission, authority, or task force authorized or created by State law or by executive order of the Governor? 5. If you answered yes to any question in 1-4 above, please answer the following: Do you, your spouse, or minor child receive from the vendor more than 7.5% of the vendor s total distributable income or an amount of distributable income in excess of the salary of the Governor ($177,412.00)? 6. If you answered yes to any question in 1-4 above, please answer the following: Is there a combined interest of self with spouse or minor child more than 15% ($354,824.00) in the aggregate of the vendor s distributable income or an amount of distributable income in excess of two times the salary of the Governor? Yes Yes Yes Yes Yes Yes No No No No No No STEP 5 POTENTIAL CONFLICTS OF INTEREST RELATING TO PERSONAL RELATIONSHIPS (Complete only if bid, offer, or contract has an annual value over $25,000) (Subcontractors with subcontract annual value of more than $50,000 must complete) Step 5 must be completed for each person disclosed in Step 2, Option A and for sole proprietors identified in Step 1, Option 6 above. Please provide the name of the person for which responses are provided: 1. Do you currently have, or in the previous 3 years have you had State employment, including contractual employment of services? 2. Has your spouse, father, mother, son, or daughter, had State employment, including contractual employment for services, in the previous 2 years? Yes Yes No No State of Illinois RFP 20 Attachment HH Financial Disclosures and Conflicts of Interest V.13.5

58 3. Do you hold currently or have you held in the previous 3 years elective office of the State of Illinois, the government of the United States, or any unit of local government authorized by the Constitution of the State of Illinois or the statutes of the State of Illinois? 4. Do you have a relationship to anyone (spouse, father, mother, son, or daughter) holding elective office currently or in the previous 2 years? 5. Do you hold or have you held in the previous 3 years any appointive government office of the State of Illinois, the United States of America, or any unit of local government authorized by the Constitution of the State of Illinois or the statutes of the State of Illinois, which office entitles the holder to compensation in excess of expenses incurred in the discharge of that? 6. Do you have a relationship to anyone (spouse, father, mother, son, or daughter) holding appointive office currently or in the previous 2 years? 7. Do you currently have or in the previous 3 years had employment as or by any registered lobbyist of the State government? 8. Do you currently have or in the previous 2 years had a relationship to anyone (spouse, father, mother, son, or daughter) that is or was a registered lobbyist? 9. Do you currently have or in the previous 3 years had compensated employment by any registered election or re-election committee registered with the Secretary of State or any county clerk in the State of Illinois, or any political action committee registered with either the Secretary of State or the Federal Board of Elections? 10. Do you currently have or in the previous 2 years had a relationship to anyone (spouse, father, mother, son, or daughter) who is or was a compensated employee of any registered election or reelection committee registered with the Secretary of State or any county clerk in the State of Illinois, or any political action committee registered with either the Secretary of State or the Federal Board of Elections? STEP 6 EXPLANATION OF AFFIRMATIVE RESPONSES (All vendors must complete regardless of annual bid, offer, or contract value) (Subcontractors with subcontract annual value of more than $50,000 must complete) Yes Yes Yes Yes Yes Yes Yes Yes No No No No No No No No If you answered Yes in Step 4 or Step 5, please provide on an additional page a detailed explanation that includes, but is not limited to the name, salary, State agency or university, and position title of each individual. State of Illinois RFP 21 Attachment HH Financial Disclosures and Conflicts of Interest V.13.5

59 STEP 7 POTENTIAL CONFLICTS OF INTEREST RELATING TO DEBARMENT & LEGAL PROCEEDINGS (Complete only if bid, offer, or contract has an annual value over $25,000) (Subcontractors with subcontract annual value of more than $50,000 must complete) This step must be completed for each person disclosed in Step 2, Option A, Step 3, and for each entity and sole proprietor disclosed in Step 1. Please provide the name of the person or entity for which responses are provided: 1. Within the previous ten years, have you had debarment from contracting with any governmental entity? Yes No 2. Within the previous ten years, have you had any professional licensure discipline? Yes No 3. Within the previous ten years, have you had any bankruptcies? Yes No 4. Within the previous ten years, have you had any adverse civil judgments and administrative findings? Yes No 5. Within the previous ten years, have you had any criminal felony convictions? Yes No If you answered Yes, please provide a detailed explanation that includes, but is not limited to the name, State agency or university, and position title of each individual. STSTEP 8 STEP 8 DISCLOSURE OF CURRENT AND PENDING CONTRACTS (Complete only if bid, offer, or contract has an annual value over $25,000) (Subcontractors with subcontract annual value of more than $50,000 must complete) If you selected Option 1, 2, 3, 4, or 6 in Step 1, do you have any contracts, pending contracts, bids, proposals, subcontracts, leases or other ongoing procurement relationships with units of State of Illinois government? Yes No. If Yes, please specify below. Attach an additional page in the same format as provided below, if desired. Agency/University Project Title Status Value Contract Reference/P.O./Illinois Procurement Bulletin # Please explain the procurement relationship: State of Illinois RFP 22 Attachment HH Financial Disclosures and Conflicts of Interest V.13.5

60 STEP 9 SIGN THE DISCLOSURE (All vendors must complete regardless of annual bid, offer, or contract value) (Subcontractors with subcontract annual value of more than $50,000 must complete) This disclosure is signed, and made under penalty of perjury for all for-profit entities, by an authorized officer or employee on behalf of the bidder or offeror pursuant to Sections and of the Illinois Procurement Code. This disclosure information is submitted on behalf of: Name of Disclosing Entity: Signature: Date: Printed Name: Title: Phone Number: Address: State of Illinois RFP 23 Attachment HH Financial Disclosures and Conflicts of Interest V.13.5

61 DISCLOSURE OF BUSINESS OPERATIONS IN IRAN In accordance with 30 ILCS 500/50-36, each bid, offer, or proposal submitted for a State contract, other than a small purchase defined in Section of the Illinois Procurement Code, shall include a disclosure of whether or not the bidder, offeror, or proposing entity, or any of its corporate parents or subsidiaries, within the 24 months before submission of the bid, offer, or proposal had business operations that involved contracts with or provision of supplies or services to the Government of Iran, companies in which the Government of Iran has any direct or indirect equity share, consortiums or projects commissioned by the Government of Iran and: more than 10% of the company s revenues produced in or assets located in Iran involve oil-related activities or mineral-extraction activities; less than 75% of the company s revenues produced in or assets located in Iran involve contracts with or provision of oil-related or mineral extraction products or services to the Government of Iran or a project or consortium created exclusively by that Government; and the company has failed to take substantial action; or the company has, on or after August 5, 1996, made an investment of $20 million or more, or any combination of investments of at least $10 million each that in the aggregate equals or exceeds $20 million in any 12- month period that directly or significantly contributes to the enhancement of Iran s ability to develop petroleum resources of Iran. A bid, offer, or proposal that does not include this disclosure shall not be considered responsive. We may consider this disclosure when evaluating the bid, offer, or proposal or awarding the contract. There are no business operations that must be disclosed to comply with the above cited law. The following business operations are disclosed to comply with the above cited law: State of Illinois RFP 24 Attachment HH Financial Disclosures and Conflicts of Interest V.13.3

62 AUTHORIZATION TO DO BUSINESS IN ILLINOIS A person, other than an individual acting as a sole proprietor, must be a duly constituted legal entity and authorized to do business in Illinois prior to submitting an un-pricedunpriced technical response. 30 ILCS 500/ Vendors must review and complete certification #31 in the Standard Certifications. Certification #31 requires Vendor to check one of the four boxes representing its status. Two of the four options require that the Vendor attach to the Standard Certifications Attachment GG a detailed explanation of the legal basis for its status claim. The State may request evidence from a vendor that certifies it is authorized to do business in Illinois proving such authorization. Failure to produce evidence in a timely manner may be considered grounds for determining Vendor non-responsive or not responsible. For information on registering to conduct business in Illinois, please visit the Illinois Secretary of State s Department of Business Services at their website at ( or your home county clerk. EVIDENCE OF BEING AUTHORIZED TO DO BUSINESS IS THE SECRETARY OF STATE S CERTIFICATE OF GOOD STANDING State of Illinois RFP 25 Attachment HH Financial Disclosures and Conflicts of Interest V.13.3

STATE OF ILLINOIS REQUEST FOR PROPOSAL

STATE OF ILLINOIS REQUEST FOR PROPOSAL STATE OF ILLINOIS REQUEST FOR PROPOSAL The Governor s Office of Management and Budget in collaboration with the Chief Procurement Office for General Services on behalf of the State of Illinois System Integrator

More information

BRIEF DESCRIPTION: Introduction

BRIEF DESCRIPTION: Introduction STATE OF ILLINOIS REQUEST FOR PROPOSAL The Governor s Office of Management and Budget in collaboration with the Chief Procurement Office for General Services on behalf of the State of Illinois Enterprise

More information

University of Illinois. State of Illinois Public Institutions of Higher Education. Request for Proposal

University of Illinois. State of Illinois Public Institutions of Higher Education. Request for Proposal University of Illinois State of Illinois Public Institutions of Higher Education Request for Proposal Provide Help Desk Services 1TLC1605 September 15, 2016 Vendor Submitting Offer: Please Note: The Vendor

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal

If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal may cause your submittal to be considered non-responsive.

More information

NEW JERSEY GOVERNMENT RECORDS COUNCIL

NEW JERSEY GOVERNMENT RECORDS COUNCIL REQUEST FOR QUALIFICATIONS FOR SPECIAL COUNSEL FOR NEW JERSEY GOVERNMENT RECORDS COUNCIL Date Issued: June 4, 2012 Question & Answer Cut-off Date: June 18, 2012 Proposals Due: July 2, 2012 KARYN GORDON,

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

Railroad Commission of Texas Mentor Protégé Program

Railroad Commission of Texas Mentor Protégé Program Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 25, 2018 RFP # REQUEST FOR PROPOSAL JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Request for Proposal Human Resources Consultant

Request for Proposal Human Resources Consultant Request for Proposal June 6, 2017 401 West Main Street, Suite 2300 Louisville, Kentucky 40202 Request for Proposal P a g e 2 Introduction Purpose The Louisville & Jefferson County Visitors & Convention

More information

REQUEST FOR PROPOSAL For Legal Services Bid Number:

REQUEST FOR PROPOSAL For Legal Services Bid Number: Fresno Economic Opportunities Commission (Fresno EOC) is soliciting proposals to establish a contract with one (1) qualified and experienced legal firm to serve as General Legal Counsel for Fresno EOC

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

More information

State of North Carolina Department of Health and Human Services

State of North Carolina Department of Health and Human Services State of North Carolina Department of Health and Human Services REQUEST FOR PROPOSAL (RFP) Addendum #6 Date: September 5, 2018 RFP Number: 30-180397 RFP Description: Independent Verification and Validation

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Request For Proposal Procedures

Request For Proposal Procedures PROCUREMENT SERVICES OFFICE Request For Proposal Procedures SECTION 1: OVERVIEW 1.1 What is a Request for Proposal (RFP)? A RFP is a method of solicitation used when, it has been determined that giving

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

RFP Professional Staff Augmentation for Information Technology Addendum #1 dated 01/29/2016

RFP Professional Staff Augmentation for Information Technology Addendum #1 dated 01/29/2016 DATE: January 29, 2016 TO: FROM: RE: All Prospective Proposers Wendy Johnson Eric Pfister RFP 91362 Professional Staff Augmentation for Information Technology Addendum #1 dated 01/29/2016 This Addendum

More information

username: U16062 password: 8ojhiog2

username: U16062 password: 8ojhiog2 University of Illinois at Urbana-Champaign Request for Professional Services Qualifications (QBS): Bevier Hall - Infrastructure Renovation Phase 2 First published September 23, 2015 QBS #PSSU16062 Project

More information

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN

More information

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS DEPARTMENT OF TRANSPORTATION Transportation Commission and Office of Transportation Safety REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION

More information

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for United Nations Road P.O. Box 2651, Dar es Salaam, Tanzania Phone: (+255 22) 684 228882/3 REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for International School of Tanganyika

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

State Universities Retirement System of Illinois (SURS) Request for Proposals. Executive Search Firm

State Universities Retirement System of Illinois (SURS) Request for Proposals. Executive Search Firm State Universities Retirement System of Illinois (SURS) Request for Proposals Executive Search Firm September 2014 Table of Contents I. RFP Summary Statement 3 II. Background Information 3 III. Scope of

More information

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR 1 23 Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary REQUEST FOR RESPONSES (RFR) FOR WEB-BASED BID DOCUMENT DISTRIBUTION

More information

Request for Proposals Professional Audit Services. January 17, 2019

Request for Proposals Professional Audit Services. January 17, 2019 Request for Proposals Professional Audit Services January 17, 2019 TABLE OF CONTENTS I. INTRODUCTION A. General Information 4 B. Term of Engagement 5 II. NATURE OF SERVICES REQUIRED A. Scope of Work 5

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

Request for Quotations

Request for Quotations RFQ Number: -120 Issuance Date: September 17, 2018 Deadline for Questions: September 22, 2018 Deadline for Offers: September 26, 2018 Description: Janitorial Services Required for Lahore and Karachi Offices

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

More information

REQUEST FOR PROPOSALS (A )

REQUEST FOR PROPOSALS (A ) CITY OF TUSCALOOSA ) STATE OF ALABAMA ) REQUEST FOR PROPOSALS (A18-1505) TO: FROM: RE: Qualified Firms The City of Tuscaloosa, Alabama Request for Proposals for: Professional Services for Learning Management

More information

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Sec. 153.65. As used in sections 153.65 to 153.73 of the Revised Code: (A)(1)

More information

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS April 2, 2011 INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS This project is partially funded with federal-aid highway funds, and is subject to the requirements for participation of Disadvantaged

More information

Elmhurst Community Unit School District 205 Invitation to Bid

Elmhurst Community Unit School District 205 Invitation to Bid Elmhurst Community Unit School District 205 Invitation to Bid Bidders are invited to submit bids in conformance with the requirements established by the specifications herewith: Bid Number: 15-02 Item

More information

Dates/Times: p.m. Pacific Time.

Dates/Times: p.m. Pacific Time. Notice - Request for Qualifications (RFQ) For Corrosion Engineering and Investigations For The "E" Street Reservoir Cover Repainting For The City of Port Angeles 06-12-12 The City of Port Angeles, Washington,

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) Missouri State Employees Retirement System REQUEST FOR PROPOSAL (RFP) for Executive Search Firm To fill the position of Executive Director Project Manager: Lisa Verslues, Human Resources Coordinator Phone:

More information

Request for Qualifications Statements

Request for Qualifications Statements Request for Qualifications Statements BND WATER DISTRIBUTION AND WASTEWATER TREATMENT ENGINEERING STATEMENTS ENGINEERING DESIGN SERVICES FOR BND WATER DISTRIBUTION AND WASTEWATER TREATMENT The Brownsville

More information

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. BID Gasoline and Diesel Fuels REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:

More information

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019 Fresno Economic Opportunities Commission (Fresno EOC) is soliciting proposals to establish a contract with one (1) qualified and experienced vendor to conduct listening sessions in Fresno EOC Target Areas,

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019

More information

REAL ESTATE MARKET STUDY SERVICES

REAL ESTATE MARKET STUDY SERVICES Request for Qualifications for REAL ESTATE MARKET STUDY SERVICES Required by MISSOURI HOUSING DEVELOPMENT COMMISSION RESPONSES DUE: Friday, May 23, 2014 by 4:30 P.M. Central Time SECTION I: INTRODUCTORY

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR TEMPORARY STAFFING SERVICES Proposals must be received and receipted no later than 3:00 p.m. PDT, April 12, 2012 ABSOLUTELY NO EXCEPTIONS San Diego Workforce Partnership, Inc.

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI Payroll & Employee Benefits Management Services

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI Payroll & Employee Benefits Management Services EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI-0049 Payroll & Employee Benefits Management Services Issue Date: February 02, 2017 WARNING: Prospective Offerors who have received

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272 Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: AMD-007 Issuance Date: April 07, 2016 Deadline for Offers: April 25, 2016 Description: For: Funded By: Implemented By: Point of Contact: Office Equipment AMD Project

More information

Complying with Ohio s. Qualifications-Based Selection Law. (Ohio Revised Code ) A Guide for Public Authorities

Complying with Ohio s. Qualifications-Based Selection Law. (Ohio Revised Code ) A Guide for Public Authorities Complying with Ohio s Qualifications-Based Selection Law for Professional Engineers, Architects & Surveyors (Ohio Revised Code 153.65-.73) A Guide for Public Authorities American Council of Engineering

More information

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,

More information

COMPETITIVE BIDDING REQUIREMENTS

COMPETITIVE BIDDING REQUIREMENTS The Purchasing Department is responsible for overseeing the competitive bidding process and maintaining its integrity. The bidding process introduces the element of competition directly into the procurement

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL June 1, 2009 I. BACKGROUND The New York Liquidation Bureau (the Bureau ) carries out the responsibilities of the New York State Superintendent of Insurance

More information

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request

More information

Contracted Food Service Procurement. Process/Approval and Renewal

Contracted Food Service Procurement. Process/Approval and Renewal Contracted Food Service Procurement Process/Approval and Renewal Welcome Kristina Shelton, Principal Consultant Illinois State Board of Education (ISBE) 800-545-7892 217-782-2491 kshelton@isbe.net https://www.isbe.net/nutrition

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077

More information

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Summary This chapter identifies the minimum elements of an invitation for bids when procuring goods or services using the competitive

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

More information

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code.

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code. 1. These Rules pertain to the implementation of the City's for MBEs and WBEs set forth in Section 2-92-535 of the Municipal Code. 2. Section 2-92-535 provides for both participation credit and a bid preference

More information

Answers to Queries received in response to this RFQ

Answers to Queries received in response to this RFQ Answers to Queries received in response to this RFQ Bidder 1 1. With reference to RFQ for hiring of rental vehicle in five District of Punjab. Since there is 16% Punjab Sales Tax on Rental vehicle services

More information

Doing Business with Public Entities in Arizona

Doing Business with Public Entities in Arizona DOING BUSINESS WITH PUBLIC ENTITIES IN ARIZONA 1 Doing Business with Public Entities in Arizona A Vendor Guide to Understanding Arizona Procurement Practices 2 DOING BUSINESS WITH PUBLIC ENTITIES IN ARIZONA

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders INVITATION FOR BID IFB 2017-20 For: Record Storage Services Notice to Prospective Bidders Release Date: Wednesday, March 28, 2018 You are invited to review and respond to this Invitation For Bid (IFB).

More information

City and County of San Francisco

City and County of San Francisco City and County of San Francisco Office of the Controller CITY SERVICES AUDITOR REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION CONTRACT AUDIT AND PROJECT CONSULTING SERVICES RFQ#CON2013-11 CONTACT: Mary Hom,

More information

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol 2017 Renewable Energy Sale - Request for Offers Solicitation Protocol Issuance Date: Week of January 23, 2017 i Table of Contents I. OVERVIEW... 1 A. OVERVIEW... 1 B. RENEWABLE ENERGY SALE RFO COMMUNICATION...

More information