REQUEST FOR PROPOSAL (RFP) IT Services

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR FINANCIAL CONSULTING SERVICE PROVIDER. CLOSING DATE: December 14, a.m.

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR ANNUAL AUDIT SERVICE PROVIDER RFP# 18-AUDIT-OF

REQUEST FOR PROPOSALS. Phone# (928)

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

FORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

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 Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Qualifications Construction Manager

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

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

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

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

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

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

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

IT Managed Services Provider

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

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

REGISTERED DIETITIAN

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

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

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

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR PROPOSALS SECURITY CAMERA AND MONITORED PANIC BUTTON SYSTEM INSTALLATION RFP #17-015

Technology Consultation and Support

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

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

REQUEST FOR PROPOSALS

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

SCHOOL BOARD ACTION REPORT

Request for Qualifications Grant Writing Services For the Assisted Housing Department Tampa, Florida

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

City of Gainesville State of Georgia

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

City of Malibu Request for Proposal

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

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

Digital Copier Equipment and Service Program

Request for Proposal RFP # , Managed Network Services

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

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

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

The Brunswick Housing Authority Request for Proposal Independent Audit Services (FY FY 2020) December 30, 2015

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

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

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

1 INTERNAL AUDIT SERVICES RFP

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

Housing Authority of Fulton County, Georgia Auditing Services Date of Proposal Announcement / Request Web Post Date

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

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

REQUEST FOR PROPOSAL

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

Proposals must be clearly marked Request for Proposals Independent Audit Services

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

INTRODUCTION Illinois Valley Community College (IVCC) is requesting proposals for information technology security assessment services.

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

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

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Plano Independent School District Request for Proposals

REQUEST FOR PROPOSAL FOR AUDIT SERVICES RFP W.E. Upjohn Institute for Employment Research 300 S. Westnedge Ave. Kalamazoo, MI 49007

Agency of Record for Marketing and Advertising

REQUEST FOR PROPOSAL

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

MORRISTOWN HOUSING AUTHORITY NOTICE

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

Request for Proposals

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

INFORMATION TECHNOLOGY ASSESSMENT & PLANNING CONSULTANT REQUEST FOR PROPOSALS (RFP)

Automatic License Plate Recognition System for the Police Department

REQUEST FOR PROPOSAL (RFP) SOLICITATION NO COMPUTER HARDWARE AND SOFTWARE. Nevada Rural Housing Authority Carson City, Nevada

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

Request for Proposals - Information Technology

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

Information Technology Business Impact Analysis Consulting Services

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

Request for Proposal (RFP) # For Information Services Mobile Data Communications System. Posting Date: May 29, 2015

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

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

Request for Proposals

1:1 Computer RFP School Year Harrison School District Two

Request for Qualifications: Information Technology Services

Transcription:

DATE ISSUED: August 22, 2018 REQUEST FOR PROPOSAL (RFP) 2018-09 IT Services TYPE OF PROJECT: The Anniston Housing Authority (AHA) is seeking proposals from qualified professional technology vendors for Information Technology Support Services. The successful vendor will be expected to organize HELP DESK service calls efficiently and to ensure that there is NO significant computer downtime during normal working hours, generally 7:00AM to 5:00PM, Monday through Friday SUBMISSION DEADLINE: Friday, September 14, 2018 @ 10:00 a.m. (CST) Single copies of the RFP package may be obtained, at no cost by: 1. Visiting the AHA s website at: www.annistonhousing.org 2. Requesting via email to kthayer@annistonhousing.org 3. Copies may also be picked up in person at: SUBMISSION ADDRESS: Administrative Office Anniston Housing Authority 500 Glen Addie Avenue Anniston, AL 36201 The responsibility for submitni g response to this RFP gt the Anniston Housini Authority on or before the stgted tme gnd dgte will be solely gnd strictly the responsibility of the respondent. The Housini Authority is not ligble for gny costs incurred by the oferor prior to issugnce of g contrgct. The oferor shgll wholly gbsorb gll costs incurred in the prepgrgton gnd presentgton of the proposgl. INFORMATION AT A GLANCE AHA Contact: Question & Answer eealline Karissa Swearengin Finance Manager Fax: 256-236-3981 Email: kthayer@annistonhousing.org September 18, 2018, 5:00 P.M. C.S.T. Proposal Submission Information Please refer to Section 4 Proposal Submission eealline September 28, 2018 @ 10:00 a.m. (CST) Anticipatel Approaal of Awarl by Exec eir October 19, 2018 1

PART I GENERAL INFORMATION 1.1 Introduction 1.2 Method of Solicitation 1.3 Background 1.4 Obtain Copies of this Solicitation TABLE OF CONTENTS PART II SUPPLEMENTAL INSTRUCTIONS TO RESPONDENTS 2.1 Submission of Proposals 2.2 Interpretation/Questions 2.3 Addendum and Update Procedures for the RFP 2.4 Proposal Format 2.5 Submittal Forms 2.6 Acceptance of Proposals 2.7 Time for Reviewing Proposals 2.8 Withdrawal of Proposals 2.9 Award of Contract 2.10 HUD Debarment and Suspension List 2.11 Certification of Legal Entity 2.12 Section 3 Requirements 2.13 Cost Borne by Respondent 2.14 Best Available Data 2.15 Contact with AHA, Staff, Board Members and Residents 2.16 Licenses and Insurance 2.17 Respondent Responsibilities 2.18 No Claim Against AHA PART III SCOPE OF SERVICES PART IV SUBMISSION REQUIREMENTS 4.1 Corporate Profile 4.2 Staffing and Qualifications 4.3 Relevant Experience and Past Performance 4.4 References 4.5 Respondent s Approach and Response to Scope of Service 4.6 Proposal Cost 4.7 Section 3 Participation Plan PART V PROCUREMENT PROCESS 5.1 Proposal Evaluation/Contract Award 5.2 Evaluation Criteria 5.3 Summary of Evaluation Criteria 2

ATTACHMENTS A. Request For Proposal Summary form B. Non-Conclusive Affidavit C. Contractor Data & Signature D. HUD form 5369-C Certifications & Representations of Offerors Non-Construction Contract E. HUD form 5370-C General Conditions for Non-Construction Contracts F. HUD form 5369-B Instructions to Offerors Non-Constructions G. HUD form 60002 Section 3 Summary H. SF-LLL Disclosure of Lobbying Activities I. HUD 50070 Certification for a Drug-Free Workplace J. HUD 50071 Certification of Payments to Influence Federal Transactions PART I GENERAL INFORMATION 1.1 Introduction The Anniston Housing Authority (AHA) is seeking proposals from qualified professional technology vendors for Information Technology Support Services. The ideal vendor will resolve computer systems and network issues in accordance with standard and acceptable maintenance and support benchmarks. The successful vendor will be expected to organize HELP DESK service calls efficiently and to ensure that there is NO significant computer downtime during normal working hours, generally 7:00AM to 5:00PM, Monday through Friday. The vendor is expected to report on status of technology issues and communicate effectively with all departments. The term of the initial agreement shall be for three (3) years. Two optional one-year extensions may be added at the sole discretion of the Authorities provided that delivered services have been acceptable for the initial term and a reasonable price has been established herein. 1.2 Method of Solicitation AHA are soliciting competitive proposals from qualified firms with a documented record of accomplishments of providing the required services for public housing authorities or other nonprofit agencies through a formal Request for Proposal (RFP) process. 1.3 Background The Anniston Housing Authority does NOT have an IT Department and is currently using an outside vendor service to provide maintenance and support on an as needed basis for employees. AHA owns a Microsoft Windows server as the center of its departmental infra-structure. It hosts a proprietary housing database software called SACS. The system specs include: 1 Intel Xeon E5-2660V4 2 Ghz 14 core 28 threads 35 MB cache FCLGA2011-v3 socket Box; 2-16GB RDIMM; 2 4 TB SATA; 2 1TB SATA; 35 - Microsoft SQL server 2016 licenses; 35 - Microsoft Windows server 2016 licenses; 20 Remote desktop licenses. 3

There are approximately 37 PC s, 4 ipads, 3 laptops with hot spots, 4 windows-based tablets and 14 cell phones in the 6 locations to be covered under the service and support agreement with the successful vendor. The addresses and locations are available upon request. All terminals vary by manufacturer, aging, specifications, software, and service pack versions. The operating systems used on the workstations include Windows 7 Professional, Windows 8, or Windows 10. AHA deploys Trend Micro as its prevalent anti-virus software. End users primarily operate in a proprietary housing database software called SACS as well as Microsoft Office. Other technology and service providers the successful bidder will be coordinating with are included in the following matrix: ANNISTON Vendor Breakdown What They Do AT&T Cell Provide Cellular Service Fax Cable One Internet Provide Internet and Cable Services Cable Delcom Services Website Provide Email and AHA s Website Services Email SACS Provides Housing Computer Software Alarm TCI Provides Alarm, Telephone, and Computer Phone (Star2Star) Technical Services Computer The Work Number Secure Systems Trudiligence LOCC s (Admin) ---------------- REAC, EIV, PIC Provides Information on Voucher Holders Employment Status Allow Access to LOCC s, REAC, PIC, etc. Provides Background Checks for potential employees and residents ABS Copier Provides Support for Jumbo Printers Kyocera Printer Printers HEFLIN Vendor Breakdown What They Do CenturyLink Phone & Internet DirecTV Cable Southland Security System Goals of outsourcing services: Protect and secure its technology facilities Ensure the efficient operation of its data processing networks and related computer systems in its defined user community 4

Enhance its quality of service for departments defined in the enclosed schedules Minimize the spending and maximize the ROI for investment in technology 1.4 Obtain Copies of this Solicitation Single copies of the RFP package may be obtained, at no cost by: 1. Visiting the AHA s website at: www.annistonhousing.org 2. Requesting via email to kthayer@annistonhousing.org 3. Copies may also be picked up in person at: Anniston Housing Authority Administrative Office 500 Glen Addie Avenue Anniston, AL 36201 PART II INSTRUCTIONS FOR SUBMITTING PROPOSALS 2.1 Submission of Proposals Respondents should submit one (1) original and four (4) copies of their proposal, dated and signed by an authorized official of the company. Proposals must be submitted in a sealed envelope that shows the firm s name and address, and clearly written on the outside of the envelope must be the words IT SERVICES (RFP 2018-09 DEADLINE September 9, 2018 @ 10:00 a.m. (CST)) Proposals received after deadline date and time may be determined unacceptable. Refer to HUD FORM 5369-B, Section 6 regarding late submissions and withdrawals. INFORMATION AT A GLANCE AHA Contact: Question & Answer eealline Karissa Swearengin Finance Manager Fax: 256-236-3981 Email: kthayer@annistonhousing.org September 18, 2018, 5:00 P.M. C.S.T. Proposal Submission Information Please refer to Section 4 Proposal Submission eealline September 28, 2018 @ 10:00 a.m. (CST) Anticipatel Approaal of Awarl by Exec eir October 19, 2018 All proposals must be submitted in accordance with the conditions and instructions provided herein and must remain open for acceptance from the due date. Proposals should demonstrate detailed plans on how the Respondent intends to provide the required services in a manner that will result in the successful and timely completion of the service(s). 5

In addition, the proposal should demonstrate the Respondent s capacity and readiness to perform the Scope of Services immediately upon execution of a contract with AHA. Finally, the proposal should include evidence of the Respondent s previous experience and qualifications relative to the provision of such services. 2.2 Interpretation/Questions During the period between issuance of this RFP and the proposal due date, no oral interpretation of the RFP s requirements will be given to any prospective respondent. Requests for interpretation must be made, in writing, at least 10 days before the submission due date and time to: Email: kthayer@annistonhousing.org Fax: 256-236-3981. Responses for interpretation will be forwarded in writing to all who have requested a RFP by email (or send via regular postal mail or fax upon written request). 2.3 Addendum and Update Procedures for the RFP During the period of advertisement for this RFP, AHA may wish to amend, add to, or delete from, the contents of this RFP. In such situations, AHA will issue an addendum to the RFP setting forth the nature of the modification(s). AHA will email (or send via regular postal mail or fax upon written request) any addenda to Respondents of this RFP Solicitation. Interested parties may also view addenda on AHA s website www.annistonhousing.org. It shall be the responsibility of each Respondent to insure they have any/all additional addenda relative to this RFP. 2.4 Proposal Format All proposals shall be submitted in 8 ½ x 11 inch format, preferably in three (3) ring binder or bound. Larger size pages or inserts may be used provided, they fold into 8 ½ x 11 inches. All copies of the submittal must be identical in content and organizations. The format of the respondent s proposal should be structured the same as the format of the RFP. Proposals should be organized into sections and tabbed for ease of review. Provide a comprehensive Table of Contents at the front of the proposal. Organize the proposal in response to the Submission Requirements, taking care to address all issues identified in the Scope of Service. The front cover of the proposal should bear the name and number of the RFP, the date, and the Respondent s name, address, phone/fax number and email address. 2.5 Submittal Forms Provide, as a part of the proposal, all required certifications and HUD forms (included in the attachments of this RFP), licenses and proof of insurance. All forms that require a signature or initials must bear an original initial or signature. 2.6 Acceptance of Proposals 6

Proposals must be signed, sealed, and received in completed form at the AHA, no later than the proposal closing date and time. Proposals submitted after the designated closing date and time will not be accepted for any reason and will be returned unopened to the originator. AHA reserves the right to accept or reject any or all proposals, to take exception to these RFP specifications or to waive any formalities. Respondents may be excluded from further considerations for failure to comply with the specifications of this RFP. AHA also reserves the right to reject the proposal of Respondents: who have previously failed to perform properly or to complete on time, a contract of similar nature; who is not in a position to perform the contract or who habitually without just cause neglected the payment of bills or disregarded its obligations to subcontractors, providers of materials, or employees. 2.7 Time for Reviewing Proposals Proposals received prior to the closing date and time will be securely kept, unopened. Proposals received after the closing date and time may not be considered. All proposals properly received will be evaluated by the AHA s Evaluation Committee appointed by the Executive Director. The Evaluation Committee will analyze proposals within the 21 days of the date and time due and make a recommendation for Award of Contract or not to award to the AHA Executive Director. 2.8 Withdrawal of Proposals Proposals may be withdrawn by means of a written request or faxed request dispatched by the Respondent in time for delivery in the normal course of business prior to the time fixed for receipt and must be signed by the Respondent. In addition, withdrawals must be postmarked prior to the date and time set for proposal submission deadline. Negligence on the part to the Respondent in preparing their proposal confers no right to make modifications or withdraw proposal after the due date and time. 2.9 Award of Contract Contract shall be awarded to the Respondent submitting a proposal according to the evaluation criteria contained herein, provided the proposal is in the best interest of AHA. The Respondent to whom the award is made will be notified at the earliest practical date. 2.10 HUD Debarment and Suspension List The Respondents and all subcontractors names or businesses must not appear on the OFCCP s Debarment and Suspension list. 2.11 Certification of Legal Entity Prior to execution of the contract agreement, the Respondent shall certify that joint ventures, partnerships, team agreements, new corporations, or other entities that either exist or will be formally structured are, or will be, legal and binding under the Alabama State Law and the City of Anniston, Alabama. 7

2.12 Section 3 The purpose of Section 3 of the U. S. Department of Housing and Urban Development (HUD) Act of 1968 is to ensure that employment and other economic opportunities generated by certain HUD financial assistance, shall, to the greatest extent feasible and consistent with existing federal, state, and local laws, be directed toward low and very low-income persons. Low income is defined as a single person or family whose income does not exceed 80 % of the median income for the area. A very low-income person is defined as a family or single persons whose income does not exceed 50% of the median income for the area. Section 3 is applicable when funds from the U. S. Department of Housing and Urban Development are used on a project and when additional persons (new hires) are employed. A new hire is any person hired after signing the contract or who is not a current employee. 2.13 Cost Borne by Respondent All cost related to the preparation of this RFP and any related activities are the responsibility of the Respondent. AHA assumes no liability for any costs incurred by the Respondent throughout the entire selection process. 2.14 Best Available Data All information contained in this RFP is the best data available to AHA at the time of the RFP was prepared. The information given in the RFP is not intended as representation having binding legal effect. This information is furnished for the convenience of Respondents and AHA assumes no liability for any errors or omissions. 2.15 Contact with AHA Staff, Board Members and Residents Beyond the above referenced written communications, Respondents and their representatives may not make any other form of contact with AHA Staff, Board Members, or Residents. Any improper contact by or on behalf of Respondents may be grounds for disqualification. 2.16 Licenses and Insurance The awarded individual/firm shall have and maintain all required Licenses necessary to conduct business in the City of Anniston and the State of Alabama. All licenses must be kept up to date for the duration of this contract. Copies of all licenses must be in the Procurement/Contract Office prior to contract execution. Prior to contract award and for the duration of the contract, the successful proposer will be required to provide proof of insurance (as outlined) and the AHA shall be named as an additional insured. Professional Liability (and/or Errors & Omissions) Coverage $1,000,000 each occurrence General Liability Coverage $1,000,000 each occurrence Comprehensive Automobile Liability Coverage $1,000,000 each occurrence Worker's Compensation with Statutory Limits of the State of AL 8

2.17 Respondent Responsibilities Each Respondent is presumed by AHA to have thoroughly studied this RFP and become familiar with the contents, locations, nature of requests, covered by the RFP. Any failure to understand completely any aspect of this RFP is the responsibility of the Respondent. 2.18 No Claim against AHA/HHA The Respondent shall not obtain, by submitting a proposal in response to this RFP, any claim against AHA or AHA s property for reason of all or any part of any of the following: the selection process; the rejection of any or all offers; the acceptance of any offer; entering into any agreements or the failure to enter any agreements; any statement, representations, acts or omissions of AHA or any person or entity acting on its behalf; the exercise of any discretion set forth in or concerning any of The foregoing; and any other matters arising out of the foregoing. 9

PART III - SCOPE OF SERVICES A. Initial and Annual Assessment Review of the inventory, update network diagram, assessment of the system architecture and equipment for efficiency, life expectancy, capacity, speed, and current processes, and make recommendations for improving routine support criteria and eliminating emergency maintenance situations. A report of this initial assessment shall be submitted by December 1st, 2018 and each December 1st as long as the contract is in force. This is to allow for necessary budget planning for the upcoming year. B. Desktop Application Support Performance of basic support functions, including the installation of PC s, laptops, mobile devices, printers, peripherals, and office software; diagnosis and correction of desktop application problems, configuring of PC s, laptops and mobile devices for standard applications; identification and correction of user hardware problems, with advanced troubleshooting as needed; maintenance of an updated inventory of all related computer related hardware, to make available to AHA personnel upon request; and implementation of HELP Desk procedures under policy constraints of the successful vendor. Assist designated AHA personnel with software and hardware purchases. Assist in development of software/hardware policies and procedures. C. Server and Workstation Administrative Services Management of networks and computer systems, including complex applications, databases, messaging, servers and associated hardware, software, communications, and operating systems, necessary for performance, security, reliability, and recoverability of the systems. Scheduling of preventive maintenance for equipment in the areas of coverage is properly and promptly performed; maintenance of records for all HELP Desk tickets for on-site visits, remote support and telephone support is available; development of operations and quality assurance for backup plans and procedures are being followed. Setup new users and edit or remove existing users on server. Configuration management, including changes, upgrades, patches, etc. is maintained; management of user login s and password security is documented; and support of software products relating to servers and workstations; timely response to repair and maintenance work for the user. Coordinate repair and maintenance work with contracted repair vendors and ensure repairs are conducted in a timely fashion. D. Network Administration Services Maintenance and support of network equipment, including switches, firewalls, routers, and other security devices is included. Installation and maintenance of printers, scanners, network devices et al; analysis, routine configuration changes, and installation of patches and upgrades; minor cabling if needed; alert notifications in case of failure of equipment. Proactive monitoring of network equipment, including performance indicators to report on threshold limitations; network performance and capacity management services; continuous troubleshooting is required. Maintenance of network documentation for daily, weekly, and monthly services is required. 10

F. Security Maintenance of virus detection programs on AHA server, email and all other computers and laptops. Perform security audits as requested and notify AHA personnel immediately of suspected breaches of security or instruction detection. Configure AHA system to enable remote access in a secure environment and provide remote access administration as requested by designated AHA personnel. G. Planning Engineering, planning, and design services for major system enhancements and/or upgrades to existing systems; recommendations for future purchasing and technology needs, when requested or necessary. Provide technical leadership for server technology issues. Installation of new equipment, software, and transfer existing data when acquired, will be needed. H. Not Included The contract to be awarded does not obligate AHA to purchase computer equipment, hardware devices, cabling, licenses, software et al from the successful vendor. 11

PART IV SUBMISSION REQUIREMENTS Listed below are the sections that must be included in Respondent s proposal. Each section must be clearly labeled using the bold-faced titles listed below. The required submission must be bound and each section tabbed. 4.1 Corporate Profile A Corporate profile of their firm outlining its history, philosophy and target market. 4.2 Staffing and Qualifications a. Provide information regarding staff experience and qualifications that demonstrates the Respondent s capacity to perform the required services. Describe the experience of your firm in providing services for non-profit sector clients. b. Include an organizational chart that illustrates Respondent s overall staffing approach for completing the required work. Include in the chart all its principals as well as key personnel, specialists, and consultants who will be assigned work under a contract potentially resulting from this RFP. Include evidence of required license and certifications, as applicable, held by the Respondent, its principals, and/or key staff. c. Provide resumes of all key personnel, specialists, and consultants who will perform any work required by a contract potentially resulting from this RFP. Identify their specific role in the provision of services required. Resumes should include the particular relevant experience of the individual as it relates to their proposed role in the project, in addition to the education, career, and achievement data typically included in a resume. d. Identify all individuals who will be devoted to the contract potentially resulting from this RFP on a full-time basis or part-time basis (up to 50% of time allocated to project). Include those who will be full-time only for specific components of the project, as well as those filling a continuing position throughout the project. Provide detailed resumes for each, highlighting the particular experience that qualifies them for the position they will fill. 4.3 Relevant Experience, Past Performance and References a. Identify similar or related work performed for of at least three public housing authorities, other not for profit or governmental agencies that have been completed to date or is currently active during the past five years. Include projects completed or currently underway by the responding entity and/or each major participant in the proposal. b. For each project identified provide: i. Project name and address ii. Contact person, title, telephone number, email, fax and address iii. Detailed description of scope of work iv. The client for whom the Respondent s services were performed v. The size of the project vi. The services performed by the Respondent on the project. 12

vii. viii. The dollar value of the contract for the services The duration of the project including start and completion dates, or projected completion date if still active. c. Demonstrate ability to produce reports that are well regarded in the industry in terms of content, timeliness, and responsiveness. d. Demonstrate, through written explanation, the Respondent s familiarity with Federal, State, and local laws, regulations and codes that the Respondent believes may be pertinent or applicable to this project. e. If the Respondent is a joint venture, or another entity formed solely for responding to this RFP, provide evidence of prior successful collaborations. 4.4 Respondent s Approach and Response to Scope of Service a. Provide a detailed narrative that describes the implementation process of the proposed services. Include a timeline for initial discovery/system documentation/mapping and implementation of the system. b. Provide a detailed narrative that demonstrates the approach intended for use by the Respondent. The approach outlined should be consistent with the objectives and requirements set forth in the RFP. c. Explain how your firm will be able to provide the immediacy of response and personal quality of service needed for a small nonprofit organization with limited staff. d. Provide a narrative discussing your ability to provide for disaster recovery, both for the vendor site and our site e. Describe the associated services your firm will be able to offer AHA to assist it in maximizing the use of scarce resources, both direct cost and staff time. f. Include proposed processes for ensuring effective coordination, as well as procedures for reporting and disseminating information. 4.6 Proposal Cost Respondents shall provide a firm price methodology. Note the all-inclusive total cost along with a detailed itemized breakdown including: i. estimate of any one-time conversion or startup costs associated with implementing the proposed services. ii. time allotment for each identified task in the scope of service. If your company does not provide a specific service described in the RFP, simply note that service is not offered. iii. schedule of fees for staff to be assigned to the project iv. all expected expenditures and all anticipated travel v. provide pricing models and estimates for any additional services discussed in Section 4.4e 13

These rates shall be the basis for adjustments to the value of the contract in the event the scope of work varies from that proposed as well as for payments to the successful proponent. 4.7 Section 3 Participation Respondents shall confirm if the respondent is a Section 3 business enterprise or provide a plan which demonstrates as to how they will comply with Section 3 resident employment and training program. Include the detailed action plans with participation schedules as well as past experiences and references. 14

PART V PROCUREMENT PROCESS 5.1 Proposal Evaluation/Contract Award Proposals received in response to this solicitation will be evaluated using the following evaluation process. a. The evaluation process will be used to determine the firms that will comprise the short list, from which final selection for contract award will ultimately be made. i. During the evaluation process, technical proposals will be evaluated and scored by an Evaluation Committee appointed by the Executive Director. ii. iii. iv. Each member of the selection committee will score each proposal. Scoring will be based on predetermined Evaluation Criteria. The available points associated with each area of consideration are shown below in Item 5.2. The results of the evaluation of both technical and cost proposals will be used to determine those proposals to be considered in the competitive range. v. Proposals will be considered acceptable if they have a minimum score of 85 points or above. vi. vii. viii. The Authority may request that proposers whose submittals are in the competitive range make oral presentations concerning their qualifications to the Authority s Evaluation Committee and/or the Board of Commissioners. Presentations will be scheduled by AHA/HHA on an individual basis. Cost proposals will be considered acceptable if the proposed cost is clearly not excessive compared to the proposed costs of other Respondents with acceptable technical proposals. Respondents with acceptable technical and cost proposals may be requested to supply additional information to assist in completing the due diligence review. Failure to satisfactorily complete the due diligence review within the timeframe established by AHA/HHA will result in disqualification of Respondents proposal. b. Scoring will be based upon how well the proposal meets the criteria established in this RFP. c. AHA/HHA reserves the right to make no award or decline to enter negotiations should it believe that no Respondent to this RFP would be capable of delivering the necessary level of service within an acceptable price range and/or the time period. d. The Evaluation Committee will evaluate the merits of proposals received in accordance with the evaluation factors stated in the RFP and formulate a recommendation. However, while a numerical rating system may be used to assist the Evaluation Committee in selecting the competitive range (if necessary) and making an award recommendation decision, the award decision is ultimately a business decision that will reflect an integrated assessment of the 15

relative merits of the proposal using the factors and their relative weights disclosed in the RFP. 5.2 Evaluation Criteria a. Organizational Capacity: 20 Points i. Respondent s organizational capacity will be evaluated through an assessment of the Respondent s staff, specialists, and consultants experience and qualifications. In addition, the Respondent s ability to perform the work in a timely manner will be evaluated through a review of previous performance on similar projects, as well as current and projected capacity and workload. ii. Maximum consideration will be given to those Respondents having staff with the greatest amount of experience in performing work as required herein, and who can demonstrate sufficient capacity to perform the work timely given current and projected workload. b. Relevant Experience, Past Performance References: 25 Points i. Relevant experience and past performance will be evaluated through an assessment of previous, similarly related projects completed to date. ii. iii. Maximum consideration will be given to those Respondents, who demonstrate through their submittal, a documented track record of successfully completing projects of the same type required by this RFP. Maximum consideration will also be given to those Respondents who exhibit a successful track record of performing similar services for public housing authorities. c. Respondent s Approach and Response to Scope of Service: 35 Points i. The Respondent s approach and response to the Scope of Service will be evaluated through an assessment of the proposed approach for each element of work identified in the Scope of Service. ii. Maximum consideration will be given to those Respondents, who demonstrate through their submittal, a clear and prudent plan for performing the required work within the established timeframe. e. Proposal Cost: 20 Points i. Proposal cost will be evaluated through a careful analysis of cost compared to the other Respondents proposals. ii. Maximum consideration will be given to those Respondents, who demonstrate through their submittals, the ability to perform the required work at minimum cost to AHA. 16

Additional Points: Section 3 Participation Plan: 5 points i. Section 3 participation will be evaluated through an assessment of the action plans and participation schedules submitted. ii. Maximum consideration will be given to those Respondents, who demonstrate through their submittals, that Section 3 business enterprise contracting, and Section 3 resident employment and training, will be met. 5.3 Summary of Evaluation Criteria Evaluation Criteria Points Technical: Organizational Capacity 20 Points Relevant Experience, Past Performance, References 25 Points Respondent s Approach/Response to Scope of Service 35 Points Proposal Cost 20 Points TOTAL 100 Points Additional points: Section 3 Participation Plan TOTAL Total Possible Points 5 Points 5 Points 105 Points 17

Attachment A The Anniston Housing Authority PO Box 2225 Anniston, AL 36202 REQUEST FOR PROPOSAL (RFP) 2018-09 IT Services COST PROPOSAL FORM I, (Print Name), will perform the Financial Audit as outlined in the scope of services contained in this RFP. I will perform the required services for the amount of the cost as outlined below: Signature eate 18

Attachment B Non-Conclusive Affidavit Non-Collusive Affidavit State of County of being first duly sworn, deposes and says: That he/she is (Individual, partner, or officer of the firm of, etc.) the party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person to put in a sham bid or to refrain from bidding, and has not, in any manner, directly or indirectly, sought by agreement or collusion, or communication of conference, with any person, to fix the bid prices of affiant or of any other bidder, or to fix any overhead, profit or cost element of said bid price, or of that or any other bidder, or to secure any advantage against the Housing Authority or any person interested in the proposed contract; and that all statements in said proposal or bid are true. That I have examined and carefully prepared this proposal from the specifications and have checked the same in detail before submitting this proposal; that the undersigned is duly authorized to make this affidavit. That following this affidavit is a full and complete list of all subcontractors and the class of work to be performed by each, which the bidder proposes to use. Company Name: By: Title: Subscribed and sworn to before me this Signature day of, 20. My Commission Expires 19

Attachment C CONTRACTOR DATA AND SIGNATURE Contractor Name: Contractor Address: Contractor Telephone: Contractor Fax: Business Designation (check one): [ ] Corporation [ ] Partnership [ ] Limited Partnership [ ] Limited Liability Company [ ] Limited Liability Partnership [ ] Sole Proprietorship [ ] Other - or Federal Tax ID#: - - SSN#: Federal tax ID numbers or Social Security numbers are required pursuant to ORS 305.385 and will be used for the administration of state, federal and local laws. Payment information will be reported to the Internal Revenue Service under the name and Federal tax ID number, if none, the Social Security number provided above. Certification: The individual signing on behalf of the Contractor hereby certifies and swears under penalty of perjury: (a) the number shown on this form is Contractor s correct taxpayer identification; (b) Contractor is not subject to backup withholding because (i) Contractor is exempt from backup withholding, (ii) Contractor has not been notified by the IRS that Contractor is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified Contractor that Contractor is no longer subject to backup withholding; (c) s/he is authorized to act on behalf of Contractor, s/he has authority and knowledge regarding Contractor s payment of taxes, and to the best of her/his knowledge, Contractor is not in violation of any Alabama tax laws; (d) Contractor is an independent contractor as defined in ORS 670.600; and (e) the above Contractor data is true and accurate. I have read this Contract including the attachments and exhibits which are part of this contract. I understand the Contract and agree to be bound by its terms. Signature Title Date Name (please print) Anniston Housing Authority Signature Name (please print) Title Date 20