Request For Proposal Information Technology Internet & Voice Services

Similar documents
REQUEST FOR PROPOSALS. Phone# (928)

REQUEST FOR PROPOSAL BID NO: DY

Navajo Division of Transportation

REQUEST FOR PROPOSALS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSAL Milling Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposal George West Independent School District ERate

REQUEST FOR PROPOSAL for Wide Area Network Design, Configuration and Installation

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

SECTION I. OVERVIEW ON REQUEST FOR PROPOSAL

City of Malibu Request for Proposal

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

RE: Request for Proposal Number GCHP081517

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

Request for Qualifications

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

REQUEST FOR PROPOSALS FOR REALTOR SERVICES RELATED TO MARKETING & SALE OF SUCCESSOR AGENCY-OWNED REAL PROPERTIES RFP # SA

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING

REQUEST FOR PROPOSALS. Commercial Advertising Signage Concession

MONTEREY BAY UNIFIED AIR POLLUTION CONTROL DISTRICT

Request for Proposals (RFP) for Electric Bicycle Manufacturers and Shops for the Intermountain Drives Electric Program and Live Electric Program

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

LEGAL NOTICE Request for Proposal for Services

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

Colquitt Regional Medical Center

The SoIN Tourism staff will supply editorial content and direction, as well as photographs to illustrate the content.

Architectural Services

Request for Proposals. For RFP # 2011-OOC-KDA-00

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR QUALIFICATIONS & PROPOSALS FOR AIR SERVICE DEVELOPMENT CONSULTING SERVICES FOR THE

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

REQUEST FOR PROPOSALS FOR AS-NEEDED BRIDGE INSPECTION AND LOAD RATING SERVICES FOR MOVEABLE BRIDGES AND FIXED RAILROAD BRIDGES

Arizona Department of Education

NOTICE OF REQUEST FOR PROPOSALS

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

Request for Proposals Construction Services Workplace Excellence Project

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

REQUEST FOR PROPOSAL

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

REQUEST FOR PROPOSAL FOR CONSTRUCTION SERVICES FOR THE CARENAGE POLICE STATION

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

Disadvantaged Business Enterprise Supportive Services Program

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

CITY OF MONTEBELLO AND MONTEBELLO SUCCESSOR AGENCY REQUEST FOR QUALIFICATIONS (RFQ)

TABLE OF CONTENTS. Notice Inviting Qualifications Background Scope of Work Request for Qualifications (RFQ) Selection Process...

REQUEST FOR QUALIFICATIONS

Request for Proposal (RFP)

ISSUING AGENCY INFORMATION. Guam Economic Development Authority. John A. Rios Administrator

Request for Proposal for: Financial Audit Services

REQUEST FOR PROPOSALS

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

The District is looking for the architectural firm to provide the following (not listed in order of preference):

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

REQUEST FOR PROPOSALS

Request for Proposals and Specifications for a Community Solar Project

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Transcription:

SECTION 1 OVERVIEW Request For Proposal Information Technology Internet & Voice Services A. General Information a. The Navajo Division of Transportation (Navajo DOT) is requesting bids for Information Technology Internet & Voice Services. The Request for Proposal process will identify; evaluate and select qualified firm(s) based on items submitted for bid. The selected firm must have all required items specified under the Scope of Work. b. Request for Proposals (RFP) Packet The instructions on the proposal preparation, required documents, eligibility requirements and evaluation criteria are provided herein. The RFP package may be obtained from the Navajo Division of Transportation, Navajo Transportation Complex, #16 Old Coal Mine Road, Mentmore, NM, starting Wednesday, January 10, 2018, during regular business hours. The Navajo Transportation Complex is located north of NM State Highway 264 and 1.5 miles east of the New Mexico/Arizona State Line. Contact Navajo DOT at 505.371.8300/8301 to request a package. Download the RFP from the Navajo DOT website at http://www.navajodot.org. c. General Scope of Work (SOW) The selected firm(s) shall provide the Navajo DOT with a list of services for Navajo DOT which include but are not limited to: i. Internet Services Wide Area Connection for all Navajo DOT Offices; Tse Bonito, Shiprock, CrownPoint, Dilkon, Chinle, and Pinon Offices. d. Schedule of RFP Activities Activity: Schedule: 1. Advertisement Period January 11, 2018 2. RFP Submittal Deadline January 25, 2018 3. Evaluation of RFP & Firm(s) January 31, 2018 4. Final Selection of Firm(s) February 2, 2018 e. Inquires Navajo DOT will accept or reply to any inquiries for this RFP. Navajo Division of Transportation P a g e 1

f. Proposal Submittal Deadline Proposal must be physically submitted to the following address by January 25, 2018, by 5:00 PM (Mountain Standard Time): Navajo Division of Transportation ATTN: Evans Bennallie Navajo Transportation Complex #16 Old Coal Mine Road Mentmore, NM 87319 LATE, FACSIMILED OR E-MAIL PROPOSALS WILL NOT BE ACCEPTED. These will be un-rated and firms responding in such fashion shall be considered non-responsive. g. Addendum to the RFP In the event it becomes necessary to revise any part of the RFP, Navajo DOT shall issue a written addendum on the specifics of the change(s) and inform all concerned. h. Rejection of Proposals Navajo DOT reserves the right to reject any or all proposals and to waive informalities in the proposals received whenever such rejection or waiver is in the best interest of the Navajo Nation. i. Proprietary Information Any restriction on the use of data contained within any proposals must be clearly stated in the proposal. Each and every page that contains proprietary information must be stamped or imprinted PROPRIETARY. j. Ownership of Proposals All material submitted with the RFP accepted for rating shall become the property of Navajo DOT and not returned to the firm. Navajo DOT has the right to use any or all information presented in the RFP subject to limitations outlined in paragraph i, above. Disqualification or non-selection of a firm(s) or proposal(s) does not eliminate this right. k. Cost Incurred Navajo DOT is not liable for any cost incurred by the firm(s) prior to issuance of a signed contract award for service. l. Contractual Obligation The contents of the proposal may become part of contractual obligations of the contract award. Failure of the firm to accept these obligations may result in cancellation of the award for services. m. Evaluation Criteria Proposals accepted for rating shall be evaluated based on the criteria and 100-point system set forth in Section 5 Rating System on Evaluation Criteria. n. Award of Contract Navajo DOT will award of the top-rated firm(s). Upon selection, the firm will be notified, upon Navajo DOT acceptance of the SOW and estimates (fee proposal, etc.) provided by the firm(s), a contract will be issued. The contract shall be effective from the executed date of the contract between the Navajo Nation and the firm. o. Standard Contract The Navajo Nation reserves the right to incorporate contract provisions which are based on applicable requirements, such as, Navajo Nation Laws, Federal, State, and local requirements, etc. into the contract documents; including provision of the Navajo Business Navajo Division of Transportation P a g e 2

and Procurement Act, at 12 N.N.C. 1501et seq., and the Navajo Business Opportunity Act, at 5 N.N.C. 201 et seq. p. Taxes All work performed and services provided within the territorial jurisdiction of the Navajo Nation is subject to the five-percent (5%) Navajo Sales Tax (24 N.N.C. 601 et seq.). q. Insurance The Navajo Nation require the successful firm(s), at its sole expense, to procure and maintain adequate and sufficient insurance for all potential liability, such as commercial general liability; automobile liability; worker s compensation; professional liability errors and omissions liability; etc. r. Disclaimer the Navajo Nation's acceptance or review of any proposal shall not guarantee the execution of any contract, and the proposed contract shall be reviewed by all appropriate departments through the 2 N.N.C. 164 review process, including the Navajo Nation Department of Justice, for administrative and legal sufficiency, prior to execution by the Navajo Nation. The Navajo Nation reserves the right to reject any proposed contract prior to execution, for improprieties in the procurement process or applicable Navajo Nation or federal laws or regulations, or for failure to submit all requested documents or information SECTION 2 PROPOSAL REQUIREMENTS AND SELECTION A. Bid Submission a. Bid (s) must be submitted in a sealed enveloped clearly marked: i. DO NOT OPEN RFP #17-12-1758VJ Information Technology Internet & Voice Services ii. The name of the firm submitting the Bid shall be written legibly and shown on the outside of the sealed envelope. Please include the firm s address. b. Proposal Standards The firm shall submit one (1) original and three (3) identical copies of their RFP packet for the evaluation committee members. Appearance of the proposal is important and professionalism in the proposal presentation should not be neglected. The proposal standards are as follows: i. The RFQ proposal may not exceed 30 single-side pages (maximum 8 ½ x 11 ) with a minimum of 10 pt. type. ii. Pages that have photos, charts, graphs and/or various informative visual illustrations and/or exhibits will be counted toward the maximum number of pages. iii. The following information is not included in the 30-page limit: Cover Letter on Company letterhead and Bid Cost. iv. RFQ submittals should be plastic or metal spiral-bound only. Please do not submit RFQ proposals in loose-leaf 3-ring binder, these will be considered nonresponsive and will be un-rated. v. Submissions exceeding the 30-page limit. Navajo Division of Transportation P a g e 3

B. Proposal Review Process a. Receipt of Proposal will be verified on the due date specified. Navajo DOT will screen and evaluate bids received in accordance to the following criteria. Bids which fail this check will be considered non-responsive and will be un-rated. i. Proposal is received by the required deadline date and time. ii. Proposal meets the proposal submission requirements set forth above under Section 2, A. C. Proposal Evaluation a. Proposal shall be evaluated and rated in accordance with the criteria outlined in Section 4 Bid Content and Evaluation Criteria. b. Navajo DOT will rate the Proposals based on specifications of items proposed and rank will be determined as most responsive. D. Award of Contract a. The Navajo DOT will retain the services of the top rated and ranked firm. Upon selection, the firm will be notified. b. The Navajo DOT will issue a Notice to Proceed to the firm upon execution of the contract Navajo DOT is not liable for any cost incurred by the firm prior to issuance of a Purchase Order. SECTION 3 Scope of Work A. Description of Work a. Internet Services - The selected firm shall provide the following listed service. All sites will include location for line of demarcation D-Mark, all hardware should be mounted via Plywood wall provided by Navajo DOT. Selected firm shall provide all Metro Ethernet connection in RJ45 Media form to connect to Navajo DOT Network Equipment. 1. Metro Ethernet (150MB) Wide Area Connection from Navajo DOT HQ to Internet Service Provider. a. LAT 35 64'89.47"N b. LONG -109 02'73.29"W 2. Point to Point - Metro Ethernet (15MB) from Navajo DOT Shiprock Office to Navajo DOT HQ (Service Shall End Sept 29, 2019) a. LAT 36 45'58.73"N b. LONG 108 41'53.87"W 3. Point to Point - Metro Ethernet (15MB) from CrownPoint Office to Navajo DOT HQ a. LAT 35 40'32.32"N b. LONG - 108 9'24.61"W 4. Point to Point - Metro Ethernet (15MB) from Dilkon Office to Navajo DOT HQ a. LAT 35.394964, Navajo Division of Transportation P a g e 4

b. LONG -110.326414 5. Point to Point - Metro Ethernet (15MB) from Chinle Office to Navajo DOT HQ a. LAT 36 9'12.57"N, b. LONG 109 33'32.75"W 6. Point to Point - Metro Ethernet (15MB) from Pinon Office to Navajo DOT HQ a. LAT - 36 09'63.97"N, b. LONG -110 22'77.25"W All Navajo DOT Metro Ethernet connections must have a 5-year contact, running from dates January 1, 2018 through December 31, 2022; excluding Shiprock Office which shall run from February 5, 2018 through September 29, 2019. All connection sites shall include warranty and scheduled maintenance of all hardware. c. Voice Services The selected firm shall provide Voice Services using an IP Phone System. The IP Phone system will be for Navajo DOT HQ Office which consist of 92 MIPT Lines. Voice line services should include Voicemail, Call Transfer, Redial, Call Waiting, Do Not Disturb, Group Pickup, Directory Dial. IP Phone shall be compatible with Navajo DOT existing phone system; Cisco IP Phone 504G, 509, and Polycom 5000/7000. All MIPT lines shall include warranty and scheduled maintenance. SECTION 4 Proposal Content and Evaluation Criteria A. Qualification of the Firm. Proposal must specifically address and affirm the following: a. Letter of Interest that indicates why your firm should be selected to provide the Information Technology Internet Services proposal to Navajo DOT b. Evidence of Insurances; such as Professional Liability Insurance B. Navajo Business Opportunity Act (NBOA) a. The Navajo DOT will follow Navajo Business Opportunity Act, 5 N.N.C. 201 et seq; Certified Navajo-owned business first opportunity to bid on projects (purchase of materials or professional service) i. Priority #1-100% owned and controlled business entity ii. Priority #2 - Navajo businesses that are less than 100% owned and controlled but have majority ownership and control (51%+) iii. Other Indians that own and control all or a majority of the business activities iv. Any tribally-owned and operated business entity Navajo Division of Transportation P a g e 5

SECTION 5 Rating System on Evaluation Criteria A. Description of the components provided in Section 4 Proposal Content and Evaluation Criteria. B. Each proposal will be evaluated and rated as follows: COMPONENTS: SCORING: A. Organization of RFP 5 Points B. Letter of Transmittal 2 Points C. Specifications of Submitted Services 50 Points H. Three References 5 Points Total Points 62 Points J. Navajo Preference (Priority #1) 10 Points K. Navajo Preference (Priority #2) 5 Points It is the intent of Navajo DOT to score the firms according to the proposals submitted. Navajo DOT reserves the right to conduct detailed interviews, either by telephone or in person, of firms, if warranted. ### End of Request for Proposals - 17-12-1758VJ ### Navajo Division of Transportation P a g e 6