PURCHASING DEPARTMENT
NEW PORT
TELEPHONE: (727) 847-8194
FACSIMILE: (727) 847-8065
www.PascoCountyFL.net
RFP NO. 07-065
The Pasco County Board of
The Pasco
County Purchasing Department will receive sealed responses until 2:30 p.m.,
local time, (our clock) on March 6, 2007,
in the Pasco County Purchasing Department,
Questions
concerning the scope of work, response submittal, or process should be
directed, in writing, to the Purchasing Director, Scott Stromer. Questions may be faxed to (727) 847-8065.
Copies of
the RFP Documents may be obtained from the Purchasing Department at no
cost. The County is not responsible for
expenses incurred in prior to award by the Board of County Commissioners.
Scott
Stromer
Purchasing
Director
IMPORTANT! - PLEASE READ CAREFULLY BEFORE RESPONDING
GENERAL PROVISIONS
ACKNOWLEDGMENT
OF AMENDMENTS
Offerors
shall acknowledge receipt of any amendment to the solicitation by letter, by
returning a copy of the issued amendment with the submittal, or notation on the
submitted proposal. The acknowledgment
must be received by
ADDITIONAL
INFORMATION
Questions
concerning this request must be submitted in writing to Scott P. Stromer,
Purchasing Director, Pasco County Purchasing Department; 8919 Government Drive;
New Port Richey, Florida 34654; fax machine number (727) 847-8065. Offerors are cautioned that any statements
made by individuals, or employees of
ASSIGNMENT
The contractor shall not assign, transfer, convey, sublet,
or otherwise dispose of any award or any or all of its rights, title, or
interest therein, or delegate the duties hereunder without the prior written
consent of
APPLICABLE LAW
The resulting contract shall be governed in all respects by
the laws of the State of
CANCELATION
CONFLICT OF INTEREST
The contractor, by responding to this request, certifies
that to the best of his/her knowledge or belief, no elected/appointed official
or employee of the County is financially interested, directly or indirectly, in
the offer of services specified in this request.
CONTRACT
TERM AND REQUIREMENTS
It is the County’s intent to develop an ongoing contract for the services specified herein, contingent upon the appropriation of funds. The contents of the proposal submitted by the successful firm, with any amendments or subsequent revisions, will become part of the resulting contract.
COPYRIGHT
The successful contractor shall irrevocably transfer,
assign, set over, and convey to
DEBARMENT
By
submitting a response, the offeror certifies that it is not currently debarred
from submitting proposals for contracts issued by any political subdivision or
agency of the State of Florida and that it is not an agent of a person or
entity that is currently debarred from submitting proposals for contracts
issued by any subdivision or agency of the State of Florida.
EXPENSES
INCURRED IN PREPARING PROPOSAL
FAILURE TO DELIVER
In the event of failure of the contractor to deliver the
services in accordance with the contract terms and conditions,
INSURANCE REQUIREMENTS
Prior to execution of a contract and prior to the time the
contractor is entitled to commence any part of the project, work, or services
under such a contract, contractor should procure, pay for, and maintain the
insurance coverages and limits, as required by the County. Said insurance shall be evidenced by delivery
to the County of 1) certificates of insurance executed by the insurers listing
coverages and limits, expiration dates and terms of policies and all
endorsements whether or not required by the County, and listing all carriers
issuing said policies; and 2) upon request, a certified copy of each policy,
including all endorsements. The insurance
requirements shall remain in effect throughout the term of this contract. Exact insurance coverage and limits will be
specified in the resulting contract.
INFORMALITIES
AND IRREGULARITIES
The Pasco
County Board of Commissioners reserves the right to reject any or all responses
in whole or in part; and/or accept the responses/proposals which are most
advantageous and in the best interest of
NONAPPROPRIATION
All funds for payment by
NONCONFORMING
TERMS AND CONDITIONS
A response
that includes terms and conditions that do not conform to the terms and
conditions in the proposal document is subject to rejection as
nonresponsive.
PRINCIPAL
PERSONNEL
Principal or key personnel
included in the proposal may not be substituted without prior written approval
of
PROCUREMENT REGULATIONS
A copy of the Pasco County Procurement Ordinance is
available for review at the County Purchasing Department,
PROPOSAL
ENVELOPES
Envelopes
containing responses must be sealed and marked in the lower left hand corner
with the request number, and date and hour of opening. Failure to do so may cause the offeror’s
proposals not to be considered. Express
Company, or Express Mail envelopes containing a sealed response shall also be
sealed and marked in the lower left hand corner with the request number, and
date and hour of opening.
PUBLIC INFORMATION
Upon public opening of all responses presented to
RECOVERY OF MONEY
Whenever, under the contract, any sum of money shall be
recoverable from or payable by the contractor to
RESERVATION
OF RIGHTS
Pasco County may (1) amend or
modify this RFP, (2) revise requirements of this RFP, (3) require supplemental
statements or information from any firm, (4) accept or reject any or all
responses, (5) extend the deadline for submission of responses, (6) negotiate
or hold discussions with any offeror and to waive defects and allow corrections
of deficient responses which do not completely conform to the instructions
contained herein, and (7) cancel this RFP, in whole or in part, if Pasco County
deems it in its best interest to do so.
RESPONSE RECEIPT AND OPENING
RIGHT TO AUDIT
The contractor shall maintain such financial records and
other records as they relate to the purchase of goods and/or services by
UNSATISFACTORY WORK
If, at any time during the contract term, the service
performed or work done by the contractor is considered by Pasco County to
create a condition that threatens the health, safety, or welfare of the
community, the contractor shall, on being notified by Pasco County, immediately
correct such deficient service or work.
In the event the contractor fails, after notice, to correct the
deficient service or work immediately,
VERBAL
COMMUNICATIONS
No oral statement of any person shall modify or otherwise
affect the terms, conditions, requirements, or scope of work specified
herein. All modifications must be made
in writing by
END OF GENERAL
PROVISIONS
STATEMENT
OF WORK
Responses will be received from firms having specific experience and qualifications in the work described in the Scope of Services. For consideration, responses to this request must contain evidence of the firm's experience and abilities in the specified area and other disciplines directly related to the requested services.
This Scope of Work
represents the general type of work that
It is
anticipated that Individual Task Orders will be issued based on a resulting
Master Agreement, Scopes of Service (for the individual Task Orders) and other
associated Contract Documents. The Agreement upset limit is anticipated to be
at least $500,000.00.
2. Scope of
Services
Work that will be
authorized under a resulting Master Agreement includes but is not limited to
the following:
2.1 Working
cooperatively with the Chief Information Officer, County Administrator, OMB
Director, IT Project Managers and other County and non-County staff, perform
independent review and analysis of current and future IT projects to include,
but not limited to:
2.1.1 Tracking project schedule and costs;
2.1.2 Tracking functionality required by the
sponsoring business entity (ies);
2.1.3 Identifying and quantifying issues and risks
that may affect the project;
2.1.4 Reviewing internal and external project
change requests;
2.1.5 Providing periodic written and verbal
progress reports and other analysis;
2.1.5 Assisting with the periodic update of IT
Strategic Plan; and
2.1.6 Assessing the risk, sensitivity and/or
criticality of future IT projects.
RESPONSE FORMAT
To ensure
fair and equitable evaluation, proposals must be organized into the following
separate sections:
Corporate Experience
and Capacity: The offeror shall provide the following:
(1) A history of the firm’s experience providing the specified, services to similar-sized government or other entities.
(2) A description of the firm’s organizational structure, including resumes of the principals, project manager(s) and professional staff who will be engaged to work directly with the County.
(3) The
offeror’s disclosure of any potential conflict of interest due to any other
clients, contracts, or property interests.
Include statement certifying that no member of your firm’s ownership,
management, or staff has a vested interest in any aspect of, or department of
References: The
offeror shall provide a comprehensive list of references for services of
similar scope and discipline as specified in this RFP. A minimum of three (3) references must be
provided. Reference information must
include:
(1) Client Information (client name, contact
person, address, and phone number).
(2) When the services were provided (start
date, end date).
(3) Detailed description of the services
(must be related to the scope of work specified herein).
Proposal,
Methodology
& Cost: The offeror shall provide
the following:
(1) A description of how the firm intends to
provide the each of the services specified in the Scope of Work.
(2) A concise statement why the County
should select your firm for the specified services.
(4) A comprehensive fee schedule for the
services offered in response to this solicitation. The schedule is for review only. Actual fees will be negotiated.
END
OF RESPONSE FORMAT
REVIEW AND
ASSESSMENT
Professional
firms will be evaluated on the following criteria. Firms submitting a proposal in response to
the RFP may be required to give an oral presentation to County
representatives. The County’s request
for an oral presentation shall in no way constitute acceptance of a proposal or
imply that an agreement is pending. The
County reserves the right to award the opportunity to provide the services
specified herein based on initial proposal submissions without oral
presentations.
1. The firm’s qualifications and
experience related to the Statement of Work including, but not limited to,
experience with large-scale IT Project Management and Oversight, System and
Application Design and Risk Management.
2.
Experience and understanding of State and Local
Government operations.
3.
Understanding of the required services and service
delivery methodology.
4. Completeness
of firm’s response to this RFP.
5. Cost.
The
offeror may be required before the award of any contract to show to the
complete satisfaction of
1. The
ability, capacity, skill, and financial resources to perform the work or
provide the service required;
2. The
ability of the offeror and assigned personnel to perform the work or provide
the service promptly or within the time specified, without delay or
interference;
3. The character,
integrity, reputation, judgment, experience, and efficiency of the offeror; and
4. The
quality of performance of previous contracts or services.