SlideShare una empresa de Scribd logo
1 de 23
Descargar para leer sin conexión
REQUEST FOR PROPOSALS
INFORMATION TECHNOLOGY SERVICES

        RFP NO. 7101-01107

  OFFICE OF INSPECTOR GENERAL
      CITY OF NEW ORLEANS
TABLE OF CONTENTS


1. Administrative Information .................................................................................... 1

2. Proposal Information .............................................................................................. 2

3. Evaluation and Selection......................................................................................... 6

4. Attachment I: Scope of Services ............................................................................. 8

5. Attachment II: Task Order Evaluation Form ......................................................... 11

6. Attachment III: Certification Statement ............................................................... 12

7. Attachment IV: Sample Contract Provisions......................................................... 13

8. Attachment V: Fee Proposal ................................................................................. 19

9. Attachment VI: Certification ................................................................................. 20

10. Form A. List of Representative Clients .................................................................. 21




                                                             ii
1.       ADMINISTRATIVE INFORMATION

    1.1    Proposer Inquiries
    Written questions regarding RFP requirements or Scope of Services must be submitted to the
    OIG Chief Procurement Officer as listed below.

                              Gregory C. Fahrenholt
                              Office of Inspector General/City of New Orleans
                              525 St. Charles Avenue
                              New Orleans, LA 70130
                              gfahrenholt@nolaoig.org
                              504-681-3230 fax

    The OIG will consider written inquiries and requests for clarification of the content of this RFP
    received from potential proposers. Verbal inquiries are not permitted. Written inquiries must
    by received by the date specified in the Schedule of Events. The OIG reserves the right to
    modify the RFP should a change be identified that is in the best interest of the OIG.

    Official responses to all questions submitted by potential proposers will be posted by April 25,
    2011, at http://www.nolaoig.org/main/inside.php?page=public_records.

    Only Gregory C. Fahrenholt has the authority to respond to proposer’s questions.
    Communication with any other person is prohibited and not binding.

    1.2      Schedule of Events

    Event                                                                Date
    Advertise RFP and mail public announcements                          April 18, 2011
    Deadline for receipt of written inquiries                            April 25, 2011
    Issue responses to written inquiries                                 April 27, 2011
    Deadline for receipt of proposals                                    May 11, 2011
    Announce award of contractor selection                               On or before May 20, 2011

    NOTE: The OIG reserves the right to change this schedule of RFP events as it deems necessary.




Office of Inspector General                                                                RFP – IT Services
RFP No. 7101-01107                                                                             Page 1 of 21
2.       PROPOSAL INFORMATION

    The OIG seeks proposals from information technology consultants interested in providing
    computer network administration and other technical services. For complete Scope of Services,
    please refer to Attachment I.

    2.1    Minimum Qualifications of Proposer
    Key Personnel (listed on Attachment V) must possess certifications and/or experience in areas
    of Windows development, database, operating systems, server, or network configuration and
    administration. Unqualified personnel and sub-consultants are prohibited. Qualifications
    include, but are not limited to:

             •   Microsoft Certified (MCTS, MCITP, MCSA, MCDBA, or MCSE) or equivalent (i.e. Cisco,
                 Oracle, etc.)
             •   Ability to diagnose and troubleshoot almost any computer problem
             •   Ability to upgrade, install and configure client machines, network firewalls, network
                 servers, operating systems and applications (including third-party)
             •   Network (and switch) design, configuration and troubleshooting
             •   Expert in Windows 7 and Vista administration, configuration and troubleshooting
             •   Project completion documentation preparation (local passwords, configurations,
                 etc.)
             •   Proficiency with the OIG’s applications/programs, operating systems, and equipment
                 described below
             •   General user and technical support (including NTFS organization, SSL/UCC
                 certificates, firewall support)

    2.2    Proposal Requirements
    Proposals should include the following information, presented in a clear, comprehensive, and
    concise manner to illustrate the consultant’s capabilities:
        1. The business name, address, and telephone number.
        2. A cover letter which details proposer’s professional management, background, and
           years of experience in providing services for clients with highly sensitive data.
        3. A list of all insurance carried by the company, including but not limited to, professional
           liability, comprehensive general liability, workers’ compensation, etc.
        4. The location of the office from which the assigned personnel will be working.
        5. Completed “Fee Proposal/Key Personnel,” Attachment V, with resumes of all personnel
           attached.
        6. Completed “Certification,” Attachment VI. Must be notarized.
        7. Completed Form A, “List of Representative Clients” (for reference purposes); clients
           with similar services provided.



Office of Inspector General                                                                 RFP – IT Services
RFP No. 7101-01107                                                                              Page 2 of 21
2.3    RFP Addenda
    OIG reserves the right to change the schedule of events or revise any part of the RFP by issuing
    an addendum to the RFP at any time. It is the responsibility of the proposer to check the
    website for addenda to the RFP, if any. Addenda, if any, will be posted no later than April 22,
    2011, at 4:00 p.m. at http://www.nolaoig.org/main/inside.php?page=public_records.

    2.4     Waiver of Administrative Informalities
    The OIG reserves the right, at its sole discretion, to waive administrative informalities contained
    in any proposal.

    2.5     Proposal Rejection/RFP Cancellation
    Issuance of this RFP in no way constitutes a commitment by the OIG to award a contract. The
    OIG reserves the right to accept or reject, in whole or part, all proposals submitted and/or
    cancel this announcement if it is determined to be in the OIG’s best interest.

    2.6    Withdrawal of Proposal
    A proposer may withdraw a proposal that has been submitted at any time up to the date and
    time the proposal is due. To accomplish this, a written request signed by the authorized
    representative of the proposer must be received by the OIG Chief Procurement Officer.

    2.7     Cost of Preparing Proposals
    The OIG shall not be liable for any costs incurred by proposers prior to issuance of or entering
    into a contract. Costs associated with developing the proposal, preparing for oral presentations,
    and any other expenses incurred by the Proposer in responding to this RFP are entirely the
    responsibility of the Proposer and shall not be reimbursed in any manner by the OIG.

    2.8     Public Records Law
    All information submitted in response to this RFP will be considered a public record and subject
    to disclosure pursuant to the Louisiana Public Records Law, La. R.S. 44:1 et seq.

    2.9    Errors and Omissions in Proposal
    The OIG will not be liable for any errors in proposals. The OIG reserves the right to make
    corrections or amendments due to errors identified in proposals by the OIG or the Proposer.
    The OIG, at its option, has the right to request clarification or additional information from the
    proposers, including amendments to proposals to correct minor errors.

    2.10 Contract Award and Execution
    The OIG reserves the right to enter into a contract without further discussion of the proposal
    submitted based on the initial offers received.

    The RFP and proposal of the selected Proposer shall become part of any contract initiated by
    the OIG.

Office of Inspector General                                                                  RFP – IT Services
RFP No. 7101-01107                                                                               Page 3 of 21
The selected Proposer shall be expected to enter into a contract that includes the terms in the
    sample contract included in Attachment IV. In no event shall a Proposer submit its own
    standard contract terms and conditions as a response to this RFP. The Proposer should submit
    with its proposal any exceptions or exact contract deviations that its firm wishes to negotiate.
    Negotiations may begin with the announcement of the selected Proposer.

    If the contract negotiation period exceeds ten (10) days or if the selected Proposer fails to sign
    the final contract within ten (10) business days of delivery, the OIG may elect to cancel the
    award and award the contract to the next highest ranked Proposer.

    2.11 Code of Ethics
    Proposers are responsible for determining that there will be no conflict or violation of the Ethics
    Code if their company is awarded the contract. The Louisiana Board of Ethics is the only entity
    which can officially rule on ethics issues.

    2.12 Proposal Submission
    Consultants who are interested in providing services requested under this RFP must submit a
    proposal containing the information specified in this section. The proposal must be received in
    hard copy (printed) version by the City of New Orleans Chief Procurement Officer on or before
    2:00 p.m. Central Time on the date specified in the Schedule of Events. FAX or e-mail
    submissions are not acceptable. Proposers mailing their proposals should allow sufficient mail
    delivery time to ensure receipt of their proposal by the time specified. The proposal package
    must be delivered at the proposer's expense to:

                               Chief Procurement Officer
                               City of New Orleans
                               1300 Perdido St. Ste. 4W07
                               New Orleans, LA 70112

    It is solely the responsibility of each Proposer to ensure that the proposal is delivered at the
    specified place and prior to the deadline for submission. Proposals received after the deadline
    will not be considered.

    Proposer should submit three (3) hard copies and one (1) digitally signed copy 1 of the proposal
    to the Chief Procurement Officer at the address specified above. At least one (1) copy of the
    proposal should contain original signatures of those company officials or agents duly authorized
    to sign proposals or contracts on behalf of the organization. A certified copy of a board
    resolution granting such authority should be submitted if proposer is a corporation; in the case
    of a limited liability company, a certificate establishing the authority of the person to act on
    behalf of the company must be submitted. The copy of the proposal with original signatures will
    be retained for incorporation in any contract resulting from this RFP.

    1
      Digital copy should be in Microsoft Word format or PDF file on a disc or flash drive.
Office of Inspector General                                                                   RFP – IT Services
RFP No. 7101-01107                                                                                Page 4 of 21
All proposals must be submitted in a sealed envelope, marked OIG Information Technology
    Services.




Office of Inspector General                                                       RFP – IT Services
RFP No. 7101-01107                                                                    Page 5 of 21
3.       EVALUATION AND SELECTION

    3.1      Evaluation Team

    The evaluation of proposals will be accomplished by an evaluation team, designated by the OIG,
    which will determine the proposal most advantageous to the OIG, taking into consideration the
    evaluation factors set forth in the RFP as well as price.

    3.2      Administrative and Mandatory Screening

    All proposals will be reviewed to determine compliance with administrative and mandatory
    requirements as specified in the RFP. Proposals that are not in compliance will be rejected from
    further consideration.

    3.3      Evaluation and Review

    Proposals that pass the preliminary screening and mandatory requirements review will be
    evaluated based on information provided in the proposal. The OIG Chief Procurement Officer
    will open the proposals in the presence of at least one witness. At the opening of proposals, the
    OIG Chief Procurement Officer will prepare a register of proposals, including the name of each
    offeror and the number of modifications, if any, received.

    The OIG selection committee shall then convene an open meeting, consistent with the
    requirements of La. R.S.42:4:1 et seq., to evaluate proposals and determine the most
    advantageous proposal.

    The selection committee shall first evaluate the proposals solely on the basis of the following
    criteria:

          1. Proposer’s professional management, background, and years of experience in providing
             services for clients with highly sensitive data, as determined by information provided in
             the cover letter and the proposal as a whole.
          2. Proposer’s level of knowledge of operating systems, equipment, server networks,
             configuration, troubleshooting, data backup, updates, installations, and security for
             systems listed as well as other hardware and software not listed, based on the resumes
             and experience of key personnel provided by proposer as part of the response to this
             RFP.
          3. Responsiveness and qualifications, as determined by references of previous clients
             provided by each proposer.
          4. LDBE (Local Disadvantaged Business Enterprise) Preference. A proposal from a business
             that maintains an office in Orleans Parish, St. Bernard Parish, Plaquemines Parish, or



Office of Inspector General                                                                 RFP – IT Services
RFP No. 7101-01107                                                                              Page 6 of 21
Jefferson Parish, with one or more employees regularly based therein 2, that qualifies as
            a DBE under City of New Orleans Executive Order MJL-10-02, will be rated “highly
            advantageous” with respect to the criterion for LDBE Preference. A proposal from a
            business that does not qualify as an LDBE under this definition will be rated “not
            advantageous” on this criterion.

    The evaluations shall specify in writing:

            (1) for each of the four evaluation criterion listed above, a rating of highly
            advantageous, advantageous, not advantageous, or unacceptable, and the reasons
            for the rating;

            (2) for each proposal, a composite rating of highly advantageous, advantageous, not
            advantageous, or unacceptable. The committee will use its discretion to determine
            the weight ascribed to each criterion in determining the composite rating for each
            proposal and will explain with specificity the reasons for the rating. After each
            proposal has been assigned a composite rating based on the four non-price criteria,
            the selection committee shall consider the price of each proposal. The selection
            committee shall determine the most advantageous proposal from a responsible and
            responsive offeror taking into consideration price and the evaluation criteria.

    If the proposal with the highest rating on the four non-price criteria does not contain the lowest
    price, the selection committee may attempt to negotiate a mutually agreeable price with the
    proposer. If the parties cannot reach an agreement on price, the committee may select another
    proposal as the most advantageous based on price and evaluation criteria, or may attempt to
    negotiate price with the second highest rated proposer.

    If the selection committee selects the offeror who did not submit the lowest price, the
    committee shall explain the reasons in writing, specifying in reasonable detail the basis for
    determining that the price is justified by the quality of the proposal.

    3.4     Announcement of Contractor

    The OIG will notify the successful Proposer and proceed to negotiate terms for final contract.
    Unsuccessful proposers will be notified in writing accordingly.




    2
       A business location used solely as a post office box, mail center, and/or telephone message center, with no
     substantial work function, will not be deemed a “business office” for purposes of this criterion.
Office of Inspector General                                                                             RFP – IT Services
RFP No. 7101-01107                                                                                          Page 7 of 21
ATTACHMENT I:             SCOPE OF SERVICES

        The scope of services to be provided by the consultant includes, but is not necessarily
        limited to, the following:

        •    Provide general IT services support such as system maintenance, hardware and software
             installation and configuration, system upgrades, and updates;
        •    Support and maintain data backup and recovery;
        •    Provide other network assistance as needed;
        •    Identify potential risks to the network, operating systems and communicate these to the
             OIG; and
        •    Respond to emergent needs as determined by the network, operating systems, and
             information obtained from OIG staff.

     Support Services Requested

             A. GENERAL IT SUPPORT: The consultant will provide software consulting,
                configuration, administration, installation and support of current and future
                applications and operating systems on all client machines and network devices. The
                consultant will also provide “General IT Support”.

             “General IT Support” is defined as the ability to:
                • Provide proactive system maintenance for all network devices (i.e. warranty,
                   network and asset status), including quarterly and monthly reviews and routine
                   maintenance and security management
                • Update, upgrade, install, configure and troubleshoot any and all software and
                   hardware
                • Set up and install new machines (i.e. desktops, printers, scanners), if necessary
                • Provide structured system protection and maintenance (i.e. Symantec Backup
                   Exec, UPS, and Antivirus Software)
                • Assist OIG IT staff with application, OS, hardware and software troubleshooting
                • Support and maintain data backup and recovery
                • Communicate effectively and efficiently with OIG staff

             Current Applications/Programs and Operating Systems Include:
                • Microsoft Exchange 2007
                • Symantec Backup Exec
                • Microsoft Forefront Client Security
                • System Log Management and Incident Reporting
                        System iNtrusion Analysis & Reporting Environment (SNARE)
                • SQL Server 2005, 2008, and 2008R2
                • Active Directory

Office of Inspector General                                                                RFP – IT Services
RFP No. 7101-01107                                                                             Page 8 of 21
•    Windows 7 and Vista
                 •    Windows Server 2003 and 2008
                 •    Endpoint Encryption (PGP), laptops only
                 •    Email Journaling Tool (Live Office)

             Current Equipment:
                • Star Topology network of 8 servers and 2 switches (including file and mail server)
                • No wireless access points (except VPN)
                • Two network printers
                • Under 100 desktops and laptops (Dell Optiplex 755, T3400, Latitude D630)
                • One 8-port hub
                • Two kiosk machines (public use)
                • One LAN router
                • Web and Spam Filter (Barracuda)
                • One separate network (WAN)
                • CAT-5 cabling

             B. TASK ORDERS: All projects will be completed by task order and billed under the task
                order number (see sample, Attachment II). All projects will be requested in writing
                by OIG IT staff. Consultant will provide written documentation at the conclusion of
                every project, which will include (where applicable) explanatory diagrams,
                administrative and local authentication credentials and access points, instructions
                on software installed and any other relevant information. The project is not
                considered complete until proper documentation is provided and will be reflected
                on task order evaluation form as such. When working within the office, the
                consultant will keep working area well maintained and will leave all equipment in
                the same manner.

                 Regularly scheduled tasks will include:
                    • Monthly site visits for network maintenance (i.e. defrag, event log review,
                        hard drive capacity and tape cleaning);
                    • Support for emergent hardware failures;
                    • Preventative measures (Antivirus);
                    • Proactive maintenance;
                    • Network performance measurements; and
                    • Backup operation inspection.

             C. ESCALATION PROCEDURES & REMOTE ATTEMPTS: In the event a problem arises, the
                consultant will first try to resolve the issue by email or telephone – assisting OIG IT
                staff. If the problem persists after thirty (30) minutes, and may be completed
                remotely, only two (2) attempts and a total of three (3) hours are allowed until
                Contractor personnel must be on-site to resolve the problem. If the request is an
                emergency (i.e., servers are down or there is no email access) only one remote
Office of Inspector General                                                                  RFP – IT Services
RFP No. 7101-01107                                                                               Page 9 of 21
attempt is allowed. Remote access credentials will be approved and created by OIG
                 IT staff, when needed. A detailed description of the acceptable billing practices can
                 be found in Attachment V: “Fee Proposals.”

                 The process for responding to support requests:
                    1. Receive written request from OIG IT staff;
                    2. Attempt to resolve the issue via email;
                    3. Attempt to resolve the issue over the phone, if applicable;
                    4. Attempt to resolve the issue remotely, if applicable;
                    5. Site visit

             D. CONTRACT MONITORING / PERFORMANCE MEASURES: The contract will be
                monitored through performance measures. The performance measures for this
                agreement shall include the successful performance and completion of the
                consultant’s obligations in each individual task order. Following the completion of a
                task (or project), the OIG will evaluate the task by completing a task order evaluation
                form, which will rate the success of the work and the overall performance of the
                consultant. A sample task order evaluation form can be found in Attachment II.

             E. DELIVERABLES: Completion of each task order and task order evaluation form will
                constitute a separate deliverable. The deliverables shall include the consultant
                providing proper documentation upon completion of the task.

             F. SYSTEM CHANGES: Consultant must not make any changes to the system without
                prior consent of OIG IT staff.




Office of Inspector General                                                                  RFP – IT Services
RFP No. 7101-01107                                                                             Page 10 of 21
ATTACHMENT II: TASK ORDER EVALUATION FORM


    Task Order #: _________________

    Project Name: ______________________

    Task:
    ______________________________________________________________________________
    ______________________________________________________________________________
    ______________________________________________________________________________
    ______________________________________________________________________________
    ______________________________________________________________________________

    Overall Communicatory Responsiveness:
    1      2    3      4      5


    Overall Technical Proficiency of Consultant:
    1      2      3        4      5


    Is task complete?       Y     N
             If not, why? _________________________________________

    Is job complete?       Y     N
            If not, why? _________________________________________

    Was proper documentation provided?     Y     N
          If not, why? _________________________________________

    Hours used to complete job: ____

    Response Time: ____

    OIG Evaluator:

    Signature   ________________________
    Print ________________________




Office of Inspector General                                               RFP – IT Services
RFP No. 7101-01107                                                          Page 11 of 21
ATTACHMENT III:                   CERTIFICATION STATEMENT
    The undersigned hereby acknowledges she/he has read and understands all requirements and specifications of the
    Request for Proposals (RFP), including attachments.



    OFFICIAL CONTACT. The OIG requests that the Proposer designate one person to receive all
    documents and the method in which the documents are best delivered. Identify the Contact
    name and fill in the information below: (Print Clearly)

    Date                            Official Contact Name:
    A.     E-mail Address:
    B.     Facsimile Number with area code:         ( )
    C.     US Mail Address:


    Proposer certifies that the above information is true and grants permission to the OIG to
    contact the above named person or otherwise verify the information provided.

    By its submission of this proposal and authorized signature below, Proposer certifies that:

    1. The information contained in its response to this RFP is accurate;
    2. Proposer's quote is valid for at least 120 days from the date of proposal's signature below;
    3. Proposer understands that if selected as the successful Proposer, he/she will have ten (10)
       business days from the date of delivery of final contract in which to complete contract
       negotiations, if any, and execute the final contract document. Date of execution can be
       extended by mutual agreement of contractor and OIG.

    Authorized Signature:
    Typed or Printed Name:
    Title:
    Company Name:
    Address:
    City:                                                   OIG:                            Zip:



                 SIGNATURE of Proposer's Authorized Representative                                    DATE




Office of Inspector General                                                                             RFP – IT Services
RFP No. 7101-01107                                                                                        Page 12 of 21
ATTACHMENT IV:                         SAMPLE CONTRACT

                              PROFESSIONAL SERVICES CONTRACT BETWEEN
                                      THE CITY OF NEW ORLEANS
                                                AND
                                           [CONTRACTOR]

    This agreement (“Agreement”) is entered into on ____________________ by and between the
    City of New Orleans (“City”) and [Contractor] (“______” or “Contractor”).

    CONTRACTOR’S SCOPE OF SERVICES
    See Scope of Services, Attachment I.

    DURATION
    This Agreement shall begin on ___________, and shall terminate on ___________ [three years
    from start date]. The effective date of this Contract may be extended only if an amendment to
    that effect is duly executed by the contracting parties and approved by the necessary
    authorities prior to said termination date.

    POINTS OF CONTACT
    The OIG designates Alaina Stewart as its primary point of contact for all dealings with
    Contractor related to carrying out this Agreement. All Contractor communications should be
    directed to Alaina Stewart. In the event that Ms. Stewart is unavailable, Contractor
    communications may be directed to the secondary point of contact, Carla Gendusa.

    Contractor will only respond to requests for service or support made by the primary or
    secondary points of contact identified in the preceding paragraph. Contractor will not respond
    to requests for service or support made by any other persons purporting to act on behalf of the
    OIG.

    KEY PERSONNEL
    All Contractor personnel who will perform work pursuant to this Agreement must be listed on
    Form C, and Contractor must include a current resume with this Agreement. The Contractor's
    personnel assigned to this Contract may not be replaced without the written consent of the
    OIG. Such consent shall not be unreasonably withheld or delayed provided an equally qualified
    replacement is offered. Contractor must provide a resume demonstrating adequate
    qualifications, prior to work commencement, of any personnel substitutions.

    TAXES
    Contractor is responsible for payment of all applicable taxes from the funds to be received
    under this contract. Contractor's federal tax identification number is _________________.



Office of Inspector General                                                              RFP – IT Services
RFP No. 7101-01107                                                                         Page 13 of 21
PAYMENT TERMS
    In consideration for the services required in this Agreement, the City will pay Contractor a
    maximum compensation not exceeding $75,000 for the duration of the entire contract.
    Payments will be made to the Contractor after written acceptance by the OIG of the payment
    task and approval of an invoice. The OIG will make every reasonable effort to make payments
    within 30 days of the approval of invoice and under a valid contract. Payment will be made only
    on approval of Alaina Stewart.

    During the execution of tasks contained in the Scope of Services, the Contractor must submit
    invoices at least monthly or more frequently when the total amount of an invoice exceeds
    $1,000.

    Payment terms are as contained in the Fee Proposal, Attachment V, attached hereto and made
    a part of this contract.


    ASSIGNMENT
    No contractor shall assign any interest in this Agreement by assignment, transfer, or novation,
    without prior written consent of the OIG. This provision shall not be construed to prohibit the
    contractor from assigning to a bank, trust company, or other financial institution any money
    due or to become due from approved contracts without such prior written consent. Notice of
    any such assignment or transfer shall be furnished promptly to the OIG.

    EQUAL EMPLOYMENT OPPORTUNITY
    In all hiring or employment made possible by, or resulting from this Agreement, there (1) will
    not be any discrimination against any employee or applicant for employment because of race,
    color, religion, gender, age, physical or mental disability, national origin, sexual orientation,
    creed, culture, or ancestry, and (2) where applicable, affirmative action will be taken to ensure
    that the Contractors employees are treated during employment without regard to their race,
    color, religion, gender, age, physical or mental disability, national origin, sexual orientation,
    creed, culture, or ancestry. This requirement shall apply to, but not be limited to the following:
    employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or
    termination, rates of pay or other forms of compensation and selection for training, including
    apprenticeship. All solicitations or advertisements for employees shall state that all qualified
    applicants will receive consideration for employment without regard to race, color, religion,
    gender, age, physical or mental disability, national origin, sexual orientation, creed, culture, or
    ancestry.

    CONFLICT OF INTEREST
    In the interest of ensuring that efforts of the Contractor do not conflict with the interests of the
    City, and in recognition of the Contractor’s responsibility to the City, the Contractor agrees to
    decline any offer of employment if its independent work on behalf of the City is likely to be
    adversely affected by the acceptance of such employment. The initial determination of such a
    possibility rests with the Contractor. It is incumbent upon the Contractor to notify the City,
Office of Inspector General                                                                   RFP – IT Services
RFP No. 7101-01107                                                                              Page 14 of 21
through its Office of Inspector General, and provide full disclosure of the possible effects of
    such employment on the Contractor's independent work in behalf of the City. Final decision on
    any disputed offers of other employment for the Contractor shall rest with the City through its
    Office of Inspector General.

    ACKNOWLEDGMENT OF EXCLUSION OF WORKER’S COMPENSATION COVERAGE
    Contractor herein expressly agrees and acknowledges that it is an independent contractor as
    defined in R.S. 23:1021 (6) and as such, it is expressly agreed and understood between the
    parties hereto, in entering into this services agreement, that the City of New Orleans shall not
    be liable to the Contractor for any benefits or coverage as provided by the Workmen's
    Compensation Law of the State of Louisiana, and further, under the provisions of R.S. 23:1034
    anyone employed by the Contractor shall not be considered an employee of the City for the
    purpose of Worker’s Compensation coverage.

    ACKNOWLEDGMENT OF EXCLUSION OF UNEMPLOYMENT COMPENSATION COVERAGE:
    Contractor herein expressly declares and acknowledges that it is an independent contractor,
    and as such is being hired by the City under this Agreement for hire as noted and defined in R.S.
    23:1472 (E), and therefore, it is expressly declared and understood between the parties hereto,
    in entering into this services Agreement, or agreement for hire, and in connection with
    unemployment compensation only, that:

    Contractor has been and will be free from any control or direction by the City over the
    performance of the services covered by this Agreement; and

    Services to be performed by Contractor are outside the normal course and scope of the City’s
    usual business; and

    Contractor has been independently engaged in performing the services listed herein prior to
    the date of this agreement.

    Consequently, neither Contractor nor anyone employed by Contractor shall be considered an
    employee of the City for the purpose of unemployment compensation coverage, the same
    being hereby expressly waived and excluded by the parties hereto.

    WAIVER OF SICK AND ANNUAL LEAVE BENEFITS
    It is expressly agreed and understood between the parties entering into this services agreement
    that the Contractor, acting as an independent agent, shall not receive any sick and annual leave
    benefits from the City of New Orleans.

    JURISDICTION
    The Contractor hereby consents and yields to the jurisdiction of the State Civil Courts of the
    Parish of Orleans, and does hereby formally waive any pleas of jurisdiction on account of the
    residence elsewhere of the Contractor.

Office of Inspector General                                                                RFP – IT Services
RFP No. 7101-01107                                                                           Page 15 of 21
CANCELLATION
    Either party to this Agreement may terminate the agreement at any time during the term of the
    agreement by giving the other party written notice of said intention to terminate at least (30)
    days before the date of termination.

    AUDIT AND OTHER OVERSIGHT
    The Contractor understands and will abide by all provisions of the Code of the City of New
    Orleans, Chapter 2, Art. XIII, Sect. 2-1120, as adopted by City Ordinance No. 22,888 M.C.S.,
    (relative to the operations and authority of the City Inspector General), incorporated herein by
    reference.

    CONTRACT MODIFICATION
    No amendment or variation of the terms of this Agreement shall be valid unless made in
    writing, signed by the parties and approved as required by law. No oral understanding or
    agreement not incorporated in the Agreement is binding on any of the parties.

    SUBCONTRACTORS
    The Contractor may not subcontract any part of this Agreement.

    WARRANTIES
    Contractor warrants that all services called for in this Agreement will be performed in a
    workmanlike manner, and according to the description (including completion criteria)
    contained in the Scope of Services.

    Contractor warrants that it will make all commercially reasonable efforts not to include any
    Unauthorized Code in the installation of any software provided under this Agreement.
    “Unauthorized Code” means any virus, Trojan horse, worm or other software routine or
    component designed to permit unauthorized access to disable, erase, or otherwise harm
    software, equipment, or data, or to perform any other such actions. Excluded from this
    prohibition are identified and City-authorized features designed for purposes of maintenance or
    technical support.

    OWNERSHIP OF WORK PRODUCT
    All work and rights to work produced, developed or acquired by Contractor under this
    Agreement, including ownership of any copyrights to work produced under this Agreement,
    shall be transferred to and become the exclusive property of the City, and all materials
    developed or acquired under the Agreement shall be delivered to the City no later than the
    termination date for the Agreement. Contractor acknowledges that the compensation paid
    under this Agreement is due consideration for transfer of ownership of any copyrights for work
    produced under the Agreement.

    CONFIDENTIALITY
    All material, records, data, and information compiled by the OIG or IPM relating to a pending
    investigation, examination, audit, inspection, or performance review which may become
Office of Inspector General                                                               RFP – IT Services
RFP No. 7101-01107                                                                          Page 16 of 21
available to Contractor in carrying out this Agreement are confidential and must be protected
    from disclosure. Contractor acknowledges a duty to protect all such material, records, data, and
    information and understands that unauthorized disclosure of confidential records or
    information may constitute a misdemeanor punishable, pursuant to La. R.S. 33:9614, by a fine
    of not more than two thousand dollars or imprisonment for not more than one year, or both. In
    addition, all proprietary information relating to the OIG or IPM computer networks, including
    but not limited to security access codes and security features, are confidential and Contractor
    must protect such information from disclosure to third parties.

    INDEMNIFICATION
    The Contractor shall indemnify, defend and save the City harmless against any and all claims,
    demands, suits, judgments of sums of money to any party accruing against the City for loss of
    life or injury or damage to persons or property growing out of, resulting from, or by reason of
    any act or omission or the operation of the Contractor, its agents, servants or employees while
    engaged in or about or in connection with the discharge or performance of the services to be
    done or performed by the Contractor hereunder and shall also hold the City harmless from any
    and all claims and/or liens for labor, services, or materials furnished to the Contractor in
    connection with the performance of its obligation under this Agreement.

    SOLICITATION
    Contractor has not employed or retained any company or person, other than a bona fide
    employee working solely for Contractor, to solicit or secure the subject contract. Contractor has
    not paid or agreed to pay any person other than a bona fide employee of Contractor any fee,
    commission, percentage, gift, or any other consideration contingent upon or resulting from this
    Agreement.

    CODE OF ETHICS
    The contractor acknowledges that Chapter 15 of Title 42 of the Louisiana Revised Statutes (R.S.
    42:1101 et seq., Code of Governmental Ethics) applies to the Contracting Party in the
    performance of services called for in this Agreement. The contractor agrees to immediately
    notify the OIG if potential violations of the Code of Governmental Ethics arise at any time
    during the term of this Agreement.

    SEVERABILITY
    If any term or condition of this Agreement or the application thereof is held invalid, such
    invalidity shall not affect other terms, conditions, or applications which can be given effect
    without the invalid term, condition, or application; to this end the terms and conditions of this
    Agreement are declared severable.

    COMPLETE CONTRACT
    This is the complete Agreement between the parties with respect to the subject matter and all
    prior discussions and negotiations are merged into this Agreement. This Agreement is entered
    into with neither party relying on any statement or representation made by the other party not

Office of Inspector General                                                                RFP – IT Services
RFP No. 7101-01107                                                                           Page 17 of 21
embodied in this Agreement and there are no other agreements or understanding changing or
    modifying the terms.

    ENTIRE AGREEMENT & ORDER OF PRECEDENCE
    This Agreement, together with the RFP and contractor’s proposal which are incorporated
    herein, shall, to the extent possible, be construed to give effect to all of its provisions; however,
    where provisions are in conflict, first priority shall be given to the provisions of the Agreement,
    excluding the Request for Proposals, its amendments and the Proposal; second priority shall be
    given to the provisions of the Request for Proposals and its amendments; and third priority
    shall be given to the provisions of the Contractor’s Proposal.

    THUS DONE AND SIGNED on the date(s) noted below:



                                                          By: MITCHELL J. LANDRIEU, MAYOR



                                                          By: N. JOLIVETTE BROWN, CITY ATTORNEY


                                                          CONTRACTOR



                                                          By: _________________




Office of Inspector General                                                                    RFP – IT Services
RFP No. 7101-01107                                                                               Page 18 of 21
ATTACHMENT V:                  FEE PROPOSAL/KEY PERSONNEL

        •    The hourly fees in this proposal include all company overhead, profit, and costs.
        •    Expenses are not allowable under this contract and may not be billed to the OIG.
        •    Travel time to/from on-site visits or any other travel required by the contract shall not
             be billed to the OIG.
        •    All consultant time will be billed in increments of 1/10 hour.
        •    Electronic communications will not be billed unless the content of the consultant’s
             single response exceeds 500 words.
        •    All time billed will be detailed by date and time entry on the invoice with a description
             of the service provided, including whether the service was via email, telephone, remote
             access, or on-site.
        •    Invoices will be sent to the OIG at least monthly or more frequently if the total amount
             of an invoice exceeds $1,000.
        •    The company may not bill for more than one consultant to attend any meeting or
             provide any service unless the OIG gives advance written approval.


    Primary Consultant _____________________________              Hourly Rate $___________

    Other consultants who may provide services:

    Name_________________________________________                 Hourly Rate $___________

    Name_________________________________________                 Hourly Rate $___________

    Name_________________________________________                 Hourly Rate $___________


    Please attach resumes for every person listed on this form.




Office of Inspector General                                                                  RFP – IT Services
RFP No. 7101-01107                                                                             Page 19 of 21
ATTACHMENT VI:                CERTIFICATION

    The undersigned has authority to bind the bidder or offeror to the terms of this bid or proposal
    and hereby certifies on behalf of the bidder or offeror that:
    1. The person, entity, or corporation submitting this bid or proposal, if selected for a contract
    award, will execute a contract that incorporates all of the terms of the invitation for bids or
    request for proposals and the bid or proposal;
    2. The person, entity, or corporation submitting this bid or proposal is not delinquent in the
    payment of any taxes owed to the City of New Orleans;
    3. This bid or proposal has been submitted without collusion with any person or entity;
    4. No officer or employee of the City of New Orleans, or any department, agency, commission
    or board thereof has a financial interest in this proposal which would violate provisions of the
    Code of Ethics found in La. R.S. 42:1101 et seq.;
    5. The bidder or offeror has not retained or employed any person, other than a bona fide
    employee working solely for the bidder or offeror, to solicit or secure a contract awarded
    through this bid or proposal process. The bidder or offeror has not paid or agreed to pay any
    person, other than a bona fide employee working solely for the bidder or offeror, any fee
    commission, percentage, gift, or other consideration contingent upon or resulting from any
    contract awarded through this bid or proposal process.
    6. The bidder or offeror does not have any conflicts of interest, either ethical or legal, which
    would adversely affect the representation of the Office of Inspector General for the City of New
    Orleans. Should any such conflicts arise during the representation of the OIG, I will notify the
    OIG immediately in writing.


    Signed under pains and penalties of perjury:
                                                              Sworn to and subscribed before me this
                                                              ____day of _________________, 20___.
    _________________________
    Signature
                                                              ____________________________
    _________________________                                 Notary Public (signature)
    Printed Name
                                                              ____________________________
                                                              Printed Name of Notary
    _________________________
    Title                                                     Notary ID#/Bar Roll # _________

    _________________________
    Date


Office of Inspector General                                                                   RFP – IT Services
RFP No. 7101-01107                                                                              Page 20 of 21
Form A.
                                 Representative Client List
     Please list representative clients for whom similar services have been provided in the past five
                 (5) years and contact information so that the OIG may obtain a reference.

Name of Client        Name of Primary      Primary Contact           Date and description of services
                         Contact           address & phone                     provided




Office of Inspector General                                                                 RFP – IT Services
RFP No. 7101-01107                                                                            Page 21 of 21

Más contenido relacionado

Destacado

IT Services Development
IT Services DevelopmentIT Services Development
IT Services DevelopmentElijah Ezendu
 
CIO 101 for Entrepreneurs (2016)
CIO 101 for Entrepreneurs (2016)CIO 101 for Entrepreneurs (2016)
CIO 101 for Entrepreneurs (2016)Michael King
 
Business Development Operational Streams by Elijah Ezendu
Business Development Operational Streams by Elijah EzenduBusiness Development Operational Streams by Elijah Ezendu
Business Development Operational Streams by Elijah EzenduElijah Ezendu
 
Corporate Investment Structure for Governance Analysis by Elijah Ezendu
Corporate Investment Structure for Governance Analysis by Elijah EzenduCorporate Investment Structure for Governance Analysis by Elijah Ezendu
Corporate Investment Structure for Governance Analysis by Elijah EzenduElijah Ezendu
 
Developing Enterprise Wide Analytical Capability
Developing Enterprise Wide Analytical CapabilityDeveloping Enterprise Wide Analytical Capability
Developing Enterprise Wide Analytical CapabilityElijah Ezendu
 
Mapping Corporate Objectives to Componental HR Value Propositions
Mapping Corporate Objectives to Componental HR Value PropositionsMapping Corporate Objectives to Componental HR Value Propositions
Mapping Corporate Objectives to Componental HR Value PropositionsElijah Ezendu
 
Outsourcing: Issues & Technicalities
Outsourcing: Issues & TechnicalitiesOutsourcing: Issues & Technicalities
Outsourcing: Issues & TechnicalitiesElijah Ezendu
 
Change Plan Template and Example
Change Plan Template and ExampleChange Plan Template and Example
Change Plan Template and Exampleharoldtaylor1113
 
The Five "P"s of Being a Successful CIO
The Five "P"s of Being a Successful CIOThe Five "P"s of Being a Successful CIO
The Five "P"s of Being a Successful CIODavid J. Hinson
 
Overview Of Corporate Governance
Overview Of Corporate GovernanceOverview Of Corporate Governance
Overview Of Corporate GovernanceElijah Ezendu
 

Destacado (14)

The blended IT strategy road map
The blended IT strategy road mapThe blended IT strategy road map
The blended IT strategy road map
 
IT Services Development
IT Services DevelopmentIT Services Development
IT Services Development
 
CIO 101 for Entrepreneurs (2016)
CIO 101 for Entrepreneurs (2016)CIO 101 for Entrepreneurs (2016)
CIO 101 for Entrepreneurs (2016)
 
Information Management Framework
Information Management FrameworkInformation Management Framework
Information Management Framework
 
Business Development Operational Streams by Elijah Ezendu
Business Development Operational Streams by Elijah EzenduBusiness Development Operational Streams by Elijah Ezendu
Business Development Operational Streams by Elijah Ezendu
 
Corporate Investment Structure for Governance Analysis by Elijah Ezendu
Corporate Investment Structure for Governance Analysis by Elijah EzenduCorporate Investment Structure for Governance Analysis by Elijah Ezendu
Corporate Investment Structure for Governance Analysis by Elijah Ezendu
 
Developing Enterprise Wide Analytical Capability
Developing Enterprise Wide Analytical CapabilityDeveloping Enterprise Wide Analytical Capability
Developing Enterprise Wide Analytical Capability
 
Mapping Corporate Objectives to Componental HR Value Propositions
Mapping Corporate Objectives to Componental HR Value PropositionsMapping Corporate Objectives to Componental HR Value Propositions
Mapping Corporate Objectives to Componental HR Value Propositions
 
Outsourcing: Issues & Technicalities
Outsourcing: Issues & TechnicalitiesOutsourcing: Issues & Technicalities
Outsourcing: Issues & Technicalities
 
Change Plan Template and Example
Change Plan Template and ExampleChange Plan Template and Example
Change Plan Template and Example
 
CIO Scoreboard Overview
CIO Scoreboard OverviewCIO Scoreboard Overview
CIO Scoreboard Overview
 
The Five "P"s of Being a Successful CIO
The Five "P"s of Being a Successful CIOThe Five "P"s of Being a Successful CIO
The Five "P"s of Being a Successful CIO
 
Role of the CIO, Premier CIO Forum, October 2014
Role of the CIO, Premier CIO Forum, October 2014Role of the CIO, Premier CIO Forum, October 2014
Role of the CIO, Premier CIO Forum, October 2014
 
Overview Of Corporate Governance
Overview Of Corporate GovernanceOverview Of Corporate Governance
Overview Of Corporate Governance
 

Similar a RFP Information Technology Services 7101 01107

Sentiment Analysis and Social Media Monitoring Solution
Sentiment Analysis and Social Media Monitoring SolutionSentiment Analysis and Social Media Monitoring Solution
Sentiment Analysis and Social Media Monitoring SolutionAnatol Alizar
 
Rfp undp-india-2013-018-voter education
Rfp undp-india-2013-018-voter educationRfp undp-india-2013-018-voter education
Rfp undp-india-2013-018-voter educationPrasanta Kumar Gouda
 
Fairness Opinion Board FOB Presentations
Fairness Opinion Board FOB PresentationsFairness Opinion Board FOB Presentations
Fairness Opinion Board FOB PresentationsFredismindaDolojan
 
Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...Blogatize.net
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Videoguy
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Videoguy
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Videoguy
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Videoguy
 
Request For Proposal Rfp For Recruitment Of Mdr Russia
Request For Proposal   Rfp   For Recruitment Of Mdr RussiaRequest For Proposal   Rfp   For Recruitment Of Mdr Russia
Request For Proposal Rfp For Recruitment Of Mdr RussiaBlogatize.net
 
Example Solicitation - IT Support Services
Example Solicitation - IT Support ServicesExample Solicitation - IT Support Services
Example Solicitation - IT Support ServicesRobert Krauss, PMP
 
Project Management Unit
Project Management UnitProject Management Unit
Project Management UnitMussadaq Rauf
 
03 11-capillaryrheometer
03 11-capillaryrheometer03 11-capillaryrheometer
03 11-capillaryrheometerslideseeing
 
MGMT408—Contract and Procurement ManagementThe formats.docx
MGMT408—Contract and Procurement ManagementThe formats.docxMGMT408—Contract and Procurement ManagementThe formats.docx
MGMT408—Contract and Procurement ManagementThe formats.docxjessiehampson
 
PROJ598—Contract and Procurement ManagementRFP Template.docx
PROJ598—Contract and Procurement ManagementRFP Template.docxPROJ598—Contract and Procurement ManagementRFP Template.docx
PROJ598—Contract and Procurement ManagementRFP Template.docxbriancrawford30935
 
PROJ598—Contract and Procurement ManagementRFP Templat.docx
PROJ598—Contract and Procurement ManagementRFP Templat.docxPROJ598—Contract and Procurement ManagementRFP Templat.docx
PROJ598—Contract and Procurement ManagementRFP Templat.docxleahlegrand
 
MGMT408—Contract and Procurement ManagementRFP Template
MGMT408—Contract and Procurement ManagementRFP TemplateMGMT408—Contract and Procurement ManagementRFP Template
MGMT408—Contract and Procurement ManagementRFP TemplateMargenePurnell14
 
MGMT408—Contract and Procurement ManagementRFP Template.docx
MGMT408—Contract and Procurement ManagementRFP Template.docxMGMT408—Contract and Procurement ManagementRFP Template.docx
MGMT408—Contract and Procurement ManagementRFP Template.docxbuffydtesurina
 

Similar a RFP Information Technology Services 7101 01107 (20)

Sentiment Analysis and Social Media Monitoring Solution
Sentiment Analysis and Social Media Monitoring SolutionSentiment Analysis and Social Media Monitoring Solution
Sentiment Analysis and Social Media Monitoring Solution
 
Frbny social media-rfp
Frbny social media-rfpFrbny social media-rfp
Frbny social media-rfp
 
Rfp undp-india-2013-018-voter education
Rfp undp-india-2013-018-voter educationRfp undp-india-2013-018-voter education
Rfp undp-india-2013-018-voter education
 
IT Service Desk Software RFP Template
IT Service Desk Software RFP TemplateIT Service Desk Software RFP Template
IT Service Desk Software RFP Template
 
Fairness Opinion Board FOB Presentations
Fairness Opinion Board FOB PresentationsFairness Opinion Board FOB Presentations
Fairness Opinion Board FOB Presentations
 
Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...Request For Proposals (RFP) For Recruitment Of Market Development Representat...
Request For Proposals (RFP) For Recruitment Of Market Development Representat...
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
 
Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...Request for Proposal (RFP) For Deployment of Video ...
Request for Proposal (RFP) For Deployment of Video ...
 
Request For Proposal Rfp For Recruitment Of Mdr Russia
Request For Proposal   Rfp   For Recruitment Of Mdr RussiaRequest For Proposal   Rfp   For Recruitment Of Mdr Russia
Request For Proposal Rfp For Recruitment Of Mdr Russia
 
Example Solicitation - IT Support Services
Example Solicitation - IT Support ServicesExample Solicitation - IT Support Services
Example Solicitation - IT Support Services
 
Project Management Unit
Project Management UnitProject Management Unit
Project Management Unit
 
03 11-capillaryrheometer
03 11-capillaryrheometer03 11-capillaryrheometer
03 11-capillaryrheometer
 
Division 00
Division 00Division 00
Division 00
 
MGMT408—Contract and Procurement ManagementThe formats.docx
MGMT408—Contract and Procurement ManagementThe formats.docxMGMT408—Contract and Procurement ManagementThe formats.docx
MGMT408—Contract and Procurement ManagementThe formats.docx
 
PROJ598—Contract and Procurement ManagementRFP Template.docx
PROJ598—Contract and Procurement ManagementRFP Template.docxPROJ598—Contract and Procurement ManagementRFP Template.docx
PROJ598—Contract and Procurement ManagementRFP Template.docx
 
PROJ598—Contract and Procurement ManagementRFP Templat.docx
PROJ598—Contract and Procurement ManagementRFP Templat.docxPROJ598—Contract and Procurement ManagementRFP Templat.docx
PROJ598—Contract and Procurement ManagementRFP Templat.docx
 
MGMT408—Contract and Procurement ManagementRFP Template
MGMT408—Contract and Procurement ManagementRFP TemplateMGMT408—Contract and Procurement ManagementRFP Template
MGMT408—Contract and Procurement ManagementRFP Template
 
MGMT408—Contract and Procurement ManagementRFP Template.docx
MGMT408—Contract and Procurement ManagementRFP Template.docxMGMT408—Contract and Procurement ManagementRFP Template.docx
MGMT408—Contract and Procurement ManagementRFP Template.docx
 

Más de Louisiana Technology Council

2011 Governor's Technology Awards- Submission Information
2011 Governor's Technology Awards- Submission Information2011 Governor's Technology Awards- Submission Information
2011 Governor's Technology Awards- Submission InformationLouisiana Technology Council
 
Center for Visual & Decision Information Highlights and Facilities
Center for Visual & Decision Information Highlights and FacilitiesCenter for Visual & Decision Information Highlights and Facilities
Center for Visual & Decision Information Highlights and FacilitiesLouisiana Technology Council
 
Dennis walsh-consultant-and-former-cto-general-motors-presentation-082610
Dennis walsh-consultant-and-former-cto-general-motors-presentation-082610Dennis walsh-consultant-and-former-cto-general-motors-presentation-082610
Dennis walsh-consultant-and-former-cto-general-motors-presentation-082610Louisiana Technology Council
 
Gulf coast-government-contractors-association-overview
Gulf coast-government-contractors-association-overviewGulf coast-government-contractors-association-overview
Gulf coast-government-contractors-association-overviewLouisiana Technology Council
 
Louisiana Technology Council Membership Presentation 2010 0111
Louisiana Technology Council Membership Presentation 2010 0111Louisiana Technology Council Membership Presentation 2010 0111
Louisiana Technology Council Membership Presentation 2010 0111Louisiana Technology Council
 

Más de Louisiana Technology Council (16)

Cooper Presentation
Cooper PresentationCooper Presentation
Cooper Presentation
 
Breenden Presentation
Breenden PresentationBreenden Presentation
Breenden Presentation
 
Dr. Ramesh
Dr. RameshDr. Ramesh
Dr. Ramesh
 
Coates Presentation
Coates PresentationCoates Presentation
Coates Presentation
 
Booth Presentation
Booth PresentationBooth Presentation
Booth Presentation
 
General Elder- Homeland Security Presentation
General Elder- Homeland Security PresentationGeneral Elder- Homeland Security Presentation
General Elder- Homeland Security Presentation
 
2011 Governor's Technology Awards- Submission Information
2011 Governor's Technology Awards- Submission Information2011 Governor's Technology Awards- Submission Information
2011 Governor's Technology Awards- Submission Information
 
CVDI Invitation
CVDI InvitationCVDI Invitation
CVDI Invitation
 
CVDI Benefits
CVDI BenefitsCVDI Benefits
CVDI Benefits
 
Center for Visual & Decision Information Highlights and Facilities
Center for Visual & Decision Information Highlights and FacilitiesCenter for Visual & Decision Information Highlights and Facilities
Center for Visual & Decision Information Highlights and Facilities
 
2011 Annual Membership Meeting Slideshow
2011 Annual Membership Meeting Slideshow2011 Annual Membership Meeting Slideshow
2011 Annual Membership Meeting Slideshow
 
Sponsorship Handbook 2011
Sponsorship Handbook 2011Sponsorship Handbook 2011
Sponsorship Handbook 2011
 
Dennis walsh-consultant-and-former-cto-general-motors-presentation-082610
Dennis walsh-consultant-and-former-cto-general-motors-presentation-082610Dennis walsh-consultant-and-former-cto-general-motors-presentation-082610
Dennis walsh-consultant-and-former-cto-general-motors-presentation-082610
 
Healthcare
HealthcareHealthcare
Healthcare
 
Gulf coast-government-contractors-association-overview
Gulf coast-government-contractors-association-overviewGulf coast-government-contractors-association-overview
Gulf coast-government-contractors-association-overview
 
Louisiana Technology Council Membership Presentation 2010 0111
Louisiana Technology Council Membership Presentation 2010 0111Louisiana Technology Council Membership Presentation 2010 0111
Louisiana Technology Council Membership Presentation 2010 0111
 

Último

presentation ICT roal in 21st century education
presentation ICT roal in 21st century educationpresentation ICT roal in 21st century education
presentation ICT roal in 21st century educationjfdjdjcjdnsjd
 
Apidays New York 2024 - APIs in 2030: The Risk of Technological Sleepwalk by ...
Apidays New York 2024 - APIs in 2030: The Risk of Technological Sleepwalk by ...Apidays New York 2024 - APIs in 2030: The Risk of Technological Sleepwalk by ...
Apidays New York 2024 - APIs in 2030: The Risk of Technological Sleepwalk by ...apidays
 
ICT role in 21st century education and its challenges
ICT role in 21st century education and its challengesICT role in 21st century education and its challenges
ICT role in 21st century education and its challengesrafiqahmad00786416
 
"I see eyes in my soup": How Delivery Hero implemented the safety system for ...
"I see eyes in my soup": How Delivery Hero implemented the safety system for ..."I see eyes in my soup": How Delivery Hero implemented the safety system for ...
"I see eyes in my soup": How Delivery Hero implemented the safety system for ...Zilliz
 
DEV meet-up UiPath Document Understanding May 7 2024 Amsterdam
DEV meet-up UiPath Document Understanding May 7 2024 AmsterdamDEV meet-up UiPath Document Understanding May 7 2024 Amsterdam
DEV meet-up UiPath Document Understanding May 7 2024 AmsterdamUiPathCommunity
 
EMPOWERMENT TECHNOLOGY GRADE 11 QUARTER 2 REVIEWER
EMPOWERMENT TECHNOLOGY GRADE 11 QUARTER 2 REVIEWEREMPOWERMENT TECHNOLOGY GRADE 11 QUARTER 2 REVIEWER
EMPOWERMENT TECHNOLOGY GRADE 11 QUARTER 2 REVIEWERMadyBayot
 
Modular Monolith - a Practical Alternative to Microservices @ Devoxx UK 2024
Modular Monolith - a Practical Alternative to Microservices @ Devoxx UK 2024Modular Monolith - a Practical Alternative to Microservices @ Devoxx UK 2024
Modular Monolith - a Practical Alternative to Microservices @ Devoxx UK 2024Victor Rentea
 
Artificial Intelligence Chap.5 : Uncertainty
Artificial Intelligence Chap.5 : UncertaintyArtificial Intelligence Chap.5 : Uncertainty
Artificial Intelligence Chap.5 : UncertaintyKhushali Kathiriya
 
Architecting Cloud Native Applications
Architecting Cloud Native ApplicationsArchitecting Cloud Native Applications
Architecting Cloud Native ApplicationsWSO2
 
Apidays New York 2024 - Scaling API-first by Ian Reasor and Radu Cotescu, Adobe
Apidays New York 2024 - Scaling API-first by Ian Reasor and Radu Cotescu, AdobeApidays New York 2024 - Scaling API-first by Ian Reasor and Radu Cotescu, Adobe
Apidays New York 2024 - Scaling API-first by Ian Reasor and Radu Cotescu, Adobeapidays
 
Finding Java's Hidden Performance Traps @ DevoxxUK 2024
Finding Java's Hidden Performance Traps @ DevoxxUK 2024Finding Java's Hidden Performance Traps @ DevoxxUK 2024
Finding Java's Hidden Performance Traps @ DevoxxUK 2024Victor Rentea
 
FWD Group - Insurer Innovation Award 2024
FWD Group - Insurer Innovation Award 2024FWD Group - Insurer Innovation Award 2024
FWD Group - Insurer Innovation Award 2024The Digital Insurer
 
Web Form Automation for Bonterra Impact Management (fka Social Solutions Apri...
Web Form Automation for Bonterra Impact Management (fka Social Solutions Apri...Web Form Automation for Bonterra Impact Management (fka Social Solutions Apri...
Web Form Automation for Bonterra Impact Management (fka Social Solutions Apri...Jeffrey Haguewood
 
Mcleodganj Call Girls 🥰 8617370543 Service Offer VIP Hot Model
Mcleodganj Call Girls 🥰 8617370543 Service Offer VIP Hot ModelMcleodganj Call Girls 🥰 8617370543 Service Offer VIP Hot Model
Mcleodganj Call Girls 🥰 8617370543 Service Offer VIP Hot ModelDeepika Singh
 
Navigating the Deluge_ Dubai Floods and the Resilience of Dubai International...
Navigating the Deluge_ Dubai Floods and the Resilience of Dubai International...Navigating the Deluge_ Dubai Floods and the Resilience of Dubai International...
Navigating the Deluge_ Dubai Floods and the Resilience of Dubai International...Orbitshub
 
MS Copilot expands with MS Graph connectors
MS Copilot expands with MS Graph connectorsMS Copilot expands with MS Graph connectors
MS Copilot expands with MS Graph connectorsNanddeep Nachan
 
CNIC Information System with Pakdata Cf In Pakistan
CNIC Information System with Pakdata Cf In PakistanCNIC Information System with Pakdata Cf In Pakistan
CNIC Information System with Pakdata Cf In Pakistandanishmna97
 
Strategies for Landing an Oracle DBA Job as a Fresher
Strategies for Landing an Oracle DBA Job as a FresherStrategies for Landing an Oracle DBA Job as a Fresher
Strategies for Landing an Oracle DBA Job as a FresherRemote DBA Services
 
Introduction to Multilingual Retrieval Augmented Generation (RAG)
Introduction to Multilingual Retrieval Augmented Generation (RAG)Introduction to Multilingual Retrieval Augmented Generation (RAG)
Introduction to Multilingual Retrieval Augmented Generation (RAG)Zilliz
 

Último (20)

presentation ICT roal in 21st century education
presentation ICT roal in 21st century educationpresentation ICT roal in 21st century education
presentation ICT roal in 21st century education
 
Apidays New York 2024 - APIs in 2030: The Risk of Technological Sleepwalk by ...
Apidays New York 2024 - APIs in 2030: The Risk of Technological Sleepwalk by ...Apidays New York 2024 - APIs in 2030: The Risk of Technological Sleepwalk by ...
Apidays New York 2024 - APIs in 2030: The Risk of Technological Sleepwalk by ...
 
+971581248768>> SAFE AND ORIGINAL ABORTION PILLS FOR SALE IN DUBAI AND ABUDHA...
+971581248768>> SAFE AND ORIGINAL ABORTION PILLS FOR SALE IN DUBAI AND ABUDHA...+971581248768>> SAFE AND ORIGINAL ABORTION PILLS FOR SALE IN DUBAI AND ABUDHA...
+971581248768>> SAFE AND ORIGINAL ABORTION PILLS FOR SALE IN DUBAI AND ABUDHA...
 
ICT role in 21st century education and its challenges
ICT role in 21st century education and its challengesICT role in 21st century education and its challenges
ICT role in 21st century education and its challenges
 
"I see eyes in my soup": How Delivery Hero implemented the safety system for ...
"I see eyes in my soup": How Delivery Hero implemented the safety system for ..."I see eyes in my soup": How Delivery Hero implemented the safety system for ...
"I see eyes in my soup": How Delivery Hero implemented the safety system for ...
 
DEV meet-up UiPath Document Understanding May 7 2024 Amsterdam
DEV meet-up UiPath Document Understanding May 7 2024 AmsterdamDEV meet-up UiPath Document Understanding May 7 2024 Amsterdam
DEV meet-up UiPath Document Understanding May 7 2024 Amsterdam
 
EMPOWERMENT TECHNOLOGY GRADE 11 QUARTER 2 REVIEWER
EMPOWERMENT TECHNOLOGY GRADE 11 QUARTER 2 REVIEWEREMPOWERMENT TECHNOLOGY GRADE 11 QUARTER 2 REVIEWER
EMPOWERMENT TECHNOLOGY GRADE 11 QUARTER 2 REVIEWER
 
Modular Monolith - a Practical Alternative to Microservices @ Devoxx UK 2024
Modular Monolith - a Practical Alternative to Microservices @ Devoxx UK 2024Modular Monolith - a Practical Alternative to Microservices @ Devoxx UK 2024
Modular Monolith - a Practical Alternative to Microservices @ Devoxx UK 2024
 
Artificial Intelligence Chap.5 : Uncertainty
Artificial Intelligence Chap.5 : UncertaintyArtificial Intelligence Chap.5 : Uncertainty
Artificial Intelligence Chap.5 : Uncertainty
 
Architecting Cloud Native Applications
Architecting Cloud Native ApplicationsArchitecting Cloud Native Applications
Architecting Cloud Native Applications
 
Apidays New York 2024 - Scaling API-first by Ian Reasor and Radu Cotescu, Adobe
Apidays New York 2024 - Scaling API-first by Ian Reasor and Radu Cotescu, AdobeApidays New York 2024 - Scaling API-first by Ian Reasor and Radu Cotescu, Adobe
Apidays New York 2024 - Scaling API-first by Ian Reasor and Radu Cotescu, Adobe
 
Finding Java's Hidden Performance Traps @ DevoxxUK 2024
Finding Java's Hidden Performance Traps @ DevoxxUK 2024Finding Java's Hidden Performance Traps @ DevoxxUK 2024
Finding Java's Hidden Performance Traps @ DevoxxUK 2024
 
FWD Group - Insurer Innovation Award 2024
FWD Group - Insurer Innovation Award 2024FWD Group - Insurer Innovation Award 2024
FWD Group - Insurer Innovation Award 2024
 
Web Form Automation for Bonterra Impact Management (fka Social Solutions Apri...
Web Form Automation for Bonterra Impact Management (fka Social Solutions Apri...Web Form Automation for Bonterra Impact Management (fka Social Solutions Apri...
Web Form Automation for Bonterra Impact Management (fka Social Solutions Apri...
 
Mcleodganj Call Girls 🥰 8617370543 Service Offer VIP Hot Model
Mcleodganj Call Girls 🥰 8617370543 Service Offer VIP Hot ModelMcleodganj Call Girls 🥰 8617370543 Service Offer VIP Hot Model
Mcleodganj Call Girls 🥰 8617370543 Service Offer VIP Hot Model
 
Navigating the Deluge_ Dubai Floods and the Resilience of Dubai International...
Navigating the Deluge_ Dubai Floods and the Resilience of Dubai International...Navigating the Deluge_ Dubai Floods and the Resilience of Dubai International...
Navigating the Deluge_ Dubai Floods and the Resilience of Dubai International...
 
MS Copilot expands with MS Graph connectors
MS Copilot expands with MS Graph connectorsMS Copilot expands with MS Graph connectors
MS Copilot expands with MS Graph connectors
 
CNIC Information System with Pakdata Cf In Pakistan
CNIC Information System with Pakdata Cf In PakistanCNIC Information System with Pakdata Cf In Pakistan
CNIC Information System with Pakdata Cf In Pakistan
 
Strategies for Landing an Oracle DBA Job as a Fresher
Strategies for Landing an Oracle DBA Job as a FresherStrategies for Landing an Oracle DBA Job as a Fresher
Strategies for Landing an Oracle DBA Job as a Fresher
 
Introduction to Multilingual Retrieval Augmented Generation (RAG)
Introduction to Multilingual Retrieval Augmented Generation (RAG)Introduction to Multilingual Retrieval Augmented Generation (RAG)
Introduction to Multilingual Retrieval Augmented Generation (RAG)
 

RFP Information Technology Services 7101 01107

  • 1. REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY SERVICES RFP NO. 7101-01107 OFFICE OF INSPECTOR GENERAL CITY OF NEW ORLEANS
  • 2. TABLE OF CONTENTS 1. Administrative Information .................................................................................... 1 2. Proposal Information .............................................................................................. 2 3. Evaluation and Selection......................................................................................... 6 4. Attachment I: Scope of Services ............................................................................. 8 5. Attachment II: Task Order Evaluation Form ......................................................... 11 6. Attachment III: Certification Statement ............................................................... 12 7. Attachment IV: Sample Contract Provisions......................................................... 13 8. Attachment V: Fee Proposal ................................................................................. 19 9. Attachment VI: Certification ................................................................................. 20 10. Form A. List of Representative Clients .................................................................. 21 ii
  • 3. 1. ADMINISTRATIVE INFORMATION 1.1 Proposer Inquiries Written questions regarding RFP requirements or Scope of Services must be submitted to the OIG Chief Procurement Officer as listed below. Gregory C. Fahrenholt Office of Inspector General/City of New Orleans 525 St. Charles Avenue New Orleans, LA 70130 gfahrenholt@nolaoig.org 504-681-3230 fax The OIG will consider written inquiries and requests for clarification of the content of this RFP received from potential proposers. Verbal inquiries are not permitted. Written inquiries must by received by the date specified in the Schedule of Events. The OIG reserves the right to modify the RFP should a change be identified that is in the best interest of the OIG. Official responses to all questions submitted by potential proposers will be posted by April 25, 2011, at http://www.nolaoig.org/main/inside.php?page=public_records. Only Gregory C. Fahrenholt has the authority to respond to proposer’s questions. Communication with any other person is prohibited and not binding. 1.2 Schedule of Events Event Date Advertise RFP and mail public announcements April 18, 2011 Deadline for receipt of written inquiries April 25, 2011 Issue responses to written inquiries April 27, 2011 Deadline for receipt of proposals May 11, 2011 Announce award of contractor selection On or before May 20, 2011 NOTE: The OIG reserves the right to change this schedule of RFP events as it deems necessary. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 1 of 21
  • 4. 2. PROPOSAL INFORMATION The OIG seeks proposals from information technology consultants interested in providing computer network administration and other technical services. For complete Scope of Services, please refer to Attachment I. 2.1 Minimum Qualifications of Proposer Key Personnel (listed on Attachment V) must possess certifications and/or experience in areas of Windows development, database, operating systems, server, or network configuration and administration. Unqualified personnel and sub-consultants are prohibited. Qualifications include, but are not limited to: • Microsoft Certified (MCTS, MCITP, MCSA, MCDBA, or MCSE) or equivalent (i.e. Cisco, Oracle, etc.) • Ability to diagnose and troubleshoot almost any computer problem • Ability to upgrade, install and configure client machines, network firewalls, network servers, operating systems and applications (including third-party) • Network (and switch) design, configuration and troubleshooting • Expert in Windows 7 and Vista administration, configuration and troubleshooting • Project completion documentation preparation (local passwords, configurations, etc.) • Proficiency with the OIG’s applications/programs, operating systems, and equipment described below • General user and technical support (including NTFS organization, SSL/UCC certificates, firewall support) 2.2 Proposal Requirements Proposals should include the following information, presented in a clear, comprehensive, and concise manner to illustrate the consultant’s capabilities: 1. The business name, address, and telephone number. 2. A cover letter which details proposer’s professional management, background, and years of experience in providing services for clients with highly sensitive data. 3. A list of all insurance carried by the company, including but not limited to, professional liability, comprehensive general liability, workers’ compensation, etc. 4. The location of the office from which the assigned personnel will be working. 5. Completed “Fee Proposal/Key Personnel,” Attachment V, with resumes of all personnel attached. 6. Completed “Certification,” Attachment VI. Must be notarized. 7. Completed Form A, “List of Representative Clients” (for reference purposes); clients with similar services provided. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 2 of 21
  • 5. 2.3 RFP Addenda OIG reserves the right to change the schedule of events or revise any part of the RFP by issuing an addendum to the RFP at any time. It is the responsibility of the proposer to check the website for addenda to the RFP, if any. Addenda, if any, will be posted no later than April 22, 2011, at 4:00 p.m. at http://www.nolaoig.org/main/inside.php?page=public_records. 2.4 Waiver of Administrative Informalities The OIG reserves the right, at its sole discretion, to waive administrative informalities contained in any proposal. 2.5 Proposal Rejection/RFP Cancellation Issuance of this RFP in no way constitutes a commitment by the OIG to award a contract. The OIG reserves the right to accept or reject, in whole or part, all proposals submitted and/or cancel this announcement if it is determined to be in the OIG’s best interest. 2.6 Withdrawal of Proposal A proposer may withdraw a proposal that has been submitted at any time up to the date and time the proposal is due. To accomplish this, a written request signed by the authorized representative of the proposer must be received by the OIG Chief Procurement Officer. 2.7 Cost of Preparing Proposals The OIG shall not be liable for any costs incurred by proposers prior to issuance of or entering into a contract. Costs associated with developing the proposal, preparing for oral presentations, and any other expenses incurred by the Proposer in responding to this RFP are entirely the responsibility of the Proposer and shall not be reimbursed in any manner by the OIG. 2.8 Public Records Law All information submitted in response to this RFP will be considered a public record and subject to disclosure pursuant to the Louisiana Public Records Law, La. R.S. 44:1 et seq. 2.9 Errors and Omissions in Proposal The OIG will not be liable for any errors in proposals. The OIG reserves the right to make corrections or amendments due to errors identified in proposals by the OIG or the Proposer. The OIG, at its option, has the right to request clarification or additional information from the proposers, including amendments to proposals to correct minor errors. 2.10 Contract Award and Execution The OIG reserves the right to enter into a contract without further discussion of the proposal submitted based on the initial offers received. The RFP and proposal of the selected Proposer shall become part of any contract initiated by the OIG. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 3 of 21
  • 6. The selected Proposer shall be expected to enter into a contract that includes the terms in the sample contract included in Attachment IV. In no event shall a Proposer submit its own standard contract terms and conditions as a response to this RFP. The Proposer should submit with its proposal any exceptions or exact contract deviations that its firm wishes to negotiate. Negotiations may begin with the announcement of the selected Proposer. If the contract negotiation period exceeds ten (10) days or if the selected Proposer fails to sign the final contract within ten (10) business days of delivery, the OIG may elect to cancel the award and award the contract to the next highest ranked Proposer. 2.11 Code of Ethics Proposers are responsible for determining that there will be no conflict or violation of the Ethics Code if their company is awarded the contract. The Louisiana Board of Ethics is the only entity which can officially rule on ethics issues. 2.12 Proposal Submission Consultants who are interested in providing services requested under this RFP must submit a proposal containing the information specified in this section. The proposal must be received in hard copy (printed) version by the City of New Orleans Chief Procurement Officer on or before 2:00 p.m. Central Time on the date specified in the Schedule of Events. FAX or e-mail submissions are not acceptable. Proposers mailing their proposals should allow sufficient mail delivery time to ensure receipt of their proposal by the time specified. The proposal package must be delivered at the proposer's expense to: Chief Procurement Officer City of New Orleans 1300 Perdido St. Ste. 4W07 New Orleans, LA 70112 It is solely the responsibility of each Proposer to ensure that the proposal is delivered at the specified place and prior to the deadline for submission. Proposals received after the deadline will not be considered. Proposer should submit three (3) hard copies and one (1) digitally signed copy 1 of the proposal to the Chief Procurement Officer at the address specified above. At least one (1) copy of the proposal should contain original signatures of those company officials or agents duly authorized to sign proposals or contracts on behalf of the organization. A certified copy of a board resolution granting such authority should be submitted if proposer is a corporation; in the case of a limited liability company, a certificate establishing the authority of the person to act on behalf of the company must be submitted. The copy of the proposal with original signatures will be retained for incorporation in any contract resulting from this RFP. 1 Digital copy should be in Microsoft Word format or PDF file on a disc or flash drive. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 4 of 21
  • 7. All proposals must be submitted in a sealed envelope, marked OIG Information Technology Services. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 5 of 21
  • 8. 3. EVALUATION AND SELECTION 3.1 Evaluation Team The evaluation of proposals will be accomplished by an evaluation team, designated by the OIG, which will determine the proposal most advantageous to the OIG, taking into consideration the evaluation factors set forth in the RFP as well as price. 3.2 Administrative and Mandatory Screening All proposals will be reviewed to determine compliance with administrative and mandatory requirements as specified in the RFP. Proposals that are not in compliance will be rejected from further consideration. 3.3 Evaluation and Review Proposals that pass the preliminary screening and mandatory requirements review will be evaluated based on information provided in the proposal. The OIG Chief Procurement Officer will open the proposals in the presence of at least one witness. At the opening of proposals, the OIG Chief Procurement Officer will prepare a register of proposals, including the name of each offeror and the number of modifications, if any, received. The OIG selection committee shall then convene an open meeting, consistent with the requirements of La. R.S.42:4:1 et seq., to evaluate proposals and determine the most advantageous proposal. The selection committee shall first evaluate the proposals solely on the basis of the following criteria: 1. Proposer’s professional management, background, and years of experience in providing services for clients with highly sensitive data, as determined by information provided in the cover letter and the proposal as a whole. 2. Proposer’s level of knowledge of operating systems, equipment, server networks, configuration, troubleshooting, data backup, updates, installations, and security for systems listed as well as other hardware and software not listed, based on the resumes and experience of key personnel provided by proposer as part of the response to this RFP. 3. Responsiveness and qualifications, as determined by references of previous clients provided by each proposer. 4. LDBE (Local Disadvantaged Business Enterprise) Preference. A proposal from a business that maintains an office in Orleans Parish, St. Bernard Parish, Plaquemines Parish, or Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 6 of 21
  • 9. Jefferson Parish, with one or more employees regularly based therein 2, that qualifies as a DBE under City of New Orleans Executive Order MJL-10-02, will be rated “highly advantageous” with respect to the criterion for LDBE Preference. A proposal from a business that does not qualify as an LDBE under this definition will be rated “not advantageous” on this criterion. The evaluations shall specify in writing: (1) for each of the four evaluation criterion listed above, a rating of highly advantageous, advantageous, not advantageous, or unacceptable, and the reasons for the rating; (2) for each proposal, a composite rating of highly advantageous, advantageous, not advantageous, or unacceptable. The committee will use its discretion to determine the weight ascribed to each criterion in determining the composite rating for each proposal and will explain with specificity the reasons for the rating. After each proposal has been assigned a composite rating based on the four non-price criteria, the selection committee shall consider the price of each proposal. The selection committee shall determine the most advantageous proposal from a responsible and responsive offeror taking into consideration price and the evaluation criteria. If the proposal with the highest rating on the four non-price criteria does not contain the lowest price, the selection committee may attempt to negotiate a mutually agreeable price with the proposer. If the parties cannot reach an agreement on price, the committee may select another proposal as the most advantageous based on price and evaluation criteria, or may attempt to negotiate price with the second highest rated proposer. If the selection committee selects the offeror who did not submit the lowest price, the committee shall explain the reasons in writing, specifying in reasonable detail the basis for determining that the price is justified by the quality of the proposal. 3.4 Announcement of Contractor The OIG will notify the successful Proposer and proceed to negotiate terms for final contract. Unsuccessful proposers will be notified in writing accordingly. 2 A business location used solely as a post office box, mail center, and/or telephone message center, with no substantial work function, will not be deemed a “business office” for purposes of this criterion. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 7 of 21
  • 10. ATTACHMENT I: SCOPE OF SERVICES The scope of services to be provided by the consultant includes, but is not necessarily limited to, the following: • Provide general IT services support such as system maintenance, hardware and software installation and configuration, system upgrades, and updates; • Support and maintain data backup and recovery; • Provide other network assistance as needed; • Identify potential risks to the network, operating systems and communicate these to the OIG; and • Respond to emergent needs as determined by the network, operating systems, and information obtained from OIG staff. Support Services Requested A. GENERAL IT SUPPORT: The consultant will provide software consulting, configuration, administration, installation and support of current and future applications and operating systems on all client machines and network devices. The consultant will also provide “General IT Support”. “General IT Support” is defined as the ability to: • Provide proactive system maintenance for all network devices (i.e. warranty, network and asset status), including quarterly and monthly reviews and routine maintenance and security management • Update, upgrade, install, configure and troubleshoot any and all software and hardware • Set up and install new machines (i.e. desktops, printers, scanners), if necessary • Provide structured system protection and maintenance (i.e. Symantec Backup Exec, UPS, and Antivirus Software) • Assist OIG IT staff with application, OS, hardware and software troubleshooting • Support and maintain data backup and recovery • Communicate effectively and efficiently with OIG staff Current Applications/Programs and Operating Systems Include: • Microsoft Exchange 2007 • Symantec Backup Exec • Microsoft Forefront Client Security • System Log Management and Incident Reporting  System iNtrusion Analysis & Reporting Environment (SNARE) • SQL Server 2005, 2008, and 2008R2 • Active Directory Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 8 of 21
  • 11. Windows 7 and Vista • Windows Server 2003 and 2008 • Endpoint Encryption (PGP), laptops only • Email Journaling Tool (Live Office) Current Equipment: • Star Topology network of 8 servers and 2 switches (including file and mail server) • No wireless access points (except VPN) • Two network printers • Under 100 desktops and laptops (Dell Optiplex 755, T3400, Latitude D630) • One 8-port hub • Two kiosk machines (public use) • One LAN router • Web and Spam Filter (Barracuda) • One separate network (WAN) • CAT-5 cabling B. TASK ORDERS: All projects will be completed by task order and billed under the task order number (see sample, Attachment II). All projects will be requested in writing by OIG IT staff. Consultant will provide written documentation at the conclusion of every project, which will include (where applicable) explanatory diagrams, administrative and local authentication credentials and access points, instructions on software installed and any other relevant information. The project is not considered complete until proper documentation is provided and will be reflected on task order evaluation form as such. When working within the office, the consultant will keep working area well maintained and will leave all equipment in the same manner. Regularly scheduled tasks will include: • Monthly site visits for network maintenance (i.e. defrag, event log review, hard drive capacity and tape cleaning); • Support for emergent hardware failures; • Preventative measures (Antivirus); • Proactive maintenance; • Network performance measurements; and • Backup operation inspection. C. ESCALATION PROCEDURES & REMOTE ATTEMPTS: In the event a problem arises, the consultant will first try to resolve the issue by email or telephone – assisting OIG IT staff. If the problem persists after thirty (30) minutes, and may be completed remotely, only two (2) attempts and a total of three (3) hours are allowed until Contractor personnel must be on-site to resolve the problem. If the request is an emergency (i.e., servers are down or there is no email access) only one remote Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 9 of 21
  • 12. attempt is allowed. Remote access credentials will be approved and created by OIG IT staff, when needed. A detailed description of the acceptable billing practices can be found in Attachment V: “Fee Proposals.” The process for responding to support requests: 1. Receive written request from OIG IT staff; 2. Attempt to resolve the issue via email; 3. Attempt to resolve the issue over the phone, if applicable; 4. Attempt to resolve the issue remotely, if applicable; 5. Site visit D. CONTRACT MONITORING / PERFORMANCE MEASURES: The contract will be monitored through performance measures. The performance measures for this agreement shall include the successful performance and completion of the consultant’s obligations in each individual task order. Following the completion of a task (or project), the OIG will evaluate the task by completing a task order evaluation form, which will rate the success of the work and the overall performance of the consultant. A sample task order evaluation form can be found in Attachment II. E. DELIVERABLES: Completion of each task order and task order evaluation form will constitute a separate deliverable. The deliverables shall include the consultant providing proper documentation upon completion of the task. F. SYSTEM CHANGES: Consultant must not make any changes to the system without prior consent of OIG IT staff. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 10 of 21
  • 13. ATTACHMENT II: TASK ORDER EVALUATION FORM Task Order #: _________________ Project Name: ______________________ Task: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Overall Communicatory Responsiveness: 1 2 3 4 5 Overall Technical Proficiency of Consultant: 1 2 3 4 5 Is task complete? Y N If not, why? _________________________________________ Is job complete? Y N If not, why? _________________________________________ Was proper documentation provided? Y N If not, why? _________________________________________ Hours used to complete job: ____ Response Time: ____ OIG Evaluator: Signature ________________________ Print ________________________ Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 11 of 21
  • 14. ATTACHMENT III: CERTIFICATION STATEMENT The undersigned hereby acknowledges she/he has read and understands all requirements and specifications of the Request for Proposals (RFP), including attachments. OFFICIAL CONTACT. The OIG requests that the Proposer designate one person to receive all documents and the method in which the documents are best delivered. Identify the Contact name and fill in the information below: (Print Clearly) Date Official Contact Name: A. E-mail Address: B. Facsimile Number with area code: ( ) C. US Mail Address: Proposer certifies that the above information is true and grants permission to the OIG to contact the above named person or otherwise verify the information provided. By its submission of this proposal and authorized signature below, Proposer certifies that: 1. The information contained in its response to this RFP is accurate; 2. Proposer's quote is valid for at least 120 days from the date of proposal's signature below; 3. Proposer understands that if selected as the successful Proposer, he/she will have ten (10) business days from the date of delivery of final contract in which to complete contract negotiations, if any, and execute the final contract document. Date of execution can be extended by mutual agreement of contractor and OIG. Authorized Signature: Typed or Printed Name: Title: Company Name: Address: City: OIG: Zip: SIGNATURE of Proposer's Authorized Representative DATE Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 12 of 21
  • 15. ATTACHMENT IV: SAMPLE CONTRACT PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF NEW ORLEANS AND [CONTRACTOR] This agreement (“Agreement”) is entered into on ____________________ by and between the City of New Orleans (“City”) and [Contractor] (“______” or “Contractor”). CONTRACTOR’S SCOPE OF SERVICES See Scope of Services, Attachment I. DURATION This Agreement shall begin on ___________, and shall terminate on ___________ [three years from start date]. The effective date of this Contract may be extended only if an amendment to that effect is duly executed by the contracting parties and approved by the necessary authorities prior to said termination date. POINTS OF CONTACT The OIG designates Alaina Stewart as its primary point of contact for all dealings with Contractor related to carrying out this Agreement. All Contractor communications should be directed to Alaina Stewart. In the event that Ms. Stewart is unavailable, Contractor communications may be directed to the secondary point of contact, Carla Gendusa. Contractor will only respond to requests for service or support made by the primary or secondary points of contact identified in the preceding paragraph. Contractor will not respond to requests for service or support made by any other persons purporting to act on behalf of the OIG. KEY PERSONNEL All Contractor personnel who will perform work pursuant to this Agreement must be listed on Form C, and Contractor must include a current resume with this Agreement. The Contractor's personnel assigned to this Contract may not be replaced without the written consent of the OIG. Such consent shall not be unreasonably withheld or delayed provided an equally qualified replacement is offered. Contractor must provide a resume demonstrating adequate qualifications, prior to work commencement, of any personnel substitutions. TAXES Contractor is responsible for payment of all applicable taxes from the funds to be received under this contract. Contractor's federal tax identification number is _________________. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 13 of 21
  • 16. PAYMENT TERMS In consideration for the services required in this Agreement, the City will pay Contractor a maximum compensation not exceeding $75,000 for the duration of the entire contract. Payments will be made to the Contractor after written acceptance by the OIG of the payment task and approval of an invoice. The OIG will make every reasonable effort to make payments within 30 days of the approval of invoice and under a valid contract. Payment will be made only on approval of Alaina Stewart. During the execution of tasks contained in the Scope of Services, the Contractor must submit invoices at least monthly or more frequently when the total amount of an invoice exceeds $1,000. Payment terms are as contained in the Fee Proposal, Attachment V, attached hereto and made a part of this contract. ASSIGNMENT No contractor shall assign any interest in this Agreement by assignment, transfer, or novation, without prior written consent of the OIG. This provision shall not be construed to prohibit the contractor from assigning to a bank, trust company, or other financial institution any money due or to become due from approved contracts without such prior written consent. Notice of any such assignment or transfer shall be furnished promptly to the OIG. EQUAL EMPLOYMENT OPPORTUNITY In all hiring or employment made possible by, or resulting from this Agreement, there (1) will not be any discrimination against any employee or applicant for employment because of race, color, religion, gender, age, physical or mental disability, national origin, sexual orientation, creed, culture, or ancestry, and (2) where applicable, affirmative action will be taken to ensure that the Contractors employees are treated during employment without regard to their race, color, religion, gender, age, physical or mental disability, national origin, sexual orientation, creed, culture, or ancestry. This requirement shall apply to, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. All solicitations or advertisements for employees shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, gender, age, physical or mental disability, national origin, sexual orientation, creed, culture, or ancestry. CONFLICT OF INTEREST In the interest of ensuring that efforts of the Contractor do not conflict with the interests of the City, and in recognition of the Contractor’s responsibility to the City, the Contractor agrees to decline any offer of employment if its independent work on behalf of the City is likely to be adversely affected by the acceptance of such employment. The initial determination of such a possibility rests with the Contractor. It is incumbent upon the Contractor to notify the City, Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 14 of 21
  • 17. through its Office of Inspector General, and provide full disclosure of the possible effects of such employment on the Contractor's independent work in behalf of the City. Final decision on any disputed offers of other employment for the Contractor shall rest with the City through its Office of Inspector General. ACKNOWLEDGMENT OF EXCLUSION OF WORKER’S COMPENSATION COVERAGE Contractor herein expressly agrees and acknowledges that it is an independent contractor as defined in R.S. 23:1021 (6) and as such, it is expressly agreed and understood between the parties hereto, in entering into this services agreement, that the City of New Orleans shall not be liable to the Contractor for any benefits or coverage as provided by the Workmen's Compensation Law of the State of Louisiana, and further, under the provisions of R.S. 23:1034 anyone employed by the Contractor shall not be considered an employee of the City for the purpose of Worker’s Compensation coverage. ACKNOWLEDGMENT OF EXCLUSION OF UNEMPLOYMENT COMPENSATION COVERAGE: Contractor herein expressly declares and acknowledges that it is an independent contractor, and as such is being hired by the City under this Agreement for hire as noted and defined in R.S. 23:1472 (E), and therefore, it is expressly declared and understood between the parties hereto, in entering into this services Agreement, or agreement for hire, and in connection with unemployment compensation only, that: Contractor has been and will be free from any control or direction by the City over the performance of the services covered by this Agreement; and Services to be performed by Contractor are outside the normal course and scope of the City’s usual business; and Contractor has been independently engaged in performing the services listed herein prior to the date of this agreement. Consequently, neither Contractor nor anyone employed by Contractor shall be considered an employee of the City for the purpose of unemployment compensation coverage, the same being hereby expressly waived and excluded by the parties hereto. WAIVER OF SICK AND ANNUAL LEAVE BENEFITS It is expressly agreed and understood between the parties entering into this services agreement that the Contractor, acting as an independent agent, shall not receive any sick and annual leave benefits from the City of New Orleans. JURISDICTION The Contractor hereby consents and yields to the jurisdiction of the State Civil Courts of the Parish of Orleans, and does hereby formally waive any pleas of jurisdiction on account of the residence elsewhere of the Contractor. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 15 of 21
  • 18. CANCELLATION Either party to this Agreement may terminate the agreement at any time during the term of the agreement by giving the other party written notice of said intention to terminate at least (30) days before the date of termination. AUDIT AND OTHER OVERSIGHT The Contractor understands and will abide by all provisions of the Code of the City of New Orleans, Chapter 2, Art. XIII, Sect. 2-1120, as adopted by City Ordinance No. 22,888 M.C.S., (relative to the operations and authority of the City Inspector General), incorporated herein by reference. CONTRACT MODIFICATION No amendment or variation of the terms of this Agreement shall be valid unless made in writing, signed by the parties and approved as required by law. No oral understanding or agreement not incorporated in the Agreement is binding on any of the parties. SUBCONTRACTORS The Contractor may not subcontract any part of this Agreement. WARRANTIES Contractor warrants that all services called for in this Agreement will be performed in a workmanlike manner, and according to the description (including completion criteria) contained in the Scope of Services. Contractor warrants that it will make all commercially reasonable efforts not to include any Unauthorized Code in the installation of any software provided under this Agreement. “Unauthorized Code” means any virus, Trojan horse, worm or other software routine or component designed to permit unauthorized access to disable, erase, or otherwise harm software, equipment, or data, or to perform any other such actions. Excluded from this prohibition are identified and City-authorized features designed for purposes of maintenance or technical support. OWNERSHIP OF WORK PRODUCT All work and rights to work produced, developed or acquired by Contractor under this Agreement, including ownership of any copyrights to work produced under this Agreement, shall be transferred to and become the exclusive property of the City, and all materials developed or acquired under the Agreement shall be delivered to the City no later than the termination date for the Agreement. Contractor acknowledges that the compensation paid under this Agreement is due consideration for transfer of ownership of any copyrights for work produced under the Agreement. CONFIDENTIALITY All material, records, data, and information compiled by the OIG or IPM relating to a pending investigation, examination, audit, inspection, or performance review which may become Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 16 of 21
  • 19. available to Contractor in carrying out this Agreement are confidential and must be protected from disclosure. Contractor acknowledges a duty to protect all such material, records, data, and information and understands that unauthorized disclosure of confidential records or information may constitute a misdemeanor punishable, pursuant to La. R.S. 33:9614, by a fine of not more than two thousand dollars or imprisonment for not more than one year, or both. In addition, all proprietary information relating to the OIG or IPM computer networks, including but not limited to security access codes and security features, are confidential and Contractor must protect such information from disclosure to third parties. INDEMNIFICATION The Contractor shall indemnify, defend and save the City harmless against any and all claims, demands, suits, judgments of sums of money to any party accruing against the City for loss of life or injury or damage to persons or property growing out of, resulting from, or by reason of any act or omission or the operation of the Contractor, its agents, servants or employees while engaged in or about or in connection with the discharge or performance of the services to be done or performed by the Contractor hereunder and shall also hold the City harmless from any and all claims and/or liens for labor, services, or materials furnished to the Contractor in connection with the performance of its obligation under this Agreement. SOLICITATION Contractor has not employed or retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure the subject contract. Contractor has not paid or agreed to pay any person other than a bona fide employee of Contractor any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from this Agreement. CODE OF ETHICS The contractor acknowledges that Chapter 15 of Title 42 of the Louisiana Revised Statutes (R.S. 42:1101 et seq., Code of Governmental Ethics) applies to the Contracting Party in the performance of services called for in this Agreement. The contractor agrees to immediately notify the OIG if potential violations of the Code of Governmental Ethics arise at any time during the term of this Agreement. SEVERABILITY If any term or condition of this Agreement or the application thereof is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application; to this end the terms and conditions of this Agreement are declared severable. COMPLETE CONTRACT This is the complete Agreement between the parties with respect to the subject matter and all prior discussions and negotiations are merged into this Agreement. This Agreement is entered into with neither party relying on any statement or representation made by the other party not Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 17 of 21
  • 20. embodied in this Agreement and there are no other agreements or understanding changing or modifying the terms. ENTIRE AGREEMENT & ORDER OF PRECEDENCE This Agreement, together with the RFP and contractor’s proposal which are incorporated herein, shall, to the extent possible, be construed to give effect to all of its provisions; however, where provisions are in conflict, first priority shall be given to the provisions of the Agreement, excluding the Request for Proposals, its amendments and the Proposal; second priority shall be given to the provisions of the Request for Proposals and its amendments; and third priority shall be given to the provisions of the Contractor’s Proposal. THUS DONE AND SIGNED on the date(s) noted below: By: MITCHELL J. LANDRIEU, MAYOR By: N. JOLIVETTE BROWN, CITY ATTORNEY CONTRACTOR By: _________________ Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 18 of 21
  • 21. ATTACHMENT V: FEE PROPOSAL/KEY PERSONNEL • The hourly fees in this proposal include all company overhead, profit, and costs. • Expenses are not allowable under this contract and may not be billed to the OIG. • Travel time to/from on-site visits or any other travel required by the contract shall not be billed to the OIG. • All consultant time will be billed in increments of 1/10 hour. • Electronic communications will not be billed unless the content of the consultant’s single response exceeds 500 words. • All time billed will be detailed by date and time entry on the invoice with a description of the service provided, including whether the service was via email, telephone, remote access, or on-site. • Invoices will be sent to the OIG at least monthly or more frequently if the total amount of an invoice exceeds $1,000. • The company may not bill for more than one consultant to attend any meeting or provide any service unless the OIG gives advance written approval. Primary Consultant _____________________________ Hourly Rate $___________ Other consultants who may provide services: Name_________________________________________ Hourly Rate $___________ Name_________________________________________ Hourly Rate $___________ Name_________________________________________ Hourly Rate $___________ Please attach resumes for every person listed on this form. Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 19 of 21
  • 22. ATTACHMENT VI: CERTIFICATION The undersigned has authority to bind the bidder or offeror to the terms of this bid or proposal and hereby certifies on behalf of the bidder or offeror that: 1. The person, entity, or corporation submitting this bid or proposal, if selected for a contract award, will execute a contract that incorporates all of the terms of the invitation for bids or request for proposals and the bid or proposal; 2. The person, entity, or corporation submitting this bid or proposal is not delinquent in the payment of any taxes owed to the City of New Orleans; 3. This bid or proposal has been submitted without collusion with any person or entity; 4. No officer or employee of the City of New Orleans, or any department, agency, commission or board thereof has a financial interest in this proposal which would violate provisions of the Code of Ethics found in La. R.S. 42:1101 et seq.; 5. The bidder or offeror has not retained or employed any person, other than a bona fide employee working solely for the bidder or offeror, to solicit or secure a contract awarded through this bid or proposal process. The bidder or offeror has not paid or agreed to pay any person, other than a bona fide employee working solely for the bidder or offeror, any fee commission, percentage, gift, or other consideration contingent upon or resulting from any contract awarded through this bid or proposal process. 6. The bidder or offeror does not have any conflicts of interest, either ethical or legal, which would adversely affect the representation of the Office of Inspector General for the City of New Orleans. Should any such conflicts arise during the representation of the OIG, I will notify the OIG immediately in writing. Signed under pains and penalties of perjury: Sworn to and subscribed before me this ____day of _________________, 20___. _________________________ Signature ____________________________ _________________________ Notary Public (signature) Printed Name ____________________________ Printed Name of Notary _________________________ Title Notary ID#/Bar Roll # _________ _________________________ Date Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 20 of 21
  • 23. Form A. Representative Client List Please list representative clients for whom similar services have been provided in the past five (5) years and contact information so that the OIG may obtain a reference. Name of Client Name of Primary Primary Contact Date and description of services Contact address & phone provided Office of Inspector General RFP – IT Services RFP No. 7101-01107 Page 21 of 21