DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

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

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

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

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

REQUEST FOR PROPOSAL FOR BUILDING LEASE

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

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

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

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

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

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

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

City of Malibu Request for Proposal

Dakota County Technical College. Pod 6 AHU Replacement

GOODWILL YOUTHBUILD GED/High School Education Instruction

Request for Qualifications Construction Manager

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

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

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

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

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

Project Management Services Unit Sump Pump Installation Modifications Project. RFP No. 922

Social Media Management System

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

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

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

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 49 EFFECTIVE DATE: JULY 1, 2018 REVISION #4: JULY 1, 2018

Request for Proposals

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

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

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

Automated Airport Parking Project

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

Tourism Marketing Strategy

BELGRADE SCHOOL DISTRICT NO. 44

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

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

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

INVITATION TO BID (Request for Proposal)

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

Request for Proposals and Specifications for a Community Solar Project

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

Amalgamation Study Consultant

Request for Proposal

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR CISCO SMARTNET SERVICE AGREEMENTS FOR MIS DEPARTMENT

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

REQUEST FOR PROPOSAL Architectural Services

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University

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

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Football Statistics Solution for Mississippi State University

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Emergency Notification for Mississippi State University

OUTAGAMIE COUNTY REGIONAL AIRPORT REQUEST FOR PROPOSAL FOR MULTI POSITION CUPPING SNOW PLOW. DUE BY: March 16, 2015

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Curriculum Management Software for Mississippi State University

1 INTERNAL AUDIT SERVICES RFP

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. ScanPro Microfilm Scanner

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Construction Management (CM) Procedures

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

REQUEST FOR PROPOSALS RFP# CAFTB

WATERFRONT COMMISSION OF NEW YORK HARBOR

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

Ontario College of Trades

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

REQUEST FOR PROPOSAL

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Network Video Solution Package

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

Architectural Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Life Sciences Tax Incentive Program

Disadvantaged Business Enterprise Supportive Services Program

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

SECOND REQUEST FOR PROPOSALS. for

REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL After Hours Answering Services

How To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL

REQUEST FOR PROPOSALS

Pre-Proposal Conference

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

Describe the City s requirements and desired outcomes within a written specification;

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

City of Florence, South Carolina Frozen Turkeys & Gift Cards Invitation to Bid No

Transcription:

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 RFQ Number: RFQ 18-PR-DIT-27 Date Issued: Monday, March 5, 2018 Description: Headquarters (HQO) IT Hardware Equipment Proposal Due Date and Time: Subject to Prevailing Wages: Tuesday, March 27, 2018 by 2:00pm EST No Name: Maurice Craney Title: Sourcing Specialist DC Water Point of Contact (POC): Submission Instructions: Submit your proposal by email only to DC Water POC. Do not submit printed hard copies. Telephone: 202-787-2045 Base : N/A Option: N/A Contract Type: Open market w/ preference points Email: Maurice.Craney@dcwater.com for LBE/LSBE s Commodity Codes: 967-28; 838-35; 725-15; 838-00; 839-00; 204-64 Process and Timeline (Estimated)* RFQ Published/Advertised March 5, 2018 Deadline to Submit Questions Proposals Due March 15, 2018 by 2:00 PM EST March 27, 2018 by 2:00 PM EST Vendor Selection for BAFO April 3, 2018 BAFO due April 10, 2018 Vendor Selection April 17, 2018 Notification of Award April 24, 2018 *Process and dates may change at DC Water's convenience.

1 Table of Contents SECTION Page Number 1.0 Introduction 2 2.0 Instructions to offerors 3 3.0 Attachments Supplier Scope of Work Submission Requirements General Provisions Special Provisions Certifications and Representations, Acknowledgements, and Affidavits * Vendor Information and W-9 Forms * Local Small Business Enterprise Program * EEO Packet/Affirmative Action Plan * DC Water Works Program * Mid-Atlantic Purchasing Team Rider Clause * Attachment A Attachment B Attachment C Attachment D Attachment E Attachment F Attachment G Attachment H Attachment I Attachment L *Document needs to be completed and signed by offeror

2 Section 1.0 Introduction The District of Columbia Water and Sewer Authority (DC Water) is soliciting offers for Request for Quote (RFQ) Number: 18-PR-DIT-27, Headquarters IT Hardware and Equipment. This is an Open Market Procurement with Preference Points for Certified Local and Small Business Enterprises. The RFQ will be available on Monday, March 5, 2018. Firms may download a copy from website www.dcwater.com/procurement, then click on enter the vendor portal. Firms may also request a copy from Maurice Craney, Sourcing Specialist, at Maurice.Craney@dcwater.com or 202-787-2045. The date for receipt of electronic offers is Tuesday, March 27, 2018, 2:00 P.M. Local Time. Please submit all questions to the email address above by Thursday, March 15, 2018 by 2:00 PM EST. Section 2.0: Instruction to Offerors The following instructions to offerors are important and should be read carefully by the offeror before submitting a proposal. The District of Columbia Water and Sewer Authority (DC Water or Authority) is not responsible for any information relating to any DC Water solicitation document which is not obtained directly from DC Water. 1. Preference Program for Certified Local and Local Small Business Enterprise: Preference is given to local and local small business enterprises (LBE / LSBE) on this procurement. Points may also be awarded for utilizing or subcontracting to LBEs and LSBEs. See Attachment G: Local Small Business Enterprise Program for more information. 2. Point of Contact: All inquiries regarding this RFQ should be referred to Maurice Craney, Sourcing Specialist by e-mail at Maurice.Craney@dcwater.com or by phone at (202)787-2045. 3. Questions and Communications: All contact between prospective proposers and DC Water with respect to this solicitation will be formally held at scheduled meetings or in writing through the issuing office. Questions or comments regarding the meaning or interpretation of specifications and other proposal documents in this RFP must be requested in writing DC Water shall respond to all timely questions and comments that are properly submitted and deemed relevant and substantive in nature. Any response or interpretation made will be in the form of an addendum to this RFP. Oral communications between DC Water and any proposer regarding the interpretation or meaning of any aspect of this solicitation shall not be binding for any purpose. 4. Date and Time for Receipt of Quotes: Quotes must be received via email no later than 2:00 PM EST on the date listed on the RFQ cover page. Quotes must be emailed to Maurice.Craney@dcwater.com. 5. Registration In DC Water s Vendor Portal

3 Vendors are strongly encouraged to visit our procurement website: https://www.dcwater.com/procurement and to properly register at the Vendor Portal: https://vendor.dcwater.com. Vendor are encouraged to provide information on commodity codes that represent Contractor s service and product offerings. DC Water solicitations and their addenda are issued through the Vendor Portal with relevant codes, and vendors registering with matching codes are automatically notified of such documents. DC Water is not responsible for vendors not receiving notice of addenda to this RFP if vendors are not properly registered in the Vendor Portal with appropriate commodity codes. The commodity codes used for this solicitation are as listed on the cover page of this document. 6. Acknowledgment: Proposers shall acknowledge receipt of any addenda to this Request for Quotation (RFQ) by identifying the addendum number(s) and date(s) in Attachment (E): Representation, Certifications, Acknowledgments, and Affidavits. Failure to acknowledge receipt may render a proposal non-responsive and ineligible for award. Offerors shall also sign a signature page agreeing to the terms and conditions in the bid package. Any exceptions taken by the Offeror must be written and submitted along with the Proposal. 7. Confidentiality in Proposals: The proposer shall identify portions of the proposal it deems to be confidential, proprietary information or trade secrets, and provide justification why such materials shall not be disclosed by DC Water. All such materials shall be clearly indicated by stamping the pages on which such information appears, at the top and bottom thereof with the word CONFIDENTIAL or PROPRIETARY. Such materials stamped CONFIDENTIAL or PROPRIETARY must be easily separable from non-confidential sections of the proposal. All such materials so indicated shall be reviewed by DC Water and any decision not to honor a request for confidentiality shall be communicated in writing to the proposer. For those proposals which were unsuccessful, all such confidential information shall be returned to the proposer. Prices, makes and model, or catalog numbers of the item offered, deliveries, and terms of the payment shall be publicly available after proposal opening regardless of any designation of confidentiality made by the proposer. 8. Proposal Acceptance Time: The Contracting Officer reserves the right to accept any proposal within one hundred twenty (120) days from the date of receipt of proposals unless a shorter time is stated therein. Any proposal in which the time of acceptance is restricted to less than 120 days may be rejected solely for that reason. The offeror agrees if its offer is accepted within 120 days from the date specified in the RFP for the submission of proposals, to furnish any or all items on which prices are offered at the price stated in the Schedule for each item, delivered or performed at the designated place within the time specified in this RFP. 9. Proposers Interested in Submitting More than One Proposal:

4 Only one proposal may be submitted by a proposer. Alternative proposals are not acceptable. If more than one proposal is offered by any proposer, by or in the name of his or their clerk, partner, or other person, all such proposals shall be rejected. In one solicitation, there shall only be one proposal on a product/good, services, etc. A subcontractor who has quoted prices on work, materials, or supplies to a proposer is not thereby disqualified from quoting prices to other proposers. 10. Errors in Proposals: Proposers or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting proposals; failure to do so will be at the proposer s own risk. In case of error in extension of unit prices in the proposal, the unit price shall govern. 11. Signature to Proposals and Certifications: Each proposal must show a full business address and telephone number of the proposer and be signed by the person or persons legally authorized to sign contracts. All correspondence concerning the proposal and contract, including Notice of Award, a copy of the contract, and purchase order will be mailed to the address shown in the proposal in the absence of written instructions from the proposer or contractor to the contrary. Any proposal submitted by a partnership must be signed with the partnership name by one of the partners or by an authorized representative, followed by the signature and designation of the person signing, who shall also state the names of the individuals composing the partnership. Any proposal submitted by a corporation must be signed with the name of the corporation, followed by the signature and designation of the officer having authority to sign. When requested, satisfactory evidence of authority of the officer signing on behalf of the corporation shall be furnished. Anyone signing the proposal as an agent shall file satisfactory evidence of his authority to do so. 12. Marking and Tender of Proposals: If guaranty deposits are required, they must be securely sealed in suitable envelopes, addressed and marked on the outside with the name of the proposer, RFP number and date of opening. 13. Proposal Format and Content: 13.1. Proposal Preparation and Submission To be responsive to the RFQ, proposals must conform to the procedures, format and content requirements described in the RFQ. Additional recommendations outside of the proposal shall be outside the main body of the proposal and listed as options. The proposal shall include all items listed in Attachment B on the Submissions Requirements tab. 13.2. Proposal Size and Content The proposal shall represent the best efforts of the offeror and will be evaluated as such. It must set forth full, accurate, and complete information as required. In addition to a written proposal, Select Suppliers may be required to formally present their proposal to DC Water.

5 13.3. Late Proposals, Modifications and Withdrawals of Proposals The Authority reserves the right to reject any proposal received after the time specified for receipt unless it is received before the award is made, and; a. It was sent by mail and it is determined by the Authority that the late receipt at the location specified in the request for proposal was due solely to the mishandling by the Authority after receipt at the Authority installation; or b. It is the only proposal received. Any modification of a proposal, including a modification resulting from the Authority s request for a best and final offer, is subject to the same late proposals and modifications of proposal conditions listed above. The only acceptable evidence to establish the time of receipt at the Authority installation is the time-date stamp on the e-mail. Notwithstanding the preceding paragraphs of this provision, a late modification of an otherwise successful proposal, which makes its terms more favorable to the Authority, may be considered at any time it is received and may be accepted. A late proposal, late modification, or late withdrawal of offer that is not considered shall be held unopened, unless opened for identification, until after award and then retained with unsuccessful offers. 13.4. Information to be Submitted on Request The following information shall be submitted on request of the Authority within five (5) days of the date of request: 1. Audited financial reports and such data as the Authority may request with respect to the proposer s operations. The Authority shall use this information to determine the proposer s financial responsibility and ability to perform under the contract. Failure of a proposer to comply with a request for information shall subject the proposer to possible rejection on responsibility grounds. 2. Other information as may be needed by the Authority to make a determination as to the proposer s responsibility. 13.5. Retention of Proposals All proposal documents shall be retained by the Authority. All costs incurred by proposers in the preparation and submission of a proposal shall be the sole responsibility of the proposers.

6 14. Selection/Evaluation Criteria: An award will be made to one or more responsible offerors who submit a responsive proposal and whose proposal is most advantageous to the Authority. The most competitive vendors will be invited to submit a best and final offer (BAFO). Preferences points for Local Business and Local Small Business Enterprise (LBE/LSBE) Additional points would be given for: Local business enterprise and local small business enterprise. These points could also be awarded proportionally for utilizing or subcontracting to LBEs / LSBEs 15. Reservations By The Authority: 1. The Authority reserves the right to suspend, withdraw or amend this RFQ at any time. 2. DC Water reserves the right to request verification, validation or clarification of any information contained in any of the proposals. This clarification may include checking references and securing other data from outside sources, as well as from the offeror. 3. The Authority reserves the right to reject any proposal not submitted in conformance with the RFQ and any addenda hereto. The Authority will not select any proposer that is not capable, in the Authority's sole judgment, of satisfactorily performing the work required in this RFQ. Finally, the Authority reserves the right to reject any or all proposals and to waive irregularities. 4. The Authority may award on the basis of the initial written proposals received without discussion and/or oral interviews. Therefore, each proposal should contain the firm's best terms for all of the evaluation criteria. 5. The Authority reserves the right to request for oral presentations from the proposers and use the information derived from the oral presentation, if any, in the evaluation. 6. The Authority reserves the right to engage in negotiation with offerors. 16. Proposal Protest: Protests directed to the terms, conditions, or form of a proposed procurement action, must be received by the Contracting Officer in writing not later than ten (10) calendar days prior to the date established for opening of proposals, except that an initial protest that arises under an addendum to a solicitation may be filed up to four (4) calendar days after the date the addendum was issued but in no case after the time established for opening of proposals. Protests of an award decision shall be filed in writing with the Contracting Officer within five (5) calendar days after the basis of the protest is known (or should have been known). Only proposers may protest an award decision. Protest(s) must be received by 5:00 p.m. according to local time in the District of Columbia. Any protests received after that time will be considered to be filed on the next day.

7 The aggrieved party shall deliver the protest to the General Manager at: District of Columbia Water and Sewer Authority Office of the General Manager Central Operations Facility 5000 Overlook Ave., SW, Third Floor Washington, DC 20032 A copy of the protest shall be delivered to the Director, Department of Procurement. It shall be delivered to: District of Columbia Water and Sewer Authority Department of Procurement Central Operations Facility 5000 Overlook Ave., SW, Room 200 Washington, DC 20032 The Contracting Officer shall issue a decision within thirty (30) calendar days after the protest is filed, subject to any extension approved by the General Manager. The decision of the Contracting Officer shall be final and conclusive. No further administrative remedies will be available to the protester. 17. Appeal: A protester may appeal a denial of protest by a Contracting Officer to a court of competent jurisdiction.