TORRES MARTINEZ DESERT CAHUILLA INDIANS ADOBE EXPERIENCE MANAGER FORMS SOFTWARE

Similar documents
OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSAL. Page 1 of 5

OWENS VALLEY CAREER DEVELOPMENT CENTER

OWENS VALLEY CAREER DEVELOPMENT CENTER

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

REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE

Legal Aid Workshop Trainer

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

REQUEST FOR PROPOSALS

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

SOUTHERN UTE INDIAN TRIBE REQUEST FOR PROPOSALS (RFP) FOR ENVIRONMENTAL CONSULTING SERVICES FOR

REQUEST FOR PROPOSAL (RFP) PROJECT DESIGN AND CONTRACT DOCUMENT PREPARATION CEDAR BAND TRAVEL PLAZA ENTERPRISE

REQUEST FOR PROPOSALS

RE: Request for Proposal Number GCHP081517

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSALS. Phone# (928)

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

SPOKANE INDIAN HOUSING AUTHORITY 6403 Sherwood Addition, P.O. Box 195 Wellpinit, WA (509) Fax: (509)

REQUEST FOR PROPOSALS ZONING CODE UPDATE

Request for Proposal (RFP) Consultant TANF Research Klamath Tribes Social Services Department RFP # KTSSDTANF

TOWN AUDITING SERVICES

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

OWENS VALLEY CAREER DEVELOPMENT CENTER

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

POLICY 6800 PROCUREMENT

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures. Deadline:

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

REQUEST FOR PROPOSALS. For. Rental Assistance Demonstration (RAD) Consulting. For HOUSING AUTHORITY OF THE CITY OF SAN BUENAVENTURA, CALIFORNIA

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

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

Request for Proposals

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

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

REQUEST FOR PROPOSALS (RFP): COMMERCIAL LEASE BROKER

MISSISISSIPPI STATE UNIVERSITY Request for Proposals (RFP) MSU #18 03 Communications as a Service Solution

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures

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

RESOLUTION NUMBER 2877

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

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

TOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351

CITY OF LOMITA REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES TO PROVIDE BID PROPOSAL FOR

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

INVITATION TO BID ANNUAL FINANCIAL AUDIT

Dakota County Technical College. Pod 6 AHU Replacement

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

The information contained in this presentation is for informational purposes only

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

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

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

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Request for Qualifications/Proposals Alameda County Redevelopment Agency Economic Development Strategic Plan

Health-Related Website and Social Media Platform Services

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

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

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

REQUEST FOR PROPOSALS

SUPERIOR COURT OF CALIFORNIA, SANTA BARBARA COUNTY REGARDING:

REQUEST FOR QUALIFICATIONS

2016 Park Assessment

REQUEST FOR PROPOSALS FOR RENTAL ASSISTANCE DEMONSTRATION (RAD) CONSULTING FOR THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK

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

City of Lynwood MODIFIED REQUEST FOR PROPOSALS FOR

City of Malibu Request for Proposal

Request for Proposal RFP # , Managed Network Services

Request for Proposals (RFP) to Provide Auditing Services

REQUEST FOR PROPOSAL. Conduct a Resident Satisfaction Survey. City of Hyattsville, Maryland

REQUEST FOR PROPOSAL BID NO: DY

Request for Proposals for Case Management System

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

Request for Proposals for Angeltrax Mobile Video Surveillance Systems

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

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

Request for Proposal for: Financial Audit Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Within the context of this policy, the following definitions apply:

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

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

Request for Proposal (RFP) Video Production and Videography Services Response Deadline: September 3, 2018

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

Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole. (520)

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

SA CONNECT: REQUEST FOR PROPOSAL (RFP) SCOPE OF SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL AND ACCOUNTING SERVICES

Request for Qualifications. On-Call Landscape Architectural Services. In the City of Dublin, Alameda County. Responses Due:

RFP FOR PROFESSIONAL SERVICES

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

Londonderry Finance Department

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

Bids received after the appointed date set for receipt will be returned unopened.

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

MONROVIA PUBLIC LIBRARY STRATEGIC PLAN

Request for Proposals RFP VIRTUAL SERVICES

Transcription:

TORRES MARTINEZ DESERT CAHUILLA INDIANS REQUEST FOR PROPOSALS (RFP) NUMBER: RFP 10281 FOR ADOBE EXPERIENCE MANAGER FORMS SOFTWARE REQUESTED BY: TORRES MARTINEZ DESERT CAHUILLA INDIANS TORRES MARTINEZ TRIBAL TANF PROCUREMENT DEPARTMENT P.O. BOX 1160 (mailing address) 66-725 MARTINEZ ROAD (physical address) THERMAL, CA 92274 PROPOSAL DUE DATE AUGUST 30 TH, 2018 AT 12:00 PM RFP 10281 Adobe Experience Manager Forms Software Page 1 of 10

Table of Contents 1. Schedule of Events... 3 1.1. RFP Timeline Table... 3 2. General Information... 3 2.1. Definitions... 3 2.2. Purpose... 4 2.3. Tribal Background... 4 2.4. TANF Program Background... 4 2.5. Administration... 4 2.6. Public Notice and Vendor Invitation... 4 2.7. Last Date for Questions or Requests... 5 2.8. RFP Contact Information... 5 2.9. RFP Amendment... 5 3. Scope of Work... 5 4. Method of Payment... 6 4.1. Purchase Order Issuance... 6 4.2. Invoicing... 6 5. Selected Vendor Requirements... 6 5.1. W-9... 6 6. Bid Format... 6 6.1. Format for Bids... 6 7. Method of Evaluation and Award... 9 7.1. Evaluation Criteria... 9 8. Attachments... 10 RFP 10281 Adobe Experience Manager Forms Software Page 2 of 10

1. Schedule of Events 1.1. RFP Timeline Table Event Date Needs Assessment August 08 th, 2018 RFP Draft August 09 th, 2018 RFP Finalization August 09 th, 2018 RFP Web Posting Date August 09 th, 2018 RFP Email Invitations August 13 th, 2018 Last Date for Question and Requests August 23 rd, 2018 Proposal Due Date August 30 th, 2018 at 12:00 PM Proposal Evaluation Start (Evaluators Only) September 04 th, 2018 Bid Evaluation End September 05 th, 2018 Notice of Award September 06 th, 2018 Contract Finalization To Be Determined 2. General Information 2.1. Definitions 2.1.1. Bidder: An individual, entity, partnership, firm, corporation, or agency submitting a Proposal in response to this RFP. 2.1.2. Vendor: an individual, entity, partnership, firm, corporation, or agency awarded an Agreement for Professional Services, Contract, and/or Purchase Order as a result of responding to this RFP. 2.1.3. RFP: Request for Proposal 2.1.4. PO: Purchase Order Number 2.1.5. PPPG: Procurement Policies and Procedures Guide 2.1.6. TMDCI or Tribe: Torres Martinez Desert Cahuilla Indians, a Domestic Sovereign Entity 2.1.7. TMTTANF: Torres Martinez Tribal Temporary Assistance for Needy Families RFP 10281 Adobe Experience Manager Forms Software Page 3 of 10

2.2. Purpose 2.2.1. The Torres Martinez Desert Cahuilla Indians (TMDCI) is seeking bidders that are authorized to resale Adobe Experience Manager Forms Software. Adobe Experience Manager (AEM) is used at TMDCI to author, manage, and process forms within the organization including purchase/check requests, personnel changes, and leave requests. 2.3. Tribal Background 2.3.1. The Torres Martinez Desert Cahuilla Indian Reservation was established by Executive Order on May 15, 1876. It currently consists of 24,822 acres (in a checkerboard pattern), along California State Highways. 2.4. TANF Program Background 2.4.1. Torres Martinez Tribal TANF Program, established in May of 2001, is a social services provider for Native American Indian families throughout Los Angeles and Riverside County. 2.4.2. The Torres Martinez Desert Cahuilla Indians operates and administers the federal Temporary Assistance to Needy Families Program. Torres Martinez Tribal TANF Program (TMTTANF) provides assistance to Native American families with children. TMTTANF offers a 5 year program with a foundation in educational incentives and work opportunities, supported by temporary financial assistance, leading to self-sufficiency; there is a special focus on traditional values and cultural awareness. We serve the Native community with a determination to support, educate and guide our clients along the path to self-sufficiency. 2.4.3. The TMTTANF Program spans throughout two (2) counties, Riverside and Los Angeles County, and operates out of six (6) different sites located in: Thermal, San Jacinto, Murrieta, Palmdale, Long Beach, and Monterey Park. The TMTTANF is currently staffed by over three-hundred and fifty (350) employees throughout the region / serviced communities. 2.5. Administration 2.5.1. The TANF program is administered by the Torres Martinez Desert Cahuilla Indians with federal funding from Administration of Children and Family (ACF), an agency within the Department of Health and Human Services. 2.5.2. The TANF program is required to comply with federal regulations such as the OMB Circulars, Single Audit Act, Privacy Protection Law and Federal Acquisitions Regulations, and Code of Federal Regulations. 2.5.3. The TANF program also must abide by the operating tribal laws of the Torres Martinez Desert Cahuilla Indians. 2.5.4. Institutional The TANF program operates multiple locations throughout Riverside and Los Angeles County with a staff size of 25 45 employees. The main headquarters is located in Thermal, California on the Torres Martinez Desert Cahuilla Reservation 2.6. Public Notice and Vendor Invitation 2.6.1. Reference (public notice) to this RFP shall be posted on the following: RFP 10281 Adobe Experience Manager Forms Software Page 4 of 10

2.6.1.1. www.torresmartinez.org RFP available at this site 2.6.1.2. www.pe.com 2.7. Last Date for Questions or Requests 2.7.1. The last day to submit a question or request in regards to this RFP is August 27 th, 2018. Any questions or request asked after this date and time will not be addressed. 2.7.2. Bidders are required to submit all questions or requests in writing. 2.7.2.1. Questions shall be responded to within three working days. 2.7.3. Oral responses by the Tribe or its representatives are to be considered tentative. Official Tribal response, in writing, will be supplied to Bidder. 2.7.3.1. All questions and responses will be made public to all bidders. 2.7.3.2. The source of the question (Bidder) will be excluded. 2.8. RFP Contact Information 2.8.1. Restrictions on Communications 2.9. RFP Amendment 2.8.1.1. From the issue date of the RFP until a contractor is selected and the award is announced, Proposers are not allowed to communicate for any reason with any Torres Martinez staff or Tribal member except: 1) through the RFP Administrator named herein or the Procurement Director, 2) at the Pre-Proposal Conference, if applicable, or 3) as provide by existing work agreement(s). The Tribe reserves the right to reject the submittal of any proposal violating this provision. RFP Administrator: Mary Nichols Email: mnichols@tmdci-nsn.gov Telephone: (760) 397-0300 x1175 Fax: (760) 397-0071 Mail: TMTTANF Procurement Department P.O. Box 1160, Thermal, CA 92274 Attn: Mary Nichols RFP # 10281 2.9.1. The Tribe reserves the right to allow for an amendment to the contract. However, this contract may be amended only upon written agreement between TMDCI and the Vendor, however, any amendment of the contract that conflicts with the agreements of the TMTANF Program shall be void ab initio. 3. Scope of Work 3.1.1. Vendors must be an authorized reseller of Adobe Experience Manager Forms Software and shall provide to TMDCI the items mentioned in the table below for a duration of 36 months. RFP 10281 Adobe Experience Manager Forms Software Page 5 of 10

ITEM # Product/Service Description Quantity Duration 38052869JA-63 Adobe Experience Manager Forms 6.3 On Premise Term Per Core 4 36 months 4. Method of Payment 4.1. Purchase Order Issuance 4.2. Invoicing 4.1.1. Upon award of this RFP, Vendor shall be issued a blanket Purchase Order (PO) number for the entire RFP. 4.2.1. Vendor shall invoice TMDCI with 3 annual payments. 4.2.2. Invoices are to be reviewed by the I.T. Director. 4.2.3. Vendor shall be paid within 30 days (Net 30) of Tribe s receipt of invoice. 4.2.4. Remit to Address: 4.2.5. Invoice Format: TMTANF Finance Department PO Box 1069 Thermal, CA 92274 Attn: Accounts Payable (SA # / PO #) 4.2.5.1. Project Name: Adobe Experience Manager Software 4.2.5.2. Purchase Order Number: [To Be Issued Upon Award of RFP # 10281] 4.2.5.3. RFP Number and Contract Number Must Be on Invoices 5. Selected Vendor Requirements 5.1. W-9 5.1.1. W-9 Form may be down loaded and printed from the IRS web site: www.irs.gov or may be picked up at the TMDCI Procurement Office. 6. Bid Format 6.1. Format for Bids 6.1.1. Methods of Delivery 6.1.1.1. By Mail or Hand Delivery Five copies of the Proposal may be mailed or hand delivered to the Procurement Department: US Mail: Mary Nichols, Contracts Coordinator TMDCI - Procurement Department RFP 10281 Adobe Experience Manager Forms Software Page 6 of 10

P.O. Box 1160 Thermal, CA 92274 RE: RFP 10281 Adobe Experience Manager Forms Software Express Mail / Mary Nichols, Contracts Coordinator Hand Delivery: TMDCI - Procurement Department 66725 Martinez Rd. Thermal, CA 92274 RE: RFP 10281 Adobe Experience Manager Forms Software Any submission received after the due date and time will not be accepted. 6.1.2. Bid Sheet Requirement 6.1.2.1. Bid Sheet All bids regardless how their delivery method, must be submitted with a Bid Sheet (cover page) listing the following information below. 6.1.2.1.1. Vendor Information: 6.1.2.1.1.1. Vendor Name 6.1.2.1.1.2. Billing Address 6.1.2.1.1.3. Contact Person 6.1.2.1.1.4. Contact Phone 6.1.2.1.2. RFP Number: RFP 10281 6.1.2.1.3. RFP Title: Adobe Experience Manager Software 6.1.2.2. Sample Envelope: Company Name and Address [Recipient Name] (see section 2.8) Torres Martinez Desert Cahuilla Indians P.O. Box 1160, Thermal, CA 92274 Attention: RFP#: 123456 PFR Name: Sample RFP Envelope RFP Due: 3:00 PM, Tuesday, 01/01/2018 RFP 10281 Adobe Experience Manager Forms Software Page 7 of 10

Example of Bid Sheet (2 Space from top of sheet) Dealership Name: ABC Equipment Dealership Address: P.O. Box 1234, Thermal, CA 92274 Contact Person: John Smith Contact Title: Sales Manager Contact Phone: (800) 123-4567 ext. 8910 Contact Email: JSmith@abcequipment.com RFP Number: RFP 10281 RFP Title: Adobe Experience Manager Software Bid Total: $$$$$ <Signe Here> <Name and Title> Date RFP 10281 Adobe Experience Manager Forms Software Page 8 of 10

6.1.2.3. Bid Sheet cannot be printed on letterhead, plain paper only. 6.1.2.4. Text should be in Times Roman or Arial, at 12 points. 7. Method of Evaluation and Award 7.1. Evaluation Criteria 7.1.1. Evaluation Team An evaluation team shall be composed of representatives from the IT Department, Finance Department, and the Procurement Department. The evaluation team shall be charge to review the proposals and select a vendor for this RFP. The evaluation team may require Applicant to make an on-site presentation or expound on details. 7.1.2. Award 7.1.2.1. Conditional Ward An award will be made on a competitive basis base on a 200 point distribution system. 7.1.2.1.1. The 200 Point Award System for this RFP: Grading Criteria Points Point Value Cost / Price 130 65% Authorized Reseller 60 30% Indian Preference 10 5% TOTAL 200 100% 7.1.3. Indian Preference and Employment Training 7.1.3.1. This RFP is open to all qualified Applicants 7.1.3.2. Attachment A refers to Indian Preference that Applicant is a Tribal organization or an Indian-owned Economic Enterprise with not less than fifty-one percent (51%) Native American ownership. 7.1.4. Tribal Employment Rights Ordinance (TERO) 7.1.4.1. This RFP is not subject to TERO Fee or Requirements. 7.1.5. Discussions and Best and Final Offer 7.1.5.1. Acceptance of Proposal TMTTTANF may, at its sole discretion, either accept an Applicant s initial proposal by award of an Agreement for Professional Services or a Contract or enter into discussion with any Applicant(s) whose proposals are deemed to be reasonable and capable of being considered for award. After discussions are concluded, an Applicant may be allowed to submit a Best and Final Offer for consideration. 7.1.5.1.1. If a bid is received from at least one qualified and registered Indian-owned organization or Indian-owned economic enterprise, in which the Native American ownership s at least fifty-one percent (51%), and it is within five percent (5%) of the bid of the lowest qualified bidder, the Contract will be awarded to the qualified registered Indian-owned organization or the qualified registered Indian-owned economic enterprise. The Agreement or Contract will be awarded to the best-qualified bidder whose proposal does not exceed the RFP 10281 Adobe Experience Manager Forms Software Page 9 of 10

7.1.6. Negotiations 8. Attachments amount of funds estimated by TMTT to be available for the project. TMTT reserves the right to reject any and all bids. The decision of TMTT shall be final and not subject to appeal. 7.1.6.1. Disclaimer Provisions not addressed by this RFP will be negotiated with the Vendor once an award has been made. 8.1.1. Remarks on Attachments The attachments are hereby made a part of this RFP: 8.1.1.1. Attachment A - Native American Enterprises Qualification Statement 8.1.1.1.1. Required if vendor is claiming Indian Preference. RFP 10281 Adobe Experience Manager Forms Software Page 10 of 10