Invitation to Negotiate

Similar documents
Request for Quote (RFQ) Information Technology Department Review

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Qualifications Statements

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS (A )

INVITATION TO NEGOTIATE FLORIDA STATE UNIVERSITY

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

CONSTRUCTION MANAGEMENT SERVICES

Request for Proposal for Annual Financial Audit Services

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

Request for Proposal Simulation-Based Learning Competition

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

Amity School District 4J

INVITATION FOR BIDS (IFB)

CITY OF BLACK DIAMOND REQUEST FOR PROPOSALS FOR CONTRACTED CITY LEGAL SERVICES

PUBLIC CONTRACT CODE SECTION

CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

Survey Services Rev. 0 Bid # Scope of Work

State of North Carolina Department of Health and Human Services

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

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

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

Management Consulting and Auditing Services Pre-Response Conference. ITN No A August 23, :00 AM

Bidding Conditions Attachment C

REQUEST FOR PROPOSALS AUDIT

Invitation for Bid - Standard Office Furniture / Task Chair

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW

Request for Proposals for Water Filtration Study Village of Rouses Point February 2019

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

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

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

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

Issued: December 3, Submission Deadline: December 21, 2018, 12:00 PM

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

REQUEST FOR QUALIFICATIONS

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

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

REQUEST FOR QUOTES. for. Pet Licensing Services RFQ #1831 January City of Culver City. Police Department Culver Boulevard

FENCING AND FENCE REPAIR

Purchasing and Procurement Policy

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

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.

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

INVITATION FOR BID Medical Supplies 2016

Request for Proposals for Enterprise Resource Planning System Replacement Consultants Mariposa County, CA

NEW JERSEY GOVERNMENT RECORDS COUNCIL

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

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

June 20, 2016 REQUEST FOR PROPOSAL STRATEGIC PLANNING CONSULTANT

INVITATION FOR BID BID #1037 Parka and Softshell Coats

MENTOR/PROTÉGÉ PROGRAM

The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge. RFQ No.

Ohio Public Employees Retirement System. Request for Proposal

Request for Proposal For: 2018 American Bar Association Temporary Services

Dates/Times: p.m. Pacific Time.

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016

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

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

INVITATION FOR BID Bid #872 - Printing Services

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

REQUEST FOR PROPOSALS (A ) Request for Proposals for Environmental Assessments for The Office of Federal Programs

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

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Directional Bore RFP

Railroad Commission of Texas Mentor Protégé Program

Invitation to Tender. Development Legal Services. August 2015

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

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

Project Executive Compensation Project - 2

Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid

MARYLAND STADIUM AUTHORITY

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES SHORES COMMUNITY CENTER

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

ENTERPRISE CONTRACT AND PROCUREMENT SERVICES STATEMENT OF WORK (SOW) FOR. Metadata Software RFO

Request for Quote Professionalizing Procurement Practices and Procedures February 11, 2014 Florida Department of Children and Families

REQUEST FOR QUALIFICATIONS (RFQ) COMPENSATION/WAGE SURVEY/ JOB DESCRIPTION REVIEW

Procurement Under the New Requirements 1

City of Eagle Point 2017 Paving Instruction to Bidders

Scott Eagle Attack Thermal Imaging Camera

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

REQUEST FOR PROPOSAL For Legal Services Bid Number:

August 31, To Whom It May Concern:

Invitation to Negotiate. For. ITN No L. Florida Department of Management Services. ITN Issue Date: December 17, 2014

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

University of Kansas Procurement Services

Invitation to Negotiate (ITN) Statewide Travel Management System ITN No D. Questions and Answers ITN Amendments

March 10, 2016 by 4:00 p.m. February 11, 2016 by 4:00 p.m. RFP-16104

REQUEST FOR OFFER RFO: For: Business Continuity Program Development Consultant Services. For: Covered California

Transcription:

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 Work... 3 Contract Term... 4 Calendar of Events... 4 Procurement Designee and Contact Information... 4 No Contact or Lobbying... 5 Questions... 5 Programming, Design, and Consulting Services... 6 The Invitation to Negotiate Process... 6 Who May Respond to this ITN?... 6 Basis of Short List Selection:... 7 Initial Responses and Format:... 7 Vendor Responsibility Determination:... 8 Submission of Initial Response... 9 Insturctions, Definitions, Procedures, Special Terms and Conditions... 11 Appendix A... 13 Notice of Intent to submit an ITN... 13 2

AGENCY BACKGROUND The Clerks of Court Operations Corporation (CCOC) is a legislatively created corporate entity, created under Section 28.35, Florida Statutes. Its mission is to review and recommend Florida Clerk of Court Article V courtrelated budgets and to encourage Clerk s best practices via performance standards. FL CCOC headquarters is in Tallahassee and its web page is www.flccoc.org. STATEMENT OF PURPOSE CCOC is seeking responses from qualified Vendors to provide: User Interface (UI) Design, Systems Development Consulting, and.net programming services. Our existing system needs: revisions that were determined after the last budget cycle ended; new functionality with regards to UI, automation, and export functionality. SCOPE OF WORK The objective of this ITN is to: A. Modify the front-end of our system to compensate for changed data needs B. Modify the front-end of our system to allow users to upload existing Excel files a. Develop a method to extract information from uploaded Excel files and insert it into the database [i.e. instead of manual entry of data fields, the system will read the Excel file and automatically insert it into our existing database] C. Enhance and update the functionality of the download / export portion of the system a. Must allow users to download data from our database directly into an Excel readable format b. Must include the ability to download data from multiple counties in one query c. Implement changes determined during the budget cycle This project will be conducted in phases with deliverables due related to those phases: Phase 1 of the project is to implement changes that need to be made to the existing front end to compensate for changed data needs and corrections found after the budget cycle was over as well as preliminary design of the changes needed to the front end user interface to allow the import of excel spreadsheets directly into the Budget database instead of front end data entry. Phase 1 Deliverable: Initial system fixes as requested and document showing proposed design of the import interface as well as any additional table structure needed. Phase 2 is to update and make more functional the data download portion of the front end to allow direct data download into excel spreadsheets or delimited text files of information for multiple counties. Currently, working download is via pdf only and is not formatted for data use and is available only for the county of the person logged into the system. Phase 2 Deliverable: Working download functionality Phase 3 is to revisit the front end to implement any changes that have come out of the legislative session and/or budget meetings before the August 15 th deadline as well as do the bulk of the programming related to design discussions in Phase 1. Phase 3 Deliverable: Working system with requested design changes implemented 3

CALENDAR OF EVENTS Unless otherwise revised by a subsequent addendum to this competitive solicitation, the dates and times by which stated actions should be taken or completed are listed below. If CCOC determines, in its sole discretion, that it is necessary to change any of these dates and times, it will issue an Addendum to the competitive solicitation and issue a Notice of Addendum on the CCOC website. It is a Vendor s responsibility to comply with these timeframes and to monitor CCOC s website for any changes. All times listed are Eastern Time (ET). These dates are non-negotiable as CCOC is on a tight, statute driven timeline. If deadlines are not met, the CCOC will have in place a financial penalty clause. Milestones April 3 April 9 April 10 April 12 April 13 April 16-20 April 24 April 25 May 21 May 24 June 4 July 9 July 9-Aug 14 July 16 July 30 August 15 ITN Released Vendor conference call (Regarding questions: email prior or ask during) Question responses posted to website Deadline: ITN Proposal Follow-up interviews scheduled Follow-up interviews Award offered Phase 1 Begins Initial meeting with vendor Phase 2 Begins Deadline: Phase 1 deliverables due Progress meeting with vendor Phase 3 Begins Progress meeting with vendor Deadline: Phase 2 and Phase 3 initial deliverables due In-house IT staff testing of phases 2 & 3 Bug fixes and other adjustments as needed/requested Progress meeting with vendor In-house budget staff testing of phases 2 & 3 Possible workgroup Full workgroup beta testing and bug fix Deadline: System goes live (budget forms and web) CONTRACT TERM The contract shall be effective upon the date the agreement is signed by both parties, and shall continue until all work (as identified in the Scope of Work) has been completed, but no later than August 15, 2012. 4

PROCUREMENT DESIGNEE AND CONTACT INFORMATION The Procurement Officer for this solicitation is: NO CONTACT OR LOBBYING Lisa Daws Information & Technology Systems Coordinator Florida Clerks of Court Operations Corporation 2560-102 Barrington Circle Tallahassee, Florida 32308 850-386-2223 LDaws@flccoc.org Vendors shall not contact, directly or indirectly, any employee, representative, or Executive Council member for the purposes of influencing or attempting to influence an award or other final decision. A Vendor may, as an exception to this prohibition, contact the named Procurement Officer or their designee. The provisions of this section shall begin the date this solicitation is released and continue until the earlier of: the CCOC rendering an award for this solicitation, or the rejection of all proposals. Any contact prohibited by this section may disqualify a Vendor from further consideration. QUESTIONS During the open question period, which ends on the date and time specified in the, Calendar of Events, Vendors may submit written questions to the Procurement Officer related to this solicitation. If a Vendor seeks any modification or removal of any Standard Terms and Conditions or requirements of this solicitation, such request shall be submitted in the form of a question during the open question period. If a Vendor does not submit any questions regarding the Standard Terms and Conditions and / or requirements of this solicitation, then any disputes are deemed to be waived. The CCOC will post answers to the Questions on CCOC s website in accordance with the Calendar of Events so all questions and answers are available at the same time to all potential Vendors. Vendors should continue to monitor CCOC s website. 5

Programming, Design, and Consulting Services Explain your credentials regarding.net programming skills, UI expertise, and your ability to work flexibly; relate your credentials to completing the scope of work described in this document. Examples of our budgeting process can be found on our website at www.flccoc.org. The Invitation to Negotiate Process CCOC selected the ITN process as the best way to obtain the required combination of best value pricing and excellent services from companies with a proven track record in providing programming, design, and consulting services. Step 1: Solicitation and evaluation of written responses leading to the selection of one or more vendors with whom the CCOC will negotiate. Proposals will be evaluated by the CCOC to determine a short list of companies whose written responses best address CCOC s priorities. Failure to make the short list eliminates that firm from further consideration. Step 2: As the best interests of the CCOC dictate, after initial written responses have been evaluated, the following negotiation process will be utilized. Negotiations with short listed vendors may include the further refining of exact specifications, terms and conditions and price structure. As the best interest of the CCOC dictate, negotiations are conducted; the CCOC will attempt to reach a contract with the top ranked vendors. If CCOC is able to reach a contract with one of these vendors, negotiations with the other vendors will not take place. If the CCOC elects to negotiate with two or more vendors concurrently; then at the end of the negotiation period, vendors with whom negotiations have progressed satisfactorily will be asked to submit a written Best and Final Offer to finalize all agreements reached during negotiations and to extend additional benefits to the CCOC, if desired. An invitation to submit a Best and Final Offer is not guaranteed. Step 3: Award of contract or evaluation of the Best and Final Offer(s), followed by a contract award. The negotiation process will end upon submission of the Best and Final Offers and vendors will not be allowed to make further adjustments to their offer or communicate further with the CCOC except to respond to requests for clarification. The final decision will be based upon the initial written response, negotiation sessions, and best and final offers. Who May Respond to this ITN? Fully capable and responsible vendors that are in good standing with the State of Florida and the CCOC that can demonstrate the ability to fulfill all specifications, and that posses the financial capability, experience, and qualified personnel resources to provide the services described in this ITN may respond. 6

Basis of Short List Selection: The short list of vendors selected for further negotiations will be determined on the basis of the vendor s demonstrated ability to meet the requirements and needs of the CCOC as stated in the ITN and demonstrated experience in providing the information that is being requested from this ITN. Responding vendors must describe and document their ability and experience in the initial written response, described in Step 1 in the ITN process. Initial Responses and Format: Vendors responding to this ITN shall submit one (1) original response and (1) electronic copy of the proposal. The determination of the vendors selected for the short list with which negotiations will continue will be based on evaluation of the written response submitted. There will be no opportunity for presentations at this stage. If a vendor is selected as one of the short listed, they may be required to give a presentation and their presentation may be used as one of the criteria for final evaluation. A solicitation response that is considered responsive is one that conforms to all essential requirements and satisfies all mandatory conditions set forth in the solicitation specifications. Essential requirements and mandatory conditions can include required qualifications, necessary vendor resources and experience, prequalification requirements, required certifications, and various other required or mandatory specifications. Section 287.012(25), F.S. defines a responsive bid, responsive proposal, or responsive reply as a bid, or proposal, or reply submitted by a responsive and responsible vendor that conforms in all material respects to the solicitation. Section 287.012(26) F.S. defines a responsive vendor as a vendor that has submitted a bid, proposal, or reply that conforms in all material respects to the solicitation. 7

Vendor Responsibility Determination: A vendor is responsible if it can fulfill the contract provisions as promised. Thus, the concept of responsibility focuses on the vendor s trustworthiness, quality, fitness and capacity to satisfactorily perform. Determining whether a vendor is responsible can include evaluation of the following: financial resources, performance schedule, performance record, organization and skill, equipment and facilities, and various other matters relating to the ability of a vendor to contract and perform. Section 287.012(24) F.S. defines a responsible vendor as a vendor who has the capability in all respects to fully perform the contract requirements and the integrity and reliability that will assure good faith performance. The CCOC reserves the right to investigate or inspect at any time whether the qualifications, or services offered by a vendor meet the contract requirements. The Vendor shall at all times during the contract term remain responsive and responsible. The Vendor must be prepared, if requested by the CCOC, to present evidence of experience, ability, and financial standing, as well as a statement as to capacity of the proposer for the servicing of the solicitation. If the CCOC determines that the conditions of the solicitation documents are not complied with, or that the services proposed do not meet the specified requirements, or that the qualifications, financial standing, or personnel resources are not satisfactory, or that performance is untimely, the CCOC may reject the response or terminate the contract. The Vendor may be disqualified from receiving awards if he/she, or anyone in the vendor s employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the CCOC to make an investigation either before or after award of the contract, but should the CCOC elect to do so, the proposer is not relieved from fulfilling all contract requirements. 8

Submission of Initial Response Tab #1: Executive summary one page or less Tab #2: Competitive Solicitation Cover Sheet and Addenda Tab #3: Company Profile Summary A. Company Information a. Name and address of headquarters and any branch offices. b. Name and address of company location responsible for ultimate fulfillment of any contract awarded pursuant to this ITN and the contact information. c. Type of Entity (e.g. sole proprietor, partnership, or corporation) d. How long has your company been involved in supplying the goods and services called for this ITN? Include both corporation and higher education experience. B. CCOC or Public Sector Experience a. Does your firm have experience fulfilling contracts similar to the scope of work in the ITN, for Clerks of Circuit Court? If so, provide examples. b. If so, how many years? c. If your firm does not have Clerk of Court experience, does your firm have other public sector experience? If so, explain. C. Statement of Vendor Warranty of Ability to Perform This Vendor statement shall warrant that no legal action, proceeding, inquiry or other legal hindrance would preclude the Proposer from performing under this ITN and subsequent contract. D. Insurance, Bonding, Licensure Provide a copy of the Vendor s Certificate of Insurance, or intent to provide following contract award. Bonding requirements and license shall be included in this tab. 9

E. Vendor Statement Work Eligibility Requirements Vendor Statement that Contractor complies with all state and federal laws requiring work eligibility requirements. A description of the Vendor s program for criminal background checks for its employees shall be included. The Vendor shall certify that personnel assigned to the CCOC meet all work eligibility requirements for the State of Florida, are citizens of the United States, or aliens who have been lawfully admitted as evidenced by Immigration and Naturalization Service documentation, Permanent Resident Alien Card. The CCOC shall have the right to examine this documentation for contractor personnel. This contract may not be subcontracted. Tab #4: Qualification Overview 1. Provide examples of how your company s overall communication policies and procedures have ensured the success of similar contracts. 2. Provide at least three (3) current and verifiable references with contracts similar to this scope of work. Include the institution or firm s name, contact name, phone number, and email address. 3. Clearly explain with added value services your firm is able to offer to CCOC that would differentiate your firm from other providers and what would make these services unique to CCOC. 4. Provide the name, phone number, and email of the primary point of contact and background experience for the designated individual who will handle the CCOC account. 5. Sample work: Provide examples of systems your firm has done that demonstrates your ability to meet CCOC needs. Examples of budgeting systems or tracking systems would be especially favorable. 6. Vendor shall submit a detailed pricing system for the services being provided. Be as detailed and specific as possible, including all costs associated with your firm s services. Costs should either be in the form of an hourly rate with the estimated number of hours by Project Phase or by a total cost for each Phase regardless of number of hours for that phase. 7. Vendor should provide resumes of person(s) handling the CCOC account. 8. Provide all technical, functional, and maintenance requirements that would be needed to address the needs and support of this ITN. 10

INSTRUCTIONS, DEFINITIONS, PROCEDUURES, SPECIAL TERMS AND CONDITIONS I. GENERAL The CCOC is inviting qualified Vendors to submit Competitive Responses leading toward negotiation of a contract for Statistical Research Services. II. DEFINITIONS 1. Contract: The legally enforceable Agreement, if any, that results from this ITN process. 2. CCOC: The Florida Clerks of Courts Operations Corporation. 3. ITN: Invitation to Negotiate. 4. Participation Vendors: Those entities that submit responses and participate in the ITN process. 5. Response: The written and other submissions by Participating Vendors in response to the ITN. 6. Procurement Designee: The CCOC employee designated in the ITN to whom the Participating Vendors shall address any questions regarding the ITN process. 7. Successful Vendor: The highest ranked Vendor with whom negotiations successfully result in a Contract. III. ITN PROCEDURES 1. Participation: Participation by a Participating Vendor in this ITN process constitutes acceptance of all terms and conditions set forth herein and in the ITN. 2. Addenda: The CCOC reserves the right to issue addenda reflecting changes to this ITN, including specifications. Such addenda, if any shall be sent to all Participating Vendors so that each is given the opportunity of submitting Responses to the same specification. Any addendum issued by the CCOC to participating Vendors shall include an Addendum Acknowledgment Form, signed and dated by the Participating Firm representative and returned with the ITN response. Failure to return an Addendum Acknowledgment Form for any and all addenda issued for this ITN may be grounds for rejection of that Response. It is the responsibility of all vendors to check the website for all updates and/or changes. 11

3. Responses: Participating Vendors shall submit their Responses on or before the date and time indicated in the Calendar of Events in the ITN to the address listed on the ITN Acknowledgement Form. Participating Vendors shall submit all costs and services. A Participating Vendor s written submission(s) in response to the ITN shall be considered as a firm s formal offer for the purpose of Contract negotiations. Any response which fails to meet the mandatory, functional, cost or contractual requirements stated in the ITN shall be rejected. The CCOC reserves the right to waive minor irregularities in Responses, defined as those that have no adverse effect on the CCOC s interests, will not affect monetary amounts in the Responses and will not give a Participating Vendor an advantage or benefit not enjoyed by another Participating Firm. Each response shall be prepared simply and economically, providing a straightforward, concise delineation of the Participating Vendor s capabilities to satisfy the requirements of this ITN. Fancy binding, colored displays and promotional material are not desired. However, technical literature, drawings, and/or explanatory photographs or images are permissible where applicable. Emphasis in each Response must be on completeness and clarity of contents. In order to expedite the evaluation of responses, it is essential that firms follow the format and instructions contained herein. In accordance with Section 119.071 (1)2.a.,F.S. Florida Statutes, the CCOC may limit public access of Responses to a competitive solicitation until after the notice of a decision is posted or until 20 days after the competitive solicitation display, whichever occurs first. 4. Communications: No negotiations, decisions, or actions shall be initiated or executed by the Participating Vendor as a result of any discussion with any CCOC employee. If any contact is made by the Vendor to any CCOC employee relating to this ITN, this will be grounds for disqualification of the Response. Only those communications which are in writing from the CCOC procurement designee shall be considered as a duly authorized expression on behalf of the CCOC. Only communications from Vendor Firms which are signed and in writing will be recognized by the CCOC as duly authorized expressions on behalf of the Participating Firm. A Participating Vendor may not consider any verbal instructions as an official expression on the CCOC s behalf. Only written communications, issued by the CCOC s Procurement Designee shall be considered valid. Any questions concerning conditions and specifications must be directed in writing to the attention of the CCOC s Procurement Designee by the date and time outlined in the Calendar of Events. Respondents to this solicitation or persons acting on their behalf shall not contact any employee or officer of the CCOCs Executive Council, except in writing to the CCOCs Executive Director or as provided in this solicitation document, from the date of release of this solicitation through the end of the 72-hour period following the CCOC s posting of the notice of intended award. Violation of this provision may be grounds for rejecting a response. 12

Appendix A Notice of Intent to submit an ITN This form must be completed, signed, and returned to the Clerks of Court Operations Corporation no later than 4:00 pm on April 12, 2012. Failure to return this form will mean that your firm will be dropped from all future mailings. By failing to return the form on the date and time specified, you are stipulating that you are not interested in submitting an ITN, and that you waive your right to submit an ITN. By signing and returning this form, I stipulate that I have reviewed the ITN, and that I am interested in submitting a proposal. Name (Signed) Name (Typed) Company Name Company Address City, State, Zip code FAX Number E-mail Telephone Number ITN Number Note: This form may be FAXED to the CCOC at (850)386-2224, emailed to ldaws@flccoc.org or mailed to CCOC, attention Lisa Daws, 2560-102 Barrington Circle, Tallahassee, Florida 32308. Timely delivery of the Notice of Intent as outlined in the Calendar of Events rests with the potential proposer. 13