part ii - pa - emarketplace  · web viewif a proposal submission contains confidential proprietary...

50
INFORMATION TECHNOLOGY SERVICES ITQ REQUEST FOR QUOTATIONS FOR Managed Print Services ISSUING OFFICE Office of Administration Office for Information Technology 506 Finance Building Harrisburg, PA 17120 RFQ NUMBER 6100024848 DATE OF ISSUANCE April 5, 2013 Page 1

Upload: duonghuong

Post on 04-May-2019

214 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

INFORMATION TECHNOLOGY SERVICES ITQ

REQUEST FOR QUOTATIONS FOR

Managed Print Services

ISSUING OFFICE

Office of Administration Office for Information Technology

506 Finance BuildingHarrisburg, PA 17120

RFQ NUMBER

6100024848

DATE OF ISSUANCE

April 5, 2013

Page 1

Page 2: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

The Office of Administration, Office for Information Technology has posted solicitation 6100024848 for Managed Print Services. Please go to the eMarketplace Website to view and download all documentation pertaining to this solicitation.

This is a restricted solicitation, only those contractors qualified in one (1) or more of the following service category(ies) under the Commonwealth’s Information Technology (IT) Services Invitation to Qualify (ITQ) Contract, 4400004480, prior to the bid opening date may respond.

Managed Print Services

Organizations interested in doing business with the Commonwealth through this contract must begin by registering with the Commonwealth as a Procurement Supplier. For more information about registration, please view the Registration Guide.

Once an organization is registered with the Commonwealth, they must develop and submit a bid through the PASupplierPortal Website in order to qualify for one, all, or any combination of the service categories associated with this contract. The Commonwealth will evaluate the bid along with all supporting documentation to determine whether the organization meets the minimum eligibility requirements.

For more information about the Commonwealth’s Invitation to Qualify contracts and their policies, please visit the ITQ Website.

Page 2

Page 3: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

REQUEST FOR QUOTATIONS

FOR

Managed Print Services

TABLE OF CONTENTS

CALENDAR OF EVENTS 5

Part I - GENERAL INFORMATION 6

Part II - PROPOSAL REQUIREMENTS 14

Part III - CRITERIA FOR SELECTION 20

Part IV - WORK STATEMENT 24

APPENDIX A, PROPOSAL COVER SHEET

APPENDIX B, TRADE SECRET/CONFIDENTIAL PROPRIETARY INFORMATION NOTICE

APPENDIX C, PROJECT MANAGEMENT PLAN TEMPLATE

APPENDIX D, CHANGE MANAGEMENT PLAN TEMPLATE

APPENDIX E, CHANGE REQUEST FORM SAMPLE

APPENDIX F, RISK MANAGEMENT PLAN TEMPLATE

APPENDIX G, PROJECT REFERENCES

APPENDIX H, PERSONNEL EXPERIENCE BY KEY POSITION

APPENDIX I, COST MATRIX

APPENDIX J, REQUIREMENTS CROSS-REFERENCE

APPENDIX K, DOMESTIC WORKFORCE UTILIZATION CERTIFICATION

APPENDIX L, OUTSOURCED SERVICE REQUIREMENTS

APPENDIX M, EQUIPMENT REQUIRMENTS

APPENDIX N, SOFTWARE REQUIREMENTS

Page 3

Page 4: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

APPENDIX O, WEEKLY STATUS REPORT SAMPLE

APPENDIX P, SAMPLE USAGE REPORT

APPENDIX Q, CONFIRMATION OF SERVICES FORM SAMPLE

Page 4

Page 5: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

CALENDAR OF EVENTS

The Commonwealth will make every effort to adhere to the following schedule:

Activity Responsibility Date

Deadline to submit Questions via email to:[email protected] Contractors

Friday,April 12, 2013 at

1:00 PMPre-proposal Conference:Keystone Building400 North StreetPlaza Level, Conference Room 125CHarrisburg, PA 17120

Issuing Office/Contractors

Wednesday,April 10, 2013 at

1:00 PM

Answers to Potential Contractor questions posted to the DGS website no later than this date. Issuing Office

Friday,April 19, 2013 at

4:00 PM

Please monitor the DGS website for all communications regarding the RFQ. Contractors On going

Sealed proposal must be received by the Issuing Office at Office for Information Technologyc/o Commonwealth Mail Processing CenterAttn: IT Procurement 506 FinanceHarrisburg, PA 17110

Proposals must be time and date stamped by the facility receiving the proposals. Proposals may only be hand-delivered between 6:00 a.m. and 2:45 p.m., Monday through Friday, excluding Commonwealth holidays.

ContractorsFriday,

April 26, 2013 at1:00 PM

Page 5

Page 6: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

PART I

GENERAL INFORMATION

I-1.Purpose This Request for Quotes ("RFQ") provides to those interested in submitting proposals for the subject procurement ("Contractors") sufficient information to enable them to prepare and submit proposals for the Office of Administration/Office for Information Technology consideration on behalf of the Commonwealth of Pennsylvania ("Commonwealth") to satisfy a need for Managed Print Services ("Project").

I-2.Issuing OfficeThe Office of Administration/Office for Information Technology ("Issuing Office") has issued this RFQ on behalf of the Commonwealth. The sole point of contact in the Commonwealth for this RFQ is Tami Mistretta, 506 Finance Building, Harrisburg, PA 17120, [email protected], the Issuing Officer for this RFQ. Please refer all inquiries to the Issuing Officer.

I-3.ScopeThis RFQ contains instructions governing the requested proposals, including the requirements for the information and material to be included; a description of the service to be provided; requirements which Contractors must meet to be eligible for consideration; general evaluation criteria; and other requirements specific to this RFQ.

I-4.Problem Statement The Office of Administration seeks to procure the services of a qualified contractor to fulfill its printing needs as a “managed service” in order to reduce cost while meeting the agency’s business needs for printing, copying, faxing, scanning, and plotting. This Request for Quote (RFQ) includes managing the fleet of printers and multifunction devices (MFDs) which deliver the service and the outputs generated by this equipment. Managed print services is a service offered by suppliers to take responsibility for meeting the Commonwealth’s printing needs and overall management of the printer fleet.

The Office of Administration’s current fleet of equipment is comprised of both owned and leased printers that are operated by the Commonwealth. These printers are housed in the Finance Building, Commonwealth Technology Center (CTC) 1 Technology Park, CTC 5 Technology Park, Forum Place Building, Keystone Building, 333 Market Street, 22 Forester Building and Health and Welfare Building.

Additional detail is provided in Part IV of this RFQ.

I-5.Pre-proposal Conference The Issuing Office will hold a pre-proposal conference as specified in the Calendar of Events. The purpose of this conference is to provide opportunity for clarification of the RFQ. Contractors should forward all questions to the Issuing Office in accordance with Part I-6 to ensure adequate time for analysis before the Issuing Office provides an answer. Contractors may also ask questions at the conference. In view of the limited facilities available for the conference, Contractors should limit their representation to two (2) individuals per Contractor. The pre-proposal conference is for information only. Any answers furnished during the conference will not be official until they have been verified, in writing, by the Issuing Office. All questions and written answers will be posted on the Department of General Services’ (“DGS”) website (www.emarketplace.state.pa.us) as an addendum to, and shall become part of, this RFQ. Attendance at the Pre-proposal Conference is optional.

I-6.Questions and Answers Page 6

Page 7: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

If a Contractor has any questions regarding this RFQ, the Contractor must submit the questions by email (with the subject line "IT ITQ RFQ 6100024848 Question") to the Issuing Officer. Questions must be submitted via email no later than the date and time specified in the Calendar of Events. The Contractor shall not attempt to contact the Issuing Officer by any other means. The Issuing Officer will post the answers to the DGS website. A Contractor who submits a question after the deadline date for receipt of questions indicated on the Calendar of Events assumes the risk that its proposal will not be responsive or competitive because the Commonwealth is not able to respond before the proposal receipt date or in sufficient time for the Contractor to prepare a responsive or competitive proposal. When submitted after the deadline date for receipt of questions indicated on the Calendar of Events, the Issuing Officer may respond to questions of an administrative nature by directing the questioning Contractor to specific provisions in the RFQ.  To the extent that the Issuing Office decides to respond to a non-administrative question after the deadline date for receipt of questions indicated on the Calendar of Events, the answer will be provided to all Contractors through an addendum.

All questions and responses as posted on the DGS website are considered as an addendum to, and part of, this RFQ. Each Contractor shall be responsible to monitor the DGS website for new or revised RFQ information. The Issuing Office shall not be bound by any verbal information nor shall it be bound by any written information that is not either contained within the RFQ or formally issued as an addendum by the Issuing Office. The Issuing Office does not consider questions to be a protest of the specifications or of the solicitation.

I-7.Addenda to RFQ If the Issuing Office deems it necessary to revise any part of this RFQ before the proposal response date, the Issuing Office will post an addendum to the DGS website. Answers to the questions asked during the questions and answer period will also be posted to the DGS website as an addendum to the RFQ.

I-8.Electronic Version of RFQ This RFQ is being made available by electronic means. The Contractor acknowledges and accepts full responsibility to insure that no changes are made to the RFQ. In the event of a conflict between a version of the RFQ in the Contractor's possession and the Issuing Office's version of the RFQ, the Issuing Office's version shall govern.

I-9.Response Date To be considered, proposals must arrive at the Issuing Office on or before the time and date specified in the RFQ Calendar of Events. Contractors which mail proposals should allow sufficient mail delivery time to ensure timely receipt of their proposals. If, due to inclement weather, natural disaster, or any other cause, the Issuing Office location to which proposals are to be returned is closed on the proposal response date, the deadline for submission shall be automatically extended until the next Commonwealth business day on which the office is open, unless the Issuing Office otherwise notifies Contractors by posting an Addendum to the RFQ. The time for submission of proposals shall remain the same. Late proposals will not be considered.

I-10. Incurring CostsThe Issuing Office is not liable for any costs the Contractor incurs in preparation and submission of its proposal, in participating in the RFQ process or in anticipation of award of a purchase order.

I-11. Economy Of PreparationContractors should prepare proposals simply and economically, providing a straightforward, concise description of the Contractor's ability to meet the requirements of the RFQ.

I-12. Small Diverse Business InformationPage 7

Page 8: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

The Issuing Office encourages participation by small diverse businesses as prime contractors, and encourages all prime contractors to make a significant commitment to use small diverse businesses as subcontractors and suppliers.

A Small Diverse Business is a DGS-certified minority-owned business, woman-owned business, veteran-owned business or service-disabled veteran-owned business.

A small business is a business in the United States which is independently owned, not dominant in its field of operation, employs no more than 100 full-time or full-time equivalent employees, and earns less than $7 million in gross annual revenues for building design, $20 million in gross annual revenues for sales and services and $25 million in gross annual revenues for those businesses in the information technology sales or service business.

Questions regarding this Program can be directed to:

Department of General ServicesBureau of Small Business OpportunitiesRoom 611, North Office BuildingHarrisburg, PA 17125Phone: (717) 783-3119Fax: (717) 787-7052Email: [email protected]: www.dgs.state.pa.us

The Department’s directory of BSBO-verified minority, women, veteran and service disabled veteran-owned businesses can be accessed from: Searching for Small Diverse Businesses.

I-13. ProposalsTo be considered, Contractors should submit a complete response to this RFQ to the Issuing Office, using the format provided in Part II, providing seven (7) paper copies of the Technical Submittal and two (2) paper copy of the Cost Submittal and two (2) paper copies of the Small Diverse Business (SDB) participation submittal. In addition to the paper copies of the proposal, Contractors shall submit two complete and exact copies of the entire proposal (Technical, Cost and SDB submittals, along with all requested documents) on CD-ROM or Flash drive in Microsoft Office or Microsoft Office-compatible format. The electronic copy must be a mirror image of the paper copy and any spreadsheets must be in Microsoft Excel. The Contractors may not lock or protect any cells or tabs. Contractors should ensure that there is no costing information in the technical submittal. Contractors should not reiterate technical information in the cost submittal. The CD or Flash drive should clearly identify the Contractor and include the name and version number of the virus scanning software that was used to scan the CD or Flash drive before it was submitted. The Contractor shall make no other distribution of its proposal to any other Contractor or Commonwealth official or Commonwealth consultant. Each proposal page should be numbered for ease of reference. An official authorized to bind the Contractor to its provisions must sign the proposal. If the official signs the Proposal Cover Sheet (Appendix A to this RFQ) and the Proposal Cover Sheet is attached to the Contractor’s proposal, the requirement will be met. For this RFQ, the proposal must remain valid until a purchase order is issued. If the Issuing Office selects the Contractor’s proposal for award, the contents of the selected Contractor’s proposal will become, except to the extent the contents are changed through Best and Final Offers or negotiations, contractual obligations.

Each Contractor submitting a proposal specifically waives any right to withdraw or modify it, except that the Contractor may withdraw its proposal by written notice received at the Issuing Office’s address

Page 8

Page 9: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

for proposal delivery prior to the exact hour and date specified for proposal receipt. A Contractor or its authorized representative may withdraw its proposal in person prior to the exact hour and date set for proposal receipt, provided the withdrawing person provides appropriate identification and signs a receipt for the proposal. A Contractor may modify its submitted proposal prior to the exact hour and date set for proposal receipt only by submitting a new sealed proposal or sealed modification which complies with the RFQ requirements.

I-14. Alternate Proposals The Issuing Office will not accept alternate proposals.

I-15. Proposal ContentsA. Confidential Information .  The Commonwealth is not requesting, and does not require, confidential

proprietary information or trade secrets to be included as part of Contractors’ submissions in order to evaluate proposals submitted in response to this RFQ.  Accordingly, except as provided herein, Contractors should not label proposal submissions as confidential or proprietary or trade secret protected.  Any Contractor who determines that it must divulge such information as part of its proposal must submit the signed written statement described in subsection c. below and must additionally provide a redacted version of its proposal, which removes only the confidential proprietary information and trade secrets, for required public disclosure purposes.

B. Commonwealth Use .  All material submitted with the proposal shall be considered the property of the Commonwealth of Pennsylvania and may be returned only at the Issuing Office’s option.  The Commonwealth has the right to use any or all ideas not protected by intellectual property rights that are presented in any proposal regardless of whether the proposal becomes part of a purchase order.  Notwithstanding any Contractor copyright and/or trademark designations contained on proposals, the Commonwealth shall have the right to make copies and distribute proposals internally and to comply with public record or other disclosure requirements under the provisions of any Commonwealth or United States statute or regulation, or rule or order of any court of competent jurisdiction.

C. Public Disclosure .  After the award of a contract pursuant to this RFQ, all proposal submissions are subject to disclosure in response to a request for public records made under the Pennsylvania Right-to-Know-Law, 65 P.S. § 67.101, et seq.  If a proposal submission contains confidential proprietary information or trade secrets, a signed written statement to this effect must be provided with the submission in accordance with 65 P.S. § 67.707(b) for the information to be considered exempt under 65 P.S. § 67.708(b)(11) from public records requests (See Appendix B, Trade Secret/Confidential Proprietary Information Notice). Financial capability information submitted in response to Part II, Section II-8 of this RFQ is exempt from public records disclosure under 65 P.S. § 67.708(b)(26).

I-16. Contractor’s Representations and AuthorizationsBy submitting its proposal, each Contractor understands, represents, and acknowledges that:

A. All of the Contractor’s information and representations in the proposal are true, correct, material and important, and the Issuing Office may rely upon the contents of the proposal in making an award. The Commonwealth shall treat any misstatement, omission or misrepresentation as fraudulent concealment of the true facts relating to the proposal submission, punishable pursuant to 18 Pa. C.S. § 4904.

B. The Contractor has arrived at the price(s) and amounts in its proposal independently and without consultation, communication, or agreement with any other Contractor or potential Contractor.

Page 9

Page 10: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

C. The Contractor has not disclosed the price(s), the amount of the proposal, nor the approximate price(s) or amount(s) of its proposal to any other firm or person who is a Contractor or potential Contractor for this RFQ, and the Contractor shall not disclose any of these items on or before the proposal submission deadline specified in the Calendar of Events of this RFQ.

D. The Contractor has not attempted, nor will it attempt, to induce any firm or person to refrain from submitting a proposal on this purchase order, or to submit a proposal higher than this proposal, or to submit any intentionally high or noncompetitive proposal or other form of complementary proposal.

E. The Contractor makes its proposal in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive proposal.

F. To the best knowledge of the person signing the proposal for the Contractor, the Contractor, its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any Local, State, or Federal governmental agency and have not in the last four years been convicted or found liable for any act prohibited by Local, State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding or proposing on any public contract, except as the Contractor has disclosed in its proposal.

G. To the best of the knowledge of the person signing the proposal for the Contractor and except as the Contractor has otherwise disclosed in its proposal, the Contractor has no outstanding, delinquent obligations to the Commonwealth including, but not limited to, any state tax liability not being contested on appeal or other obligation of the Contractor that is owed to the Commonwealth.

H. The Contractor is not currently under suspension or debarment by the Commonwealth, any other state or the federal government, and if the Contractor cannot so certify, then it shall submit along with its proposal a written explanation of why it cannot make such certification.

I. The Contractor has not made, under separate contract with the Issuing Office, any recommendations to the Issuing Office concerning the need for the services described in its proposal or the specifications for the services described in the proposal. (See Pennsylvania State Adverse Interest Act)

J. The Contractor, by submitting its proposal, authorizes Commonwealth agencies to release to the Commonwealth information concerning the Contractor's Pennsylvania taxes, unemployment compensation and workers’ compensation liabilities.

K. The selected Contractor shall not begin to perform until it receives purchase order from the Commonwealth.

I-17. Restriction Of Contact From the issue date of this RFQ until the Issuing Office selects a proposal for award, the Issuing Officer is the sole point of contact concerning this RFQ. Any violation of this condition may be cause for the Issuing Office to reject the offending Contractor's proposal. If the Issuing Office later discovers that the Contractor has engaged in any violations of this condition, the Issuing Office may reject the offending Contractor's proposal or rescind its purchase order award. Contractors must agree not to distribute any part of their proposals beyond the Issuing Office. A Contractor who shares information contained in its proposal with other Commonwealth personnel and/or competing Contractor personnel may be disqualified.

Page 10

Page 11: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

I-18. Prime Contractor Responsibilities The selected Contractor will be required to assume responsibility for all services offered in its proposal whether it produces them itself or by subcontract. The Issuing Office and Project Manager will consider the selected Contractor to be the sole point of contact with regard to contractual and purchase order matters.

I-19. Resources Contractors shall provide all services, supplies, facilities, and other support necessary to complete the identified work, except as otherwise provided in this Part I-19. The Commonwealth will provide a cubicle for the contractor to use during the assessment time frame. Further, the Office of Administration will provide project management point of contact for the project.

The location for project coordination will be:311 Finance Building Harrisburg, Pennsylvania 17120

I-20. Rejection Of ProposalsThe Issuing Office reserves the right, in its sole and complete discretion, to reject any proposal received in response to this RFQ, or to negotiate separately with competing Contractors.

I-21. Discussions for ClarificationContractors may be required to make an oral or written clarification of their proposals to the Issuing Office to ensure thorough mutual understanding and contractor responsiveness to the solicitation requirements. The Issuing Office will initiate requests for clarification. Clarifications may occur at any stage of the evaluation and selection process prior to issuance of a purchase order.

I-22. Best and Final Offer (BAFO)A. While not required, the Issuing Office reserves the right to conduct discussions with Contractors for

the purpose of obtaining “Best and Final Offers.” To obtain Best and Final Offers from Contractors, the Issuing Office may do one or more of the following, in combination and in any order:

1. Schedule oral presentations;

2. Request revised proposals;

3. Conduct a reverse online auction; and

4. Enter into pre-selection negotiations.

B. The following Contractors will not be invited by the Issuing Office to submit a Best and Final Offer:

1. Those Contractors which the Issuing Office has determined to be not responsible or whose proposals the Issuing Office has determined to be not responsive.

2. Those Contractors, which the Issuing Office has determined in accordance with Part III, Section III-5, from the submitted and gathered financial and other information, do not possess the financial capability, experience or qualifications to assure good faith performance of the purchase order.

Page 11

Page 12: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

3. Those Contractors whose score for their technical submittal of the proposal is less than 70% of the total amount of technical points allotted to the technical criterion.

The Issuing Office may further limit participation in the Best and Final Offers process to those remaining responsible Contractors which the Issuing Office has, within its discretion, determined to be within the top competitive range of responsive proposals.

C. Evaluation Criteria found in Part III, Section III-4, shall also be used to evaluate the Best and Final Offers.

D. Price reductions offered through any reverse online auction shall have no effect upon the Contractor’s Technical Submittal. Dollar commitments to Small Diverse Businesses can be reduced only in the same percentage as the percent reduction in the total price offered through any reverse online auction or negotiations.

I-23. Notification of SelectionA. Negotiations . The Issuing Office will notify all Contractors in writing of the Contractor selected for

negotiations after the Issuing Office has determined, taking into consideration all of the evaluation factors, the proposal that is the most advantageous to the Issuing Office.

B. Award . Contractors whose proposals are not selected will be notified when negotiations have been successfully completed and the final negotiated purchase order has been issued to the selected Contractor.

I-24. Purchase Order The successful Contractor will be issued a purchase order with reference to IT ITQ Contract #4400004480. The term of the purchase order will commence on the Effective Date and will end in three (3) years with two optional renewal years. The optional renewal years may be exercised, in the Commonwealth’s sole discretion. No work may begin or be reimbursed prior to issuance of the purchase order. The selected Contractor will be paid after submitting invoices, provided it is in accordance with the work plan and approved by the Commonwealth Project Manager. Final payment will not be made until all Project work has been successfully completed.

I-25. Debriefing Conferences Upon notification of award, Contractors whose proposals were not selected will be given the opportunity to be debriefed. The Issuing Office will schedule the debriefing at a mutually agreeable time. The debriefing will not compare the Contractor with other Contractors, other than the position of the Contractor’s proposal in relation to all other Contractor proposals.

I-26. News Releases Contractors shall not issue news releases, internet postings, advertisements or any other public communications pertaining to this Project without prior written approval of the Issuing Office, and then only in coordination with the Issuing Office.

I-27. Terms and ConditionsThe requirements and terms and conditions of IT ITQ Contract #4400004480 shall govern the purchase order issued as a result of this RFQ.

I-28. Information Technology Bulletins

Page 12

Page 13: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

This RFQ is subject to the Information Technology Bulletins (ITB’s) issued by the Office of Administration, Office for Information Technology (OA-OIT). ITB’s may be found at http://www.portal.state.pa.us/portal/server.pt?open=512&objID=416&PageID=210791&mode=2

All proposals must be submitted on the basis that all ITB’s are applicable to this procurement. It is the responsibility of the Contractor to read and be familiar with the ITB’s. Notwithstanding the foregoing, if the Contractor believes that any ITB is not applicable to this procurement, it must list all such ITB’s in its technical response, and explain why it believes the ITB is not applicable. The Issuing Office may, in its sole discretion, accept or reject any request that an ITB not be considered to be applicable to the procurement. The Contractor’s failure to list an ITB will result in its waiving its right to do so later, unless the Issuing Office, in its sole discretion, determines that it would be in the best interest of the Commonwealth to waive the pertinent ITBs.

I-29. Minimum Contractor/Supplier Background Checks. The selected contractor must, at its expense, arrange for a background check for each of its employees, as well as the employees of any of its subcontractors, who will have access to Commonwealth IT facilities, either through on-site access or through remote access. Background checks are to be conducted via the Request for Criminal Record Check form found at http://www.psp.state.pa.us/psp/lib/psp/sp4-164.pdf. The background check must be conducted prior to initial access and on an annual basis thereafter. Refer to the Terms and Conditions of IT ITQ Contract #4400004480

Page 13

Page 14: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

PART IIPROPOSAL REQUIREMENTS

II-1. General Requirements Contractors must submit their proposals in the format, including heading descriptions, outlined below. To be considered, the proposal must respond to all requirements in this part of the RFQ. Contractors should provide any other information thought to be relevant, but not applicable to the enumerated categories, as an appendix to the Proposal. All cost data relating to this proposal and all Small Diverse Business cost data should be kept separate from and not included in the Technical Submittal. Each Proposal shall consist of the following three separately sealed submittals:

A. Technical Submittal, which shall be a response to RFQ Part II, Sections II-1 through II-9 and ;

B. Small Diverse Business participation submittal, in response to RFQ Part II, Section II-10; and

C. Cost Submittal, in response to RFQ Part II, Section II-11.

The Issuing Office reserves the right to request additional information which, in the Issuing Office’s opinion, is necessary to assure that the Contractor’s competence, number of qualified employees, business organization, and financial resources are adequate to perform according to the RFQ.

The Issuing Office may make investigations as deemed necessary to determine the ability of the Contractor to perform the Project, and the Contractor shall furnish to the Issuing Office all requested information and data. The Issuing Office reserves the right to reject any proposal if the evidence submitted by, or investigation of, such Contractor fails to satisfy the Issuing Office that such Contractor is properly qualified to carry out the obligations of the RFQ and to complete the Project as specified.

II-2. Statement of the ProblemState in succinct terms your understanding of the problem presented or the service required by this RFQ.

Contractors must also describe the three to five characteristics, conditions, or variables they believe will have a direct and critical impact on the effectiveness, efficiency, and viability of their proposed solution. Contractors must describe their approach to mitigating risks and ensuring these critical factors are successful.

II-3. Management SummaryInclude a narrative description of the proposed effort and a list of the items to be delivered or services to be provided.

II-4. Work PlanDescribe in narrative form your technical plan for accomplishing the work. Use the task descriptions in Part IV of this RFQ as your reference point. Modifications of the task descriptions are permitted; however, reasons for changes should be fully explained. Indicate the number of person hours allocated to each task. Include a Program Evaluation and Review Technique (PERT) or similar type display, time related, showing each event. If more than one approach is apparent, comment on why you chose this approach.

As part of its proposal, Contractors must describe their level of familiarity in performing project management in accordance with best practices and identify a project manager.

Page 14

Page 15: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

Contractors must propose a detailed project management approach that aligns with the with the following items/documents, at a minimum, included in their RFQ response:

1. Scope Management Plan. Contractors must describe the process to manage and control the project using the template included as Appendix C, Project Management Plan Template.

2. Responsibility Matrix/RACI Chart. Contractors must propose a responsibility matrix/RACI chart listing all major project activities along with who will be responsible.

3. Detailed Project Work Plan/Work Breakdown Structure. Contractors must propose a detailed work plan depicting all project tasks with estimated start and completion dates, work products and deliverables, task dependencies, and assigned resources. This plan must also highlight the critical path to project completion. Please submit this in Microsoft Project 2007 format. The actual start date will be dependent upon the date of Contract execution.

4. Change Management Plan. Contractors must describe the process to manage changes in the project using the change management plan template included as Appendix D, Change Management Plan Template. This process must reference the Change Request Form included as Appendix E, Change Request Form Sample.

5. Risk Management Plan. A risk management plan template is included as Appendix F, Risk Management Plan Template. Contractors may accept this format, suggest changes to this format, or propose a different format. Provide an explanation for suggested changes, or the reason for using a different format entirely. Also, provide a narrative description of your approach to risk management.

6. Operational Management Plan. Contractors must provide an operational management plan, such as identified in ITIL v3 Foundation, which reflects how the Contractor will interact with other divisions within the Office of Administration. This must also reflect continuous service improvement.

Final resolution of any project management issues will reside with the Office of Administration project manager.

II-5. Prior ExperienceDescribe experience in Managed Print Services, including the following:

1) Experience in providing and effectively managing print services of similar scope and complexity in government organizations under tight budget restrictions.

2) Experience in conducting comprehensive assessments, designing, and implementing managed print services solutions.

3) Experience in streamlining document-centric processes and reducing costs realized through better workflow design and providing innovative and scalable solutions.

4) Experience in providing fully integrated IT and print management capabilities, including network management, and security solutions.

5) Experience in using proven industry models, tools, and techniques for monitoring, conducting periodic assessments, and obtaining a comprehensive understanding of the business needs, peak demands, usage patterns and costs, and the associated print environment capabilities and capacities to support business operations while reducing costs and boosting productivity.

6) Experience in analyzing and effectively managing the security of the print environment (e.g., network connectivity, hard disk and memory storage, transmissions, sensitive printed outputs, etc.) and mitigating threats associated with security risks and safeguarding the enterprise print infrastructure.

Page 15

Page 16: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

Using the form in Appendix G, Project References, provide three examples that demonstrate your company’s experience performing projects of like nature and scope. Studies or projects referred to must be identified and the name of the customer shown, including the name, address, and telephone number of the responsible official of the customer, company, or agency who may be contacted.

II-6. Personnel Include the number of executive and professional personnel, analysts, auditors, researchers, programmers, consultants, etc., who will be engaged in the work. Show where these personnel will be physically located during the time they are engaged in the Project. For key personnel, Service Managers and Sales/Account Representatives, Repair/Service Technicians, Business Process Operations Analysts, Solution Engineers/Architects, Security Architects/Consultants, MPS Helpdesk Representative; or equivalent MPS classifications/titles, include the employee’s name and, through a resume or similar document, the Project personnel’s education and experience. The experience requirements for key personnel follow:

The Selected Contractor shall provide proof that its technicians are certified by the Original Equipment Manufacturer(s) to provide service on the equipment proposed in the managed print services solution

1) Project Manager should have a least 5 years’ experience in managing print services of similar scope and complexity in government organizations.

2) Contractor Service Managers and Sales/Account Representatives should have at least 5 years’ experience in managing print services of similar scope and complexity in government organizations.

3) Contractor Service Managers and Sales/Account Representatives should have at least 5 years’ experience in analyzing business needs, designing, proposing, and implementing enterprise wide managed print services solutions of similar scope and complexity in government organizations.

4) Contractor repair/service technicians representatives should have the appropriate OEM certifications and at least 3 years’ experience servicing customers and repairing equipment in-the-field.

5) Contractor Print Service Solution Business Process Operations analysts should have at least 5 years’ experience in conducting comprehensive assessments, designing, and implementing managed print services solutions of similar scope and complexity.

6) Contractor Print Service Solution Engineers/Architects should have at least 7 years’ experience in conducting comprehensive assessments, designing, and implementing managed print services solutions of similar scope and complexity.

7) Contractor Print Service Security Consultants should have a CISSP certification with at least 5 years’ experience in conducting comprehensive security assessments, designing and implementing secure print services solutions, and managing the security of the print environment of similar scope and complexity.

8) Contractor MPS Helpdesk representatives should have at least 2 years’ experience in providing Tier-1 support for MPS customers.

Using Appendix H, Personnel Experience by Key Position, indicate the responsibilities each individual will have in this Project and how long each has been with your company. Identify by name any subcontractors you intend to use and the services they will perform.

Page 16

Page 17: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

Resumes are not to include personal information that will, or will be likely to, require redaction prior to release of the proposal under the Right to Know Law.  This includes home addresses and phone numbers, Social Security Numbers, Drivers’ License numbers or numbers from state ID cards issued in lieu of a Drivers’ License, financial account numbers, etc.  If the Commonwealth requires any of this information for security verification or other purposes, the information will be requested separately and as necessary.

II-7. TrainingIf appropriate, indicate recommended training of agency personnel. Include the agency personnel to be trained, the number to be trained, duration of the program, place of training, curricula, training materials to be used, number and frequency of sessions, and number and level of instructors.

II-8. Financial Capability Describe your company’s financial stability and economic capability to perform the Project requirements. Provide your company’s financial statements for the past two (2) fiscal years. If your company is a publicly traded company, please provide a link to your financial records on your company website; otherwise, provide two (2) years of your company’s financial documents such as audited financial statements. Financial statements must include the company’s Balance Sheet and Income Statement or Profit/Loss Statements. Also include a Dun & Bradstreet comprehensive report if available. The Commonwealth reserves the right to request additional information it deems necessary to evaluate a Contractor’s financial capability.

II-9. Emergency PreparednessTo support continuity of operations during an emergency, including a pandemic, the Commonwealth needs a strategy for maintaining operations for an extended period of time. One part of this strategy is to ensure that essential contracts that provide critical business services to the Commonwealth have planned for such an emergency and put contingencies in place to provide needed goods and services.

A. Describe how Contractor anticipates such a crisis will impact its operations.

B. Describe Contractor’s emergency response continuity of operations plan. Attach a copy of the plan, or at a minimum, summarize how the plan addresses the following aspects of pandemic preparedness:

1. Employee training (describe Contractor’s training plan, and how frequently it will be shared with employees)

2. Identified essential business functions and key employees (within Contractor’s organization) necessary to carry them out

3. Contingency plans for:

How Contractor will handle staffing issues when a portion of key employees are incapacitated due to illness.

How Contractor employees will carry out the essential functions if contagion control measures prevent them from coming to the primary workplace.

Page 17

Page 18: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

4. How Contractor will communicate with staff and suppliers when primary communications systems are overloaded or otherwise fail, including key contacts, chain of communications (including suppliers), etc.

5. How and when Contractor’s emergency plan will be tested, and if the plan will be tested by a third-party.

II-10. Small Diverse Business Participation SubmittalA. To receive credit for being a Small Diverse Business or for subcontracting with a Small Diverse

Business (including purchasing supplies and/or services through a purchase agreement), a Contractor must include proof of Small Diverse Business qualification in the Small Diverse Business participation submittal of the proposal, as indicated below:

1. A Small Diverse Business verified by BSBO as a Small Diverse Business must provide a photocopy of their verification letter.

B. In addition to the above verification letter, the Contractor must include in the Small Diverse Business participation submittal of the proposal the following information:

1. Contractors must include a numerical percentage which represents the total percentage of the work (as a percentage of the total cost in the Cost Submittal) to be performed by the Contractor and not by subcontractors and suppliers.

2. Contractors must include a numerical percentage which represents the total percentage of the total cost in the Cost Submittal that the Contractor commits to paying to Small Diverse Businesses (SDBs) as subcontractors. To support its total percentage SDB subcontractor commitment, Contractor must also include:

a. The percentage and dollar amount of each subcontract commitment to a Small Diverse Business;

b. The name of each Small Diverse Business. The Contractor will not receive credit for stating that after the purchase order is awarded it will find a Small Diverse Business.

c. The services or supplies each Small Diverse Business will provide, including the timeframe for providing the services or supplies.

d. The location where each Small Diverse Business will perform services.e. The timeframe for each Small Diverse Business to provide or deliver the goods or services.f. A signed subcontract or letter of intent for each Small Diverse Business. The subcontract or

letter of intent must identify the specific work, goods or services the Small Diverse Business will perform and how the work, goods or services relates to the project.

g. The name, address and telephone number of the primary contact person for each Small Diverse Business.

3. The total percentages and each SDB subcontractor commitment will become contractual obligations once the purchase order is issued.

4. The name and telephone number of the Contractor’s project (contact) person for the Small Diverse Business information.

Page 18

Page 19: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

C. The Contractor is required to submit two copies of its Small Diverse Business participation submittal. The submittal shall be clearly identified as Small Diverse Business information and sealed in its own envelope, separate from the remainder of the proposal.

D. A Small Diverse Business can be included as a subcontractor with as many prime contractors as it chooses in separate proposals.

E. A Contractor that qualifies as a Small Diverse Business and submits a proposal as a prime Contractor is not prohibited from being included as a subcontractor in separate proposals submitted by other Contractors.

II-11. Cost SubmittalThe information requested in this Part II-11 and Appendix I, Cost Matrix shall constitute the Cost Submittal. The Cost Submittal shall be placed in a separate sealed envelope within the sealed proposal and kept separate from the technical submittal. The total proposed cost must be broken down into the components listed on Appendix I.

Contractors should not include any assumptions in their cost submittals. If the Contractor includes assumptions in its cost submittal, the Issuing Office may reject the proposal. Contractors should direct in writing to the Issuing Office pursuant to Part I, Section I-6 of this RFQ, any questions about whether a cost or other component is included or applies. All Contractors will then have the benefit of the Issuing Office’s written answer so that all proposals are submitted on the same basis.

The Commonwealth will reimburse the selected Contractor for work satisfactorily performed after issuance of a purchase order and the start of the purchase order term, in accordance with Purchase order requirements.

II-12. Requirements Cross ReferenceContractors must complete and submit the Requirements Cross Reference as part of the technical submittal. Reference Appendix J, Requirements Cross Reference.

II-13. Domestic Workforce UtilizationContractors must complete and sign the Domestic Workforce Utilization Certification attached to this RFQ as Appendix K. Contractors who seek consideration for the Domestic Workforce Utilization Certification criterion must complete, sign, and submit the Domestic Workforce Utilization Certification Form in the same sealed envelope with the Technical Submittal.

Page 19

Page 20: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

PART III CRITERIA FOR SELECTION

III-1. Mandatory Responsiveness RequirementsTo be eligible for evaluation, a proposal must:

A. Be timely received from a Contractor; and

B. Properly signed

III-2. Technical Nonconforming Proposals The Mandatory Responsiveness Requirements set forth in Part III-1 above (A-B) are the only RFQ requirements that the Commonwealth will consider to be non-waivable. The Issuing Office reserves the right, in its sole discretion, to (1) waive any other technical or immaterial nonconformities in a Contractor's proposal, (2) allow the Contractor to cure the nonconformity, or (3) consider the nonconformity in the scoring of the Contractor’s proposal.

III-3. EvaluationThe Issuing Office has selected a committee of qualified personnel to review and evaluate timely submitted proposals. Independent of the committee, BSBO will evaluate the Small Diverse Business participation submittal and provide the Issuing Office with a rating for this component of each proposal. The Issuing Office will notify in writing of its selection for negotiation the responsible Contractor whose proposal is determined to be the most advantageous to the Commonwealth as determined by the Issuing Office after taking into consideration all of the evaluation factors.

III-4. Evaluation Criteria The following criteria will be used in evaluating each proposal:

A. Technical: The Issuing Office has established the weight for the Technical criterion for this RFQ as 50% of the total points. Evaluation will be based upon the following:

Understanding the Problem Soundness of Approach Contractor Qualifications Personnel Qualifications

The final Technical scores are determined by giving the maximum number of technical points available to the proposal with the highest raw technical score. The remaining proposals are rated by applying the Technical Scoring Formula set forth at the following webpage:http://www.portal.state.pa.us/portal/server.pt/community/RFQ_scoring_formulas_overview/20124.

B. Cost: The Issuing Office has established the weight for the Cost criterion for this RFQ as 30% of the total points. The cost criterion is rated by giving the proposal with the lowest total cost the maximum number of Cost points available.  The remaining proposals are rated by applying the Cost Formula set forth at the following webpage:http://www.portal.state.pa.us/portal/server.pt/community/RFQ_scoring_formulas_overview/20124

C. Small Diverse Business Participation: Page 20

Page 21: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

BSBO has established the weight for the Small Diverse Business (SDB) participation criterion for this RFQ as 20 % of the total points. Each SDB participation submittal will be rated for its approach to enhancing the utilization of SDBs in accordance with the below-listed priority ranking and subject to the following requirements:

1. A business submitting a proposal as a prime Contractor must perform 60% of the total purchase order value to receive points for this criterion under any priority ranking.

2. To receive credit for an SDB subcontracting commitment, the SDB subcontractor must perform at least fifty percent (50%) of the work subcontracted to it.

3. A significant subcontracting commitment is a minimum of five percent (5%) of the total purchase order value.

4. A subcontracting commitment less than five percent (5%) of the total purchase order value is considered nominal and will receive reduced or no additional SDB points depending on the priority ranking.

Priority Rank 1: Proposals submitted by SDBs as prime contractors will receive 150 points. In addition, SDB prime contractors that have significant subcontracting commitments to additional SDBs may receive up to an additional 50 points (200 points total available).

Subcontracting commitments to additional SDBs are evaluated based on the proposal offering the highest total percentage SDB subcontracting commitment. All other Contractors will be scored in proportion to the highest total percentage SDB subcontracting commitment within this ranking. See formula below.

Priority Rank 2: Proposals submitted by SDBs as prime Contractors, with no or nominal subcontracting commitments to additional SDBs, will receive 150 points.

Priority Rank 3: Proposals submitted by non-small diverse businesses as prime Contractors, with significant subcontracting commitments to SDBs, will receive up to 100 points. Proposals submitted with nominal subcontracting commitments to SDBs will receive points equal to the percentage level of their total SDB subcontracting commitment.

SDB subcontracting commitments are evaluated based on the proposal offering the highest total percentage SDB subcontracting commitment. All other Contractors will be scored in proportion to the highest total percentage SDB subcontracting commitment within this ranking. See formula below.

Priority Rank 4: Proposals by non-small diverse businesses as prime Contractors with no SDB subcontracting commitments shall receive no points under this criterion.

To the extent that there are multiple SDB Participation submittals in Priority Rank 1 and/or Priority Rank 3 that offer significant subcontracting commitments to SDBs, the proposal offering the highest total percentage SDB subcontracting commitment shall receive the highest score (or additional points) available in that Priority Rank category and the other proposal(s) in that category shall be scored in proportion to the highest total percentage SDB subcontracting commitment. Proportional scoring is determined by applying the following formula:

Page 21

Page 22: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

SDB % Being Scored                x    Points/Additional =   Awarded/AdditionalHighest % SDB Commitment Points Available* SDB Points

Priority Rank 1 = 50 Additional Points AvailablePriority Rank 3 = 100 Total Points Available

Please refer to the following webpage for an illustrative chart which shows SDB scoring based on a hypothetical situation in which the Commonwealth receives proposals for each Priority Rank:http://www.portal.state.pa.us/portal/server.pt/community/rfp_scoring_formulas_overview/20124

D. Domestic Workforce Utilization: Any points received for the Domestic Workforce Utilization criterion are bonus points in addition to the total points for this RFQ. The maximum amount of bonus points available for this criterion is 3% of the total points for this RFQ.

To the extent permitted by the laws and treaties of the United States, each proposal will be scored for its commitment to use domestic workforce in the fulfillment of the purchase order. Maximum consideration will be given to those Contractors who will perform the contracted direct labor exclusively within the geographical boundaries of the United States or within the geographical boundaries of a country that is a party to the World Trade Organization Government Procurement Agreement. Those who propose to perform a portion of the direct labor outside of the United States and not within the geographical boundaries of a party to the World Trade Organization Government Procurement Agreement will receive a correspondingly smaller score for this criterion. See the following webpage for the Domestic Workforce Utilization Formula:

http://www.portal.state.pa.us/portal/server.pt/community/RFQ_scoring_formulas_overview/20124. Contractors who seek consideration for this criterion must submit in hardcopy the signed Domestic Workforce Utilization Certification Form in the same sealed envelope with the Technical Submittal. The certification will be included as a contractual obligation when the purchase order is issued.

III-5. Contractor Responsibility To be responsible, a Contractor must submit a responsive proposal and possess the capability to fully perform the purchase order requirements in all respects and the integrity and reliability to assure good faith performance of the purchase order.

In order for a Contractor to be considered responsible for this RFQ and therefore eligible for selection for best and final offers or selection for purchase order negotiations:

A. The total score for the technical submittal of the Contractor’s proposal must be greater than or equal to 70% of the available technical points; and

B. The Contractor’s financial information must demonstrate that the Contractor possesses the financial capability to assure good faith performance of the contract. The Issuing Office will review the Contractor’s previous two audited annual financial statements, any additional information received from the Contractor, and any other publicly-available financial information concerning the Contractor, and assess each Contractor’s financial capacity based on calculating and analyzing various financial ratios, and comparison with industry standards and trends.

A Contractor which fails to demonstrate sufficient financial capability to assure good faith performance of the purchase order as specified herein may be considered by the Issuing Office, in its sole discretion,

Page 22

Page 23: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

for Best and Final Offers or purchase order negotiations contingent upon such Contractor providing purchase order performance security, in a form acceptable to the Issuing Office, for twenty percent (20%) of the proposed value of the base term of the purchase order. Based on the financial condition of the Contractor, the Issuing Office may require a certified or bank (cashier’s) check, letter of credit, or a performance bond conditioned upon the faithful performance of the purchase order by the Contractor. The required performance security must be issued or executed by a bank or surety company authorized to do business in the Commonwealth. The cost of the required performance security will be the sole responsibility of the Contractor and cannot increase the Contractor’s cost proposal or the purchase order cost to the Commonwealth.

Further, the Issuing Office will award a purchase order only to a Contractor determined to be responsible in accordance with the most current version of Commonwealth Management Directive 215.9, Contractor Responsibility Program.

III-6. Final Ranking and AwardA. After any best and final offer process conducted, the Issuing Office will combine the evaluation

committee’s final technical scores, BSBO’s final small diverse business participation scores, the final cost scores, and (when applicable) the domestic workforce utilization scores, in accordance with the relative weights assigned to these areas as set forth in this Part.

B. The Issuing Office will rank responsible Contractors according to the total overall score assigned to each, in descending order.

C. The Issuing Office must select for purchase order negotiations the Contractor with the highest overall score; PROVIDED, HOWEVER, THAT AN AWARD WILL NOT BE MADE TO A CONTRACTOR WHOSE PROPOSAL RECEIVED THE LOWEST TECHNICAL SCORE AND HAD THE LOWEST COST SCORE OF THE RESPONSIVE PROPOSALS RECEIVED FROM RESPONSIBLE CONTRACTORS. IN THE EVENT SUCH A PROPOSAL ACHIEVES THE HIGHEST OVERALL SCORE, IT SHALL BE ELIMINATED FROM CONSIDERATION AND AWARD SHALL BE MADE TO THE CONTRACTOR WITH THE NEXT HIGHEST OVERALL SCORE.

D. The Issuing Office has the discretion to reject all proposals or cancel the request for quotations, at any time prior to the time a purchase order is issued, when it is in the best interests of the Commonwealth. The reasons for the rejection or cancellation shall be made part of the purchase order file.

Page 23

Page 24: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

PART IV

WORK STATEMENT

IV-1. Objectives.A. General.

The Office of Administration seeks to procure the services of a qualified contractor to fulfill its printing needs as a “managed service” in order to reduce cost while meeting the agency’s business needs for printing, copying, faxing, scanning, and plotting. This Request for Quote includes managing the fleet of printers and multifunction devices (MFDs) which deliver the service and the outputs generated by this equipment.

A goal of 30% cost reduction is expected through:

Minimization of print repairs

Remote notifications of service problems

Assessment of print activities

Reduction in the number of sheets of paper printed monthly

Reduction in the number of hours of maintenance

Assessment and design using interoperable principles

B. Specific. The Awarded Contractor will be expected to:

Assess current agency use

Design a printer and MFD infrastructure to satisfy agency needs

Implement the infrastructure in a way that fulfills service level agreements

Provide ongoing reassessment of agency processes to reduce printing requirements

Realign the infrastructure with changing business needs

IV-2. Nature and Scope of the Project. The Office of Administration currently has equipment housed in the Finance Building, CTC 1 Technology Park, CTC 5 Technology Park, Forum Place Building, Keystone Building, 333 Market Street, 22 Forester Building and Health and Welfare Building. This equipment includes approximately 29 MFDs, 3 plotters, 13 color laserjet printers, 31 black and white laserjet printers, and 11 deskjet printers. This effort will document placement, usage, and cost associated with all equipment within this existing infrastructure. A “future-state” infrastructure will be proposed that will allow the agency to support a goal of 30% cost reductions while maintaining service level agreements. The focus of cost savings should not be on fleet reduction. Recommendations will be made to determine the most cost effective time to replace existing owned and leased printers, MFDs, and plotters. Cost savings resulting from printing using the equipment that is replaced as a result of this purchase order will be measured and validated throughout the term of the agreement.

Paper is not included in the scope of this RFQ. References to consumables do not include paper. Throughout the remainder of this document, the terms equipment and/or MFDs will be used to refer to all printers, copiers, fax machines, scanners, MFDs, and plotters. The term sheet will be used to refer to a sheet of paper of any size, regardless of whether it is printed on one side or two, with any degree of coverage.

Page 24

Page 25: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

IV-3. Requirements. A. General.

1. The Selected Contractor will not own any information that is processed through equipment used for this project. The Office of Administration retains ownership of all information.

B. Contractor Cooperation.

1. The Selected Contractor must cooperate and work with Commonwealth staff and its contractors.

C. Security.

1. In addition to meeting the ITBs as described in Section I-28, the Selected Contractor shall follow all security provisions in Appendix L, Outsourced Service Requirements, and the remainder of Section IV-3.C.

2. The Selected Contractor shall:

a. remove all internal storage from equipment prior to removing the equipment from Commonwealth property and turn this storage media over to the Office of Administration.

b. provide all required Commonwealth security certifications and validations regarding managed print services devices associated with the proper provisioning and deprovisioning of assets used to support Commonwealth business operations.

c. have the ability to test, distribute, and apply print server and MFD patches, and other critical and/or non-critical security updates.

3. The Selected Contractor shall ensure that all equipment provided:

a. can be configured with single IP address to enable network access restrictions to trusted sources and preclude communications from anonymous or unknown users, or any other unauthorized or unknown communication source.

b. has the capability to enable and disable services, lock down port access, and support password controlled access using a hardened password of eight (8) characters or more containing letters, numbers, and symbols for all network-based services such as LPD, LPR, SMB, IPP, FTP, SFTP, TFTP, AppleTalk, Web, mail, and terminal.

c. has the ability to change SNMP and SNMP2 to read only, and also to be disabled or include a hardened string.

d. allows PDF documents to have permissions controlled with 128-bit encryption.

e. stores all fax transactions in a separate buffer from all print and/or scanning functions of the device. Fax transactions shall not remain in the buffer after the fax transaction has been completed. No fax information shall reside in permanent storage.

f. performs scanning via a secure, encrypted transaction, requiring a secure domain user logon and Microsoft Active Directory authentication or LDAP authentication. Microsoft transaction is preferred.

g. restricts access to temporarily stored information to the creator of a file or the system and MFD administrator only.

h. purges all information from internal device storage after a job is completed.

i. does not store any job content remotely.

Page 25

Page 26: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

j. encrypts all information which passes through or is temporarily stored.

k. limits access to all information temporarily stored in internal storage using Microsoft Active Directory or LDAP authentication.

l. restricts access to configuration controls or data to individuals authorized by the Office of Administration.

m. is provisioned and deprovisioned in accordance with security ITBs.

n. encrypts all information temporarily housed in internal storage on the device and purges all information from internal storage after the completion of each job.

o. has the ability to be designated as sensitive. Equipment designated as sensitive shall allow central recording systems for documenting usage of systems and to allow system error messages to be identified and forwarded to the correct points.

D. Equipment Capabilities.

1. The equipment furnished through the managed print solution shall, at a minimum, provide the capabilities specified in Appendix M, Equipment Requirements. The Selected Contractor shall also ensure the equipment is able to provide any other capabilities identified as business needs during the Assessment period without additional cost over the comprehensive per sheet cost quoted for the managed print service.

2. The Selected Contractor shall provide the capability for the Office of Administration to limit access to color printing to users that have demonstrated acceptable business justification according to use a color printer according to Commonwealth ITB PLT010 and ITB PLT015.

E. Assessment.

1. The Selected Contractor shall designate a single point of contact for all communications with the single point of contact from the Office of Administration during the assessment process.

2. The Selected Contractor shall validate the accuracy of the list of all existing owned and leased inventory of printers, copiers, fax machines, and multi-functional devices provided by the Office of Administration

3. The Selected Contractor shall measure the volume of printing, copying, faxing, and scanning done over the 90-day assessment.

4. The Selected Contractor shall determine the current annual cost of printing black and white sheets, color sheets, and plotters based on all existing owned and leased inventory of printers, copiers, fax machines, multi-functional devices, and plotters at the Office of Administration. This cost shall include lease costs (which are inclusive of service, support, all physical movement, and consumables) and costs associated with owned equipment including purchase costs based on a four year life, consumables, service, help desk, support, installation, moving, adding, changing, and disposal.

5. The Selected Contractor shall determine the current average cost per sheet of printing black and white sheets, the current average cost per sheet of printing color sheets, and the current average cost per sheet of printing plots based on the total current cost and volume printed over the 90 day assessment period.

6. The Selected Contractor shall project the estimated annual cost of printing black and white sheets, color sheets, and plotted sheets over the next 5 years if the Office of Administration's current print infrastructure is maintained.

Page 26

Page 27: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

7. For each business area, the Selected Contractor shall interview users of devices to determine usage patterns, volume, and any special needs. The Selected Contractor shall document the requirements for printing, faxing, copying, scanning, color, number of users, job sizes, job volumes, print speed, media types, media sizes, stapling, collating, envelope stuffing, and any other function identified as an applicable business need to be provided by a managed print service.

8. The Selected Contractor shall assess opportunities to share color printing resources.

9. The Selected Contractor shall include a method for allowing users to identify printouts without printing separate cover sheets in the proposed managed print solution.

10. The Selected Contractor shall include a method for notifying the Selected Contractor of equipment fault conditions automatically, without requiring action by the Office of Administration, in the proposed managed print solution.

11. The Selected Contractor shall identify the placement and machine specifications of a managed print infrastructure that will meet the business needs of the Office of Administration. The Selected Contractor shall include a matrix of which equipment requirements identified in Appendix M, Equipment Requirements, are met by each equipment model.

12. Prior to each delivery, the Selected Contractor shall survey and review the particular installation location to insure the proposed location for the MFD meets the manufacturer’s established installation criteria. Should the proposed installation location not meet established installation criteria, the Selected Contractor and the Office of Administration shall attempt to locate an alternate mutually agreeable location for the machine.

13. The Selected Contractor shall ensure that equipment placement is compliant with ADA requirements and fire codes.

14. The Selected Contractor shall ensure that printer locations can be secured when necessary to protect information to meet federal regulations, such as HIPAA or social security numbers.

15. The selected contractor shall ensure that there are nearby printing capabilities in the managed print design for areas with critical printing requirements

16. The Selected Contractor shall ensure that printer locations can be secured to meet any additional requirements of the Office of Administration that are disclosed during the Assessment.

17. The Selected Contractor shall ensure that all equipment has the ability to be designated as sensitive. Equipment designated as sensitive shall have the capability to have access restricted to a limited set of users.

18. The Selected Contractor shall specify a maximum monthly print volume for each machine that can be supported while achieving the service level agreements. This amount shall be referred to as operational capacity.

19. To simplify tracking, the Selected Contractor shall consider every piece of paper processed to be one sheet, regardless of duplex usage, paper size, or coverage percentage.

20. The Selected Contractor shall provide suggestions for enhancing printing ITB policy ITB PLT015 and ITB PLT010.

21. The Selected Contractor shall determine the most cost effective strategy and earliest replacement dates for replacing the inventory of owned printers, copiers, fax machines, and multi-functional devices at the Office of Administration. Upon approval of this strategy, the

Page 27

Page 28: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

Selected Contractor shall incorporate this strategy in the plan for the recommended managed print solution.

22. The Selected Contractor shall provide a plan that schedules replacement of the inventory of each leased printer, copier, fax machine, and multi-functional device at the Office of Administration between 5 and 10 days prior to the end of each lease. This plan shall address all leases expiring after June 30, 2013. The Selected Contractor shall give priority to providing replacements for devices with leases which expire between July 1, 2013 September 30, 2013.

23. The Selected Contractor shall provide a plan for managing the existing fleet of Commonwealth-owned devices prior to each device’s earliest cost-effective replacement.

24. The Selected Contractor shall identify any needs for Office of Administration involvement or support during the execution of this purchase order.

25. The Selected Contractor shall propose a process by which the fleet shall be adjusted over the duration of the purchase order. The Office of Administration will be the sole authority in approving adjustments.

26. The Selected Contractor shall document a strategic direction for Office of Administration printing services and technology that optimizes business operations through June 30, 2018.

27. The Selected Contractor shall provide a draft quarterly customer satisfaction survey for approval by the Office of Administration.

F. Implementation.

1. The Selected Contractor shall designate a single point of contact for all communications with the single point of contact from the Office of Administration during the implementation and operations.

2. The Selected Contractor shall coordinate the timing of installations with the Office of Administration.

3. The Selected Contractor shall install all equipment and shall certify readiness for operation in writing. Readiness for operation shall include producing acceptable printed documents, and performing acceptable copying, faxing, and scanning capabilities where applicable to the equipment. Cabling of network machines is not the responsibility of the Selected Contractor.

G. Operations.

1. The Selected Contractor shall manage the Commonwealth-owned devices in addition to the equipment provided as part of the managed print solution until the Commonwealth-owned devices have been replaced.

2. The Selected Contractor shall ensure that adequate print capacity is available prior to known periods of higher than average print volume.

3. The Selected Contractor shall not limit the amount of printing done by any individual or group.

4. The Selected Contractor shall provide the capability for management to set rights to use all printing capabilities for each user.

5. The Selected Contractor shall use a single source for tracking and billing data that is mutually agreed on with the Office of Administration.

6. The Selected Contractor shall accept multiple purchase orders from the Office of Administration to allow internal agency account reconciliation.

Page 28

Page 29: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

7. The Selected Contractor shall have the ability to capture data from the equipment in order to assist the Office of Administration with validating and allocating monthly charges for each purchase order (see Section IV-5.B).

8. The Selected Contractor shall invoice the Office of Administration for authorized work performed only after the Office of Administration project owner confirms acceptance of services. The Office of Administration project owner will notify the Selected Contractor of acceptance or changes required within forty-eight (48) hours after receipt of the monthly Usage Report, Service Level Report, and Confirmation of Service form (included in Appendix Q, Confirmation of Services Form Sample) as specified in Section IV-5.B.

9. The Selected Contractor will not be compensated until data is verified by Office of Administration. All invoice documentation will be submitted in hard copy format and mailed to the “Bill To” address reflected on the purchase order.

10. The Selected Contractor shall conduct break/fix maintenance and all regularly scheduled maintenance for all equipment during the duration of the purchase order. During normal business hours of the Office of Administration, 7:30am to 5:00pm, Monday through Friday, excluding state holidays, The Selected Contractor shall have service technicians and the support infrastructure available to provide repairs that meet the service level agreement specified within Section IV-3.H.

11. The Selected Contractor shall troubleshoot technical difficulties during the duration of the purchase order. The Selected Contractor shall make available technical support contacts through the internet and provide a toll-free contact number.

12. The Selected Contractor shall service and maintain all equipment with parts and procedures meeting manufacturer's specifications

13. The Selected Contractor shall provide a cost to perform service outside of normal business hours if the Office of Administration specifically requests service to be performed outside of normal business hours. Refer to Appendix I, Cost Matrix.

H. Service & Maintenance Service Level Agreements (SLAs).

1. Up Time.

a. The Selected Contractor shall ensure that all equipment, as an aggregate, has an Up-time of at least 96% on a rolling three (3) month average. Up-time shall be calculated by dividing the machine down-time each month by the total normal business hours each month.

2. Fix Time.

a. The Selected Contractor shall resolve at least 95% of the trouble tickets each month in a Fix-time of no more than eight (8) normal business hours. Normal business hours shall be defined as 7:30 a.m. to 5:00 p.m., Monday through Friday, excluding state holidays. Fix-time shall begin at the time the Office of Administration calls/submits a trouble ticket to the Selected Contractor or the time a problem is automatically reported without Office of Administration intervention. Fix-time shall end when the machine is returned to full and complete working order.

b. Should the Fix-time exceed eight (8) normal business hours, the Selected Contractor shall notify the Office of Administration and replace the faulty equipment with a loaner of equivalent capability until the repairs have been made and the agency’s equipment is back to full and complete working order. Repair or replacement shall be made within sixteen (16) normal business hours after the trouble ticket has been placed by the Office of Administration.

Page 29

Page 30: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

3. Supply Shortage.

a. The Selected Contractor shall ensure that each piece of equipment shall not be inoperable due to unavailability of replenished supplies (Supply shortage) in the assigned storage location during 99.9% of normal business hours. Supply shortage shall be calculated by dividing the period of inoperability due to lack of supplies each month by the total normal business hours each month. If notified of inoperability due to lack of supplies, the Selected Contractor shall make supplies available within four (4) business hours.

4. Repetitive Service.

a. The Selected Contractor shall notify the Office of Administration of any piece of equipment requires five (5) service requests for any service issues within a 60-day rolling time period and replace the faulty machine within three (3) days of the occurrence of the fifth service request. To provide advance warning of equipment which may exceed the 60-day repetitive service threshold, the Selected Contractor is required to report monthly on machines with repetitive service requests totaling three (3) or more in a rolling 30 day period as specified in Section IV-5.B.5.

5. Reporting.

a. The Selected Contractor shall ensure that all reports specified in Section IV-5 are provided to the Office of Administration, Office of Information Technology and Office of Budget, Office of Administrative Services within five (5) days of the end of the month, quarter, or year, as applicable to the type of report.

6. Credits.

a. The Selected Contractor shall provide a 5% credit on the next monthly bill to the agency if any SLA is not met for one month. If the same SLA is not met in subsequent months, the Selected Contractor shall increase the credit by an additional 5% for each additional month. If the Selected Contractor meets all SLAs for two (2) consecutive months, the credit for the next failure shall be reset to 5%.

I. Consumable Replenishment.

1. The Selected Contractor shall replenish all consumable supplies required to operate the equipment except paper at no additional cost to the Office of Administration. Consumables shall include, but are not limited to fuser, developer, toner, and staples.

2. The Selected Contractor shall provide a plan for keeping sufficient supplies for each piece of equipment, in a convenient location specified by the Office of Administration, to support the 99.9% availability Supply Shortage Service Level Agreement.

3. The Selected Contractor shall provide automatic emails to the resource account for each printer warning when replenishment of any consumables will soon be required. The Selected Contractor shall allow the user to select the warning time necessary for each consumable.

4. The Selected Contractor shall purchase only remanufactured toner from Pennsylvania Industry for the Blind and Handicapped (PIBH) for use in all equipment obtained through this purchase order unless a waiver has been granted by the Office of Administration.

J. On-going Reassessment.

1. The Office of Administration reserves the right to renegotiate reduced price per sheet based on results of reassessments.

Page 30

Page 31: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

2. The Selected Contractor shall perform reassessments of each business area that include documentation of core business processes, personnel involved in output management including preprocessing and post processing, business cycles, and the existing output management needs of those processes including cyclical variations. The Selected Contractor shall provide options and estimated output requirements for the revised processes, and define associated agency personnel, equipment, infrastructure and other necessary requirements needed to implement the revised process.

3. The Selected Contractor shall research improvements to equipment and software, and report whether these options are applicable to Office of Administration business needs.

4. The Selected Contractor shall reassess placement and necessity of equipment and provide options for increased cost-effectiveness within the constraints of business needs.

K. Training.

1. The Selected Contractor shall provide on-site training for end-users as identified by the Office of Administration within one (1) day of installation of each new piece of equipment and as requested thereafter for the term of the purchase order. If a new function is deployed after device installation, the Selected Contractor shall provide on-site training for end-users as identified by the Office of Administration within ten (10) business days. The Selected Contractor shall provide training services and materials during normal business hours at no cost to the Office of Administration. Training and training materials shall include, but are not limited to, instructor-led hands-on activities, access to any videos, functional desk guides, and manuals. The Selected Contractor shall provide users with hands-on training and materials including a detailed walk-through of all machine features including remote printing capabilities.

2. The Selected Contractor shall develop a plan for training users to change behaviors to reduce the amount of printing

L. Relocation and Removal.

1. The Selected Contractor shall be responsible for relocating all equipment furnished through this purchase order that has been approved by the Office of Administration for relocation at no cost to the Office of Administration.

2. The Selected Contractor shall coordinate the timing of relocations with the Office of Administration.

3. The Selected Contractor shall be responsible for the preparation of the equipment. Damages resulting from the transfer of equipment during relocation shall be the responsibility of the Selected Contractor.

4. Upon termination of the purchase order, the Selected Contractor shall remove equipment on the pickup dates negotiated with the Office of Administration.

M. Software.

1. The Selected Contractor shall identify any software that will run on the Commonwealth of Pennsylvania network and describe the purpose of this software.

2. The Selected Contractor shall not provide any equipment through this purchase order that requires the Commonwealth to sign a software license agreement unless and until the Office of Administration has entered into a software license agreement with such software licensor. The Selected Contractor shall inform any such software licensor that it shall enter into a software license agreement with the Office of Administration that incorporates Appendix N

Page 31

Page 32: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

Software License Requirements as a material part of the licensor’s software license agreement.

N. Documentation.

1. The Selected Contractor shall provide published specifications for every model of equipment provided through this purchase order.

2. The Selected Contractor shall provide online, printable manuals in English which include printable and readable instructions to perform all functions for every model of equipment provided through this purchase order.

3. The Selected Contractor shall provide manuals which include instructions for all software and connectivity products provided through this purchase order.

4. The Selected Contractor shall provide a device profile for each piece of equipment which includes network ID, available protocols and ports, memory and hard drive capacity, operating system, and server capabilities.

5. The Selected Contractor shall provide a maintenance schedule that reflects manufacturer's specifications and does not impact peak business usage for every piece of equipment provided through this purchase order.

6. The Selected Contractor shall provide a copy of their policy for recycling hardware and consumables.

O. Electrical Requirements.

1. All machines shall be UL approved. Any special voltage needed beyond the standard 110v shall be indicated. The Office of Administration will furnish suitable electrical current to operate the equipment.

IV-4. Tasks. A. Initiation

1. The Selected Contractor shall deliver the plan for performing the Assessment and a proposed outline for the Assessment report no later than June 30, 2013. The plan shall describe the data collection and analytical methods that will be used for the Assessment and provide a work plan for completing the Assessment no later than August 30, 2013.

2. The Selected Contractor shall receive approval of the plan before beginning the Assessment.

Deliverables:

Assessment Plan

B. Assessment

1. The Selected Contractor shall complete the Assessment of the existing Office of Administration printing infrastructure, deliver the Assessment report, and deliver the plan and schedule for Implementation of the recommended managed print solution by August 30, 2013. See Section IV-3.E for Assessment requirements.

2. The Selected Contractor shall receive approval of the plan before beginning the Implementation.

Deliverables:

Assessment Report

C. Implementation

Page 32

Page 33: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

1. Equipment identified in the assessment for cost effective replacement by October 31, 2013 shall be transitioned by the Selected Contractor by this date.

2. After implementation, the Selected Contractor shall transition any equipment within 10 days of the earliest replacement date as defined in Section IV-3.E.22.

3. The Selected Contractor shall provide a plan for an orderly transition to a new service provider upon expiration of this purchase order.

D. Operations

1. The Selected Contractor shall provide operational support for each piece of equipment provided as part of the managed print solution as soon as installation is complete. Operational support shall continue until the end date of the purchase order.

2. The Selected Contractor shall provide reports of operational activities as specified in Section IV-5.

E. On-going Reassessment

1. The Selected Contractor shall provide a plan for reassessing each business area over the course of the year by October 31, 2013.

2. The Selected Contractor shall receive approval of the plan before beginning the Reassessment.

3. The Selected Contractor shall provide reports of on-going reassessment activities as specified in Section IV-5.B.4. The Selected Contractor shall implement any suggestions from this report approved by the Office of Administration.

Deliverables:

Monthly Reassessment Reports

IV-5. Reports and Project Control A. Status Reporting.

1. The Selected Contractor shall provide the capability for users to view a central, web-based log of all reported issues, service calls, progress, and current status at any time. This log shall include incident location, model #, serial #, problem summary, report date and time, response date and time, fix date and time, and resolution summary.

2. The Selected Contractor shall provide status reports to the Office of Administration project manager every Friday weekly reflecting information about the project. A status report template is included as Appendix O, Weekly Status Report. Contractors may accept these formats, suggest changes to the formats, or propose different formats.

B. Monthly Reporting.

1. The Selected Contractor shall provide a Usage Report in spreadsheet form each month that includes for each piece of equipment and each cost center: (see Appendix P, Sample Usage Report)

a. equipment name, serial number, and location.

b. program area, SAP Account Code (fund, cost center, internal order number), purchase order, and job number which were supplied by the Office of Administration during the installation process. If equipment changes (add/move/remove) occur during the course of the purchase order(s), the Office of Administration will supply updated SAP Account Codes and program area names.

c. meter reading or appropriate single source of billing and tracking information.Page 33

Page 34: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

d. printed and copied sheets as defined in Section IV-3.E.19 compared to the rolling average.

e. scanning and faxing volume for the month compared to the rolling average.

f. consumables delivered.

g. utilization rate compared to operational capacity.

h. cost based on contracted rates and savings based on spending projections if managed print services had not been implemented for each individual piece of equipment.

2. The Selected Contractor shall provide a Service Level Report containing performance against service level agreements for up-time, fix-time, supply shortage, and repetitive service by agency cost center for the month. This report shall include the credits due for violating service level agreements.

a. The Selected Contractor shall provide the Confirmation of Services form that summarizes information from the Usage and Service Level reports to confirm the amount that will be invoiced. (see Appendix Q, Confirmation of Services Form Sample). Service level credits shall be reflected on the under the referenced Item #/Description and on the monthly invoice.

3. The Selected Contractor shall report reassessment results for each business area that were completed during that month. These reports shall contain options for business process changes and fleet changes that will reduce costs while maintaining or improving business productivity.

4. The Selected Contractor shall report equipment with repetitive service requests totaling three (3) or more in a rolling 30 day period to provide advance warning of equipment which may exceed the 60-day repetitive service threshold.

5. The Selected Contractor shall provide a summary of all additions, relocations, and removals from the fleet during the month, including the cost center, fund, internal order number, and purchase order number which were previously provided by the Office of Administration.

C. Quarterly Reporting.

1. The Selected Contractor shall arrange quarterly meetings to review the monthly reports, solution design, security, implementation, and service level performance with individuals designated by the Office of Administration. During these meetings, the Selected Contractor shall request approval for any changes suggested to reduce costs. The Selected Contractor may also make written requests for changes between quarterly meetings if they would benefit the Office of Administration.

2. The Selected Contractor shall provide an updated inventory of the entire fleet including a map of equipment locations and device profiles.

3. The Selected Contractor shall deliver a customer satisfaction report which details the performance of the Selected Contractor.

D. Annual Reporting.

1. The Selected Contractor shall provide an annual executive summary of the process and cost improvements that were implemented over the course of the year, and the improved costs compared to the baseline costs.

E. Changes to reports.

1. Reports may be added or deleted as required by the Office of Administration, Office of Information Technology, at no cost to the Office of Administration.

Page 34

Page 35: PART II - PA - eMarketplace  · Web viewIf a proposal submission contains confidential proprietary information or trade secrets, ... the credit for the next failure shall be reset

IV-6. Purchase Order Requirements — Small Diverse Business ParticipationAll purchase orders containing Small Diverse Business participation and shall also include a provision requiring the Selected Contractor to meet and maintain those commitments made to Small Diverse Businesses at the time of proposal submittal or purchase order negotiation, unless a change in the commitment is approved by the BSBO. All purchase orders containing Small Diverse Business participation shall include a provision requiring Small Diverse Business subcontractors to perform at least 50% of the subcontracted work.

The Selected Contractor’s commitments to Small Diverse Businesses made at the time of proposal submittal or purchase order negotiation shall, to the extent so provided in the commitment, be maintained throughout the term of the purchase order and through any renewal or extension of the purchase order. Any proposed change shall be submitted to BSBO, which will make a recommendation to the Issuing Officer regarding a course of action.

If a purchase order is assigned to another Contractor, the new Contractor shall maintain the Small Diverse Business participation of the original purchase order.

The Selected Contractor shall complete the Prime Contractor’s Quarterly Utilization Report (or similar type document containing the same information) and submit it to the Contracting Officer of the Issuing Office and BSBO within 10 workdays at the end of each quarter the purchase order is in force. This information will be used to determine the actual dollar amount paid to Small Diverse Business subcontractors and suppliers. Also, this information will serve as a record of fulfillment of the commitment the Selected Contractor made and for which it received Small Diverse Business participation points. If there was no activity during the quarter then the form shall be completed by stating “No activity in this quarter.”

NOTE: EQUAL EMPLOYMENT OPPORTUNITY AND CONTRACT COMPLIANCE STATEMENTS REFERRING TO COMPANY EQUAL EMPLOYMENT OPPORTUNITY POLICIES OR PAST CONTRACT COMPLIANCE PRACTICES DO NOT CONSTITUTE PROOF OF SMALL DIVERSE BUSINESS STATUS OR ENTITLE A CONTRACTOR TO RECEIVE CREDIT FOR SMALL DIVERSE BUSINESS UTILIZATION.

Page 35