ORPIN Opportunity Notice # 586-1009-15


ORPIN Opportunity Notice # 586-1009-15 - Rackcdn.comac1950af3ceefeabf780-5a080c52246e50dbf3394147fb757de2.r62.cf1.rackcdn.com/...

0 downloads 74 Views 590KB Size

ORPIN Opportunity Notice # 586-1009-15 NEW ACTIVE DIRECTORY ENVIRONMENT DEVELOPMENT / MIGRATION / INTEGRATION / EXCHANGE ONLINE (OFFICE 365) The Oregon Department of Community Colleges and Workforce Development (CCWD) issues the following Opportunity as CCWD’s official notice that CCWD is conducting an Informal Solicitation seeking at least 3 Quotes from qualified providers. This Notice provides an Opportunity for interested parties to submit Quotes to CCWD, describing their interest in, qualifications for, and quoted charges for CCWD’s consideration in a possible award of a professional services contract for services described herein.

Date of Issuance:

March 9, 2015

Quotes Due by:

March 23, 2015 by 12:00 p.m. At the CCWD Issuing Office

Issuing Office:

Oregon Department of Community Colleges and Workforce Development (CCWD) Attn: Kristi Bowman, Interim Designated Procurement Officer 255 Capitol Street NE Salem, Oregon 97310 Telephone: 503-947-2426 E-mail: [email protected]

Note: The terms “Opportunity” and “Solicitation” as used in this document hold the same meaning and are used interchangeably to describe this solicitation. The terms “Agency” and “CCWD” as used in this document hold the same meaning and are used interchangeably to describe the State of Oregon department conducting this procurement.

If you have a disability and need this material in an alternate format, please call Linda Hutchins at (503) 947-2456. If you know of someone who needs this accommodation, please let him or her know it is available. Equal Opportunity Employer (Igual Oportunidad De Empleo) Auxiliary services available upon request to persons with disabilities.(Las personas incapacitadas pueden solicitar medios y servicios auxiliares.)

1

RFQ Notice # 586-1009-15 Table of Contents

Section 1.

General Information 1.1 Solicitation Purpose 1.2 Project Background, Objectives & Goals 1.3 Anticipated Procurement Method & Agreement Types

Section 2.

Scope of Work & Services 2.1 Anticipated Project Service Elements 2.2 Anticipated Work and Services 2.3 Anticipated Project Services Timeframe 2.4 Anticipated Work / Services Schedule

Section 3.

Required Professional Qualifications, Knowledge & Experience

Section 4.

Quote Content & Submittal Requirements; Schedule; Review & Selection 4.1 Quote Content & Submittal Requirements 4.2 Opportunity & Quote Schedule 4.3 Review and Selection; Reservation of CCWD Rights

Section 5.

Review and Selection; Evaluation Process; Reservation of CCWD Rights 5.1 Review and Selection 5.2 Evaluation Process 5.3 Selection and Award 5.4 Reservation of CCWD Rights 5.5 Oregon Procurement Information Network System (ORPIN)

2

Section 1 – Opportunity & Solicitation Purpose; Project Background; Objectives and Goals; Anticipated Procurement Method & Agreement Types 1.1 Opportunity & Solicitation Purpose 1.1.1 Opportunity The Department of Community Colleges and Workforce Development (CCWD) is seeking Quotes from 3 qualified Information Technology businesses to perform the professional services described in this Opportunity notice. Information regarding the Project’s objectives and environment, the anticipated services that CCWD believes it will require, and the specific qualifications the agency is seeking in any service provider that may be considered are described in this RFQ. 1.1.2 Solicitation Purpose The purpose of this Opportunity is to solicit responses for the provision of information technology services required to design, develop and implement a new Active Directory Environment (ADE) and related Microsoft Office 365-based functionality for the Oregon Higher Education Coordination Commission’s (HECC) and its Office of Community Colleges and Workforce Development’s (CCWD). The selected service provider will perform the required work in conjunction with CCWD IT staff, and in partnership with the Department of Administrative Services Enterprise Technology Services (DAS‐ETS) and other entities specified by CCWD. 1.2 Project Background; Objectives and Goals Oregon Senate Bill 270 and House Bill 3120 started the move to transition the governance of Oregon’s higher education system to the Oregon Higher Education Coordination Commission (HECC) on July 1, 2015. The Department of Community Colleges and Workforce Development (CCWD) will become an office under the Higher Education Coordination Commission. CCWD and the HECC are beginning a project to create a new Microsoft Active Directory Environment for the HECC agency, in partnership with the Department of Administrative Services Enterprise Technology Services (DAS-ETS) and other agency partners. CCWD currently has 68 user accounts and the HECC currently has 30 user accounts that will be addressed in this RFQ for the implementation of a new Microsoft Active Directory (AD) Domain. The Project will also include migration of the CCWD Microsoft Exchange 2003 electronic mail system, and separately, the HECC Office 365 accounts currently maintained by the Oregon Department of Education to one Microsoft 365 electronic mail system, as well as the migration of the Agency’s shared drives, folders from the current Windows 2003/2008 Microsoft Active Directory to the New Microsoft Windows 2012 Active Directory. Separate from the work of this RFQ, at this same time CCWD is also engaged in replacing outdated computer hardware, and is establishing new resources for supporting and housing CCWD and other HECC data systems and databases, in order to perform the HECC’s mission. 1.3 Anticipated Procurement Method & Agreement Types CCWD is conducting this procurement as an informal solicitation of 3 Quotes as part of an informal intermediate procurement, which is defined in Oregon Administrative Rules (OAR) 125-247-0270 and 137-047-0270. CCWD anticipates awarding a single professional services contract to perform the work and services described in Part 2 of this Opportunity Notice. Note: Interested parties must note that any resulting contract will require the contractor to be immediately available to perform the work as requested by the agency. Note: While CCWD is conducting this Opportunity in the most fair, competitive manner possible to select the best qualified resource to perform the necessary services being contracted, interested parties should note that CCWD may receive responses to this Opportunity from organizations which have 3

performed services for the Agency on previous occasions. This note is for informational purposes only, is provided in the spirit of full disclosure, and is in no way meant to discourage the submittal of Quotes by qualified individuals or organizations which may not have direct prior experience working with CCWD on IT-related matters. As noted in Section 4, Quotes submitted in response to this RFQ will be objectively evaluated by individuals who are thoroughly familiar with the agency’s specific environment, needs and requirements, and with the subject knowledge that will be required of the service provider who will receive a contract as a result of this RFQ. Section 2. Anticipated Project Service Elements; Anticipated Work & Services; Anticipated Project Timeframe; Work/Services Schedule Interested Parties Note: All parties interested in this Opportunity are hereby advised that the information provided in Section 2 of the RFQ represents the Agency’s best current estimate of work and services required in the very short term to address Agency IT needs related to Active Directory Environment improvements. However, it is possible that changes in need and scope may be identified as necessary to best meet the Agency’s mission, and that any such adjustments may become part of or otherwise affect any contract awarded as a result of this RFQ. 2.1 Anticipated Project Service Elements CCWD anticipates that the following types of services will form the basic scope of work under any contract resulting from this RFQ: 

Consulting;



Active Directory & system design;



System development in conjunction with CCWD staff;



Functionality testing & troubleshooting in conjunction with CCWD staff;



Implementation in conjunction with CCWD staff;



Connectivity & information / data transfer activities in conjunction with CCWD staff;

The IT elements that will need to be designed, upgraded, acquired and / or migrated, and the service factors that will be part of the contracted work will include: 

New Microsoft Active Directory (AD)



New DHCP/DNS



New User Accounts, User Groups, Security Groups, Etc.



Migration of Exchange 2003 (CCWD) / Office 365 (HECC) accounts to single Office 365 Solution



Preparation for migration of existing applications identified from in-depth review of current network



Likely multiple office locations in Portland and Salem that have computers which will be on the new domain



Due to a short available time frame, these critical systems must be up and running by June 15, 2015.

2.2 Anticipated Work and Services The Agency anticipates that the following work activities and services will be performed under any contract resulting from this Opportunity. For purposes of submitting proposals in response to this Opportunity, Proposers should consider and factor all of the stated anticipated work and services in the development of their responses and cost quotes.

4

2.2.1 Project Planning (Kick-Off) Meeting With Agency staff, the contractor will co-lead a planning “kick-off” meeting for the project in order to: 

Evaluate the current situation and assess CCWD’s current ADE. Gain complete understanding of CCWD’s, Agency partners’, stakeholder’s, external customer’s, and other’s needs and requirements on the HECC information systems integration project. During the kick-off meeting CCWD will provide the contractor with background information regarding the program and the organization(s) which will be involved (to the degree this information is available/knowable at that time), and will identify individual contacts who will assist the contractor with completion of project.



Gather information from CCWD, other contractors performing IT and related work / services for the Agency, Agency’s partners, other state entities, stakeholders, or other entities on the expected outcomes for the project.



Assist the Agency with messaging, communications, program and initiative benefits, value propositions, and final-product expectations and needs satisfaction requirements with CCWD staff and any other partners or contractors present at/involved in this kick-off meeting.



During the kick-off meeting, Agency and the contractor will determine and agree on methodology, exact timelines and deadlines for performing the various services and required delivered outcomes.

2.2.2 Active Directory Migration Project During the Project, the contractor will provide a seamless migration to the new Active Directory, with a cutover taking place on a designated weekend. As part of the migration portion of the Active Directory Environment design effort, the contractor will: A. Review Current Active Directory Domain / TCP/IP Network 

Review the existing Active Directory infrastructure



Prepare and provide a migration plan, project plan, and timeline for Design, Testing, and Migration



Provide a risk and vulnerability assessment document detailing the potential risk of the project based on experience.

B. Design – New Windows 2012 Active Directory (AD) Domain 

Make recommendations to the Agency, and in conjunction with Agency, staff and contractor will design and implement a new Microsoft Windows 2012 Active Directory network.



Design the new HECC.OREGON.GOV Active Directory Domain

 

o Forest/Tree/Domain Architecture o Organization Units (OU) o Sites o Global Catalog (GC) o Trust o Groups o Domain Operations Mods o Naming Conventions o DHCP/DNS Using published best practices for Microsoft Active Directory Domains and File Servers, develop best practices that meet or exceed published best practices for AD security. Meet with agency IT Staff regularly to assure that deadlines are being met successfully.

5

C. Windows 2012 Active Directory (AD) Domain – New Domain 

Set up the new HECC.OREGON.GOV Active Directory Domain o Forest/Tree/Domain Architecture o Organization Units (OU) o Sites o Global Catalog (GC) o Trust o Groups o Domain Operations Mods o Naming Conventions o DHCP/DNS

D. Windows 2012 Active Directory (AD) Domain – Testing 

Perform testing, and demonstrate that the system, when implemented, provides full functionality, the definition for which is a fully operational ADE meeting the Agency’s operational requirements. Testing will encompass the following sites: o

o

Somerville Building – Salem 

HECC Employee Workstations



HECC Printers



Wireless Network (Employee Access / Guest Access)

Public Service Building – Salem 

CCWD Non-Migrated Servers



CCWD Employee Workstations



CCWD Printers

E. Windows 2012 Active Directory (AD) domain – Migration  

Migrate user accounts for CCWD accounts Migrate user accounts for HECC accounts

2.2.3 Office 365 Readiness Assessment, Onsite Discovery, Planning and Migration The contractor will provide the Office 365 migration plan, and execute the plan in conjunction with Agency staff. The contractor, in conjunction with Agency IT staff, will archive the users’ data that will be included in this migration so it will be seamless to the Agency’s users, with a cutover occurring on a designated weekend. The contractor will: Assessment / Onsite Discovery: 

Perform an onsite review of client systems to gather and capture information about existing infrastructure and develop plan migrating from Exchange 2003 to Office 365.



Identify potential challenges in this migration from Exchange 2003 to Office 365 and pose solutions on successfully migrating user exchange accounts.



Determine required tasks for configuring network and DNS



Conduct bandwidth assessment to calculate migration velocity for mailbox data



Perform User Identity and Account Provisioning



Identify mailbox size and item counts that will be migrated to Office 365

6



Determine mail-enabled applications and plan for configuration

Planning: 

Develop considerations to implement directory synchronization



Develop migration strategy



Plan for Active Directory Federation Services for use with single sign-on



Perform Exchange Online

2.2.4 Preparing Environment for a Migration from Exchange 2003 to Office 365 The contractor will perform the deployment of Office 365 in conjunction with Agency IT staff. The contractor will be responsible for the following activities required to prepare an environment for the Office 365 deployment: 

Implement enterprise-wide training with employees through at least three forms of communication

  

Prepare end user documentation on Outlook and the new Office 365 environment Assist with Domain Verification and Office 365 Registration Add and verify HECC.OREGON.GOV domain name with Office 365

  

Create DNS records to configure HECC.OREGON.GOV domain name for use with Office 365 services Configure on-premises AD for directory synchronization Deploy and configure Active Directory Federation Services to enable single sign-on



Exchange Online Service Configuration

 

Configure email coexistence with existing server and Exchange Online Mailbox quotas and archival/retention policies



Anti-spam and malware protection



Configure client computers and end-user experience

2.2.5 Office 365 Migration and Cutover

In conjunction with Agency staff, the contractor will perform the following activities and services in order to accommodate the migration and cutover of Office 365 to the new environment:    

Migrate and synchronize mailbox data to Exchange Online Update DNS to point to Office 365 Configure Outlook Web Access and Exchange ActiveSync for mobile phones and devices where applicable Perform Post-migration Service Testing of Office 365 functionality

2.2.6 Post Deployment Support and Office 365 Administration Training The awarded contractor will perform the following “post-deployment” support and Office 365 administration training activities: 

provide resources on-site to augment HECC/CCWD support staff for seven days after the migration is completed



provide onsite training with designated Agency IT staff regarding:



o

how to administer / manage Office 365 – Exchange Online

o

provide information about Office 365 Admin Best Practices

Manage Directory Synchronization (DirSync) 7

2.2.7 Additional Requirements The Agency will identify individuals and organizations with whom the contractor will engage and work with in performing the work and services on the Active Directory migration. The contractor will keep the Agency continually informed of planned tasks and activities to be performed, and strategies used for the development of the new network. 2.2.8 Travel The contractor will travel to different sites in Portland and Salem, designated by CCWD. Agency staff may also be assigned to accompany the contractor to specified locations to answer questions and provide guidance during the project. Other Agency, partner, or stakeholder staff may accompany CCWD staff and the contractor to the designated location(s) and be involved with the project activities. 2.3 Anticipated Project Services Timeframe The Agency anticipates that the work and services provided under any contract resulting from this Opportunity will begin on or near March 26, 2015. All contracted work must be completed by June 15, 2015. 2.4 Anticipated Work / Services Schedule Contracted work will generally occur during normal workweek days and hours, and some weekends as determined by Agency, to do the switching from the old environment to the new environment. The contractor and Agency will agree upon a mutually acceptable work schedule, however, the contractor must be available and adjust its work schedule upon Agency’s request. Section 3. Required Professional Qualifications, Knowledge & Experience In order to be considered for possible award of a contract resulting from this Opportunity, Responders to this RFQ must possess the following required professional qualifications, knowledge and experience: 

Have extensive, current knowledge of, and experience working with, Windows Active Directory Environments and Microsoft Office 365



Have verifiable experience in the effective design of complex network/security/remote access systems and solutions (demonstrated through professional business references).



Demonstrate experience in working with a wide variety of vendors and solutions to assure the best possible implementation.



Have experience performing onsite review of current networks to discover all necessary components for successful migration to newly built Windows 2012 Active Directory Environment.



Have experience working with State of Oregon agencies in reviewing / designing / implementing applications and elements, including Windows 2012 Active Directory environment or others very similar in makeup and complexity.



Ability to design the development and migration of current system/applications into the new Microsoft Active Directory Environment.



Have experience working with State of Oregon agencies in reviewing / designing / implementing Windows 2012 Active Directory environment.



Have experience with Office 365 Readiness Assessment, Onsite Discovery, and Planning



Have experience in providing and executing the Office 365 migration plan



Ability to effectively coordinate project activities, working with multiple partners and input sources

8



Ability to perform and effectively & efficiently complete work in high pressure environments including short timeframes



Be immediately available to begin work and services, and provide all resources necessary to complete contracted activities within established timeframe

As determined solely by CCWD, submitted Quotes which do not clearly describe and demonstrate the Responder’s possession of the stated required qualifications, will not be eligible for consideration under this Opportunity. Section 4 – Quote Content & Submittal Requirements; Opportunity & Quote Schedule; Review & Selection & Reservation of CCWD Rights 4.1 Quote Content & Submittal Requirements 4.1.1 Quote Content Requirements Quote responses must include the following content elements in order to be accepted and considered. Cover Letter and Responder Assurances - Each Quote must include a cover letter, not exceeding 1 page in length, identifying the entity submitting the Quote, and expressing their interest in being considered for possible award of a contract to perform the services described in this RFQ. The cover letter must be signed by an individual with authorization to enter into and bind the Responder to legal contract. Additionally, the cover letter will include the following statement: “As part of the following Response, the signature affixed to this cover letter by an authorized representative of this organization affirms our / my acknowledgement, understanding, and acceptance of all assurances found in Section 4.1.1 of this RFQ.” In submitting a Response to this RFQ, the Responder acknowledges and certifies the following assurances: (a) No attempt has been made or will be made by the Responder to induce any other person or firm to submit or not submit a Response in response to this RFQ; (b) Responder agrees to be bound by all terms and conditions of any resulting contract. (d) Responder has completely read and understands all the provisions of the RFQ. (c) The Response submitted is in response to the specific language contained in the RFQ, and Responder has made no assumptions based upon either (a) verbal or written statements not contained in the RFQ, or (b) any previously-issued RFQ. (d) The Response was prepared independently from all other Responders, and without collusion, fraud, or other dishonesty. (e) CCWD shall not be liable for any claims or be subject to any defenses asserted by Responder based upon, resulting from, or related to, Responder’s failure to comprehend all requirements of the RFQ. (f) CCWD shall not be liable for any expenses incurred by Responder in preparing and submitting its Response. (g) By submitting a Response in response to this RFQ, Responder is asserting that it can perform the work of the type described in Sections 1 and 2, in a professionally competent manner. (h) Responder confirms that the Responder meets the criteria as an independent contractor, as defined in ORS 670.600. (i) Responder certifies that the Responder will comply with all federal and state laws and requirements applicable to any ensuing contract for services. (j) Responder certifies that the Responder is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency.

9



The Cover Letter must also include “RFQ Notice # 586-1009-15”; the Responder’s contact’s name and their position title; business address; phone & fax number(s); and email address.



Written Narrative - Interested parties must submit a written narrative not exceeding five pages in length, describing their interest in, their qualifications for and experience in performing the type of work and services described in this notice, and which is similar to the Project described. Submitted narratives must provide information describing and demonstrating the following: o



Project understanding - (Responder re-states what they think CCWD is looking for & planning to do); o the Responder’s qualifications to successfully perform the types of services / work described in this Opportunity, including Responder’s possession of the knowledge, abilities and experience listed in Section 3; o A description of the Responder’s proposed approach to performing this work, including descriptions of their experience with similar types of research, analysis and output development; o A description of the Responder’s methodology for managing projects and collaborative client relationships with organizations such as Oregon state agencies; o A description of the resources, tools and other assets that the Responder will apply to the stated services and work; o Additionally, provide commentary on the results / outcomes that your customer(s) received from the performed work and services. Quoted Charge Rates - Responses must also include a written quote of charge rates for performing these services and work. Quotes must include a total charge for all services, and an itemized description of each type of charge being proposed, and the rate or other specific basis for each type of charge. Quotes must include itemized pricing for individual service elements:

o Solution Design for new AD Environment o Solution Design for Migration to Office 365 o Installation, configuration, and migration of 100 plus users, systems to new environment. The Quote’s charge rate section must not exceed 2 pages in length, and will not count against the 5 page maximum for the narrative portion of a proposal. Note Regarding Administrative Support and Materials: Any party selected as a contractor will provide all administrative support and materials necessary to perform and complete the services, work activities, deliverables of any contract resulting from this Opportunity. The Agency is not responsible for providing any administrative or clerical staff support, or materials, under any resulting contract resulting from this Opportunity. CCWD advises Responders to factor such “costs of doing business” into their quoted charge rates. Note Regarding Travel: The contracted work and services will require in-person activities and communications, including attendance at meetings in CCWD and other offices in Salem, and in Portland, and possibly may include attendance at meetings in other locations. CCWD will not pay for travel expenses, or for the time a contractor takes to travel to or from a site in order to perform the contracted work. Responders must incorporate recovery of any travel-related costs into their quoted charge rates, as a “cost of doing business”. Note Regarding Professional References Submittal of professional references as part of a Proposal is required under this Opportunity. In addition to the required Proposal narrative, Responders must provide a minimum of 2, up to a maximum of 3 professional references. The total number of references should not exceed two pages. References will not count against the 5 page narrative maximum. 10

References must include:  Name of business entity  Address of business entity  Contact person’s name and job title  E-mail address and telephone number of contact person  One to two sentence description of what the Responder’s role or engagement with the business entity was 4.1.2 Quote Submittal Requirements – Format and Delivery Quotes that do not meet the following submittal requirements will not be accepted or considered for award of a contract under this Opportunity. Quotes to this Opportunity from businesses must be submitted in the name of the legal entity through which the individual or organization is or will be registered to do business with the State of Oregon. All Quotes, including any received from individuals not representing themselves as a “legal business entity”, but who may offer professional services and otherwise meet all the qualifications and criteria set forth in this Opportunity notice document, must contain the Responder’s full legal name. The contracted party will be required to provide either their federal social security number or their federal tax identification number. Quote Document Format. Except as permitted for professional references in Section 4.1.1, all Quote documents must be submitted in the Microsoft Word application format, and must not be “writeprotected” or “edit-protected”, in order to accommodate CCWD’s unrestricted editing of the documents. Quote narratives delivered in PDF format or any other edit / write-restricted format may not be accepted or considered. Quote Delivery to Agency. Quotes must either be recorded in electronic-format on compact disk or flash drive media and delivered by mail, ground delivery or in person to the attention of the CCWD Procurement and Grants Officer at the address listed below, OR delivered as document(s) attached in an email submitted to the CCWD Designated Procurement Officer’s email address listed below. Note: Quotes may not be delivered by facsimile transmission. CCWD 255 Capitol Street NE Salem, OR 97310-1300 Attention: Kristi Bowman, Interim Designated Procurement Officer Email address: [email protected] Envelopes containing mailed Quotes must clearly reference Opportunity # 586-1009-15. Emailed responses must clearly reference Opportunity # 586-1009-15 in the message subject line. 4.2 Opportunity & Quote Schedule 4.2.1 CCWD will post notice of, and issue this Opportunity on March 9, 2015. 4.3.2 Submitted Quotes must be delivered to, and received by CCWD, marked to the attention of CCWD’s Designated Procurement Officer, no later than 12:00 pm (Pacific Time), on March 23, 2015. Section 5 - Review and Selection; Evaluation Process; Reservation of CCWD Rights 5.1 Review and Selection CCWD will review all Quotes that are properly submitted and make a determination as to which one, if any, will be awarded a professional services contract to perform the Project services. Any selection for award of a contract will be based solely on CCWD’s determination regarding which Quote will best serve the needs of CCWD, taking into account considerations including ability to perform the work, qualifications, experience, expertise and price. The information included in this Opportunity notice is all the information that CCWD has available for potential responders. Requests for clarification must be submitted in writing by mail or email to 11

CCWD’s Interim Designated Procurement Officer (identified on the first page of this notice), prior to the due date for delivery of Quotes. CCWD will attempt to address any requests for clarification in a timely fashion, but failure by CCWD to respond, or to provide additional information will not affect the conduct or results of this Opportunity. 5.2 Evaluation Process 5.2.1 Only those Quotes which are timely submitted in accordance with the terms and instructions in this Opportunity will be considered “responsive” and subsequently be evaluated. 5.2.2 Quotes will be evaluated on overall quality of content as scored against the evaluation criteria described herein, and responsiveness to the purpose and specifications of this Opportunity. Members of a proposal review panel comprised of Agency staff, and at Agency’s discretion, possible other qualified, objective individuals, will independently evaluate and score each responsive Quote received. 5.2.3 Evaluators will consider how well each Quote addresses or otherwise demonstrates the Proposer’s abilities to meet the requirements and qualifications, perform the work, and provide the services described in this Opportunity. Total evaluation scores will be determined using the following emphases for each area of the Quote’s evaluation criteria: 

Narrative – the strength, completeness, understandability of the Responder’s narrative response in describing their project understanding, approach to the work and methodology in providing the needed services – 40% of total score;



Narrative – the strength, completeness, understandability of the Responder’s narrative response in describing their possession of the required qualifications, including the ability, knowledge, and experience in performing the same or highly similar work - 30 % of total score;



Quoted Charge Rates for Services – the quoted total price and charge rates for performing the needed work and services described in this - 25 % of total score;



Professional References – minimum of 2 / maximum of 3 – 5% of total score



“Resident Bidder” Preference – for the purpose of evaluating Quotes received from this RFQ, and if applicable, an additional percentage will be added to the proposed total charge amount for a Quote received from any “Nonresident bidder”, in accordance with Oregon’s Reciprocal Preference Law, as described in ORS 279A.120. The following excerpts from the rule define “Nonresident” and “Resident” bidders and describe the process: “279A.120 (1) as used in this section: (a) “Nonresident bidder” means a bidder who is not a resident bidder. (b) “Resident bidder” means a bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the bid, has a business address in this state and has stated in the bid whether the bidder is a “resident bidder” under this paragraph. 279A.120 (2) For the purposes of awarding a public contract, a contracting agency shall: (a) Give preference to goods or services that have been manufactured or produced in this state if price, fitness, availability and quality are otherwise equal; and (b) Add a percent increase to the bid of a nonresident bidder equal to the percent, if any, of the preference given to the bidder in the state in which the bidder resides.

5.3 Selection and Award 5.3.1The proposal review panel, in its best judgment as reflected in the collective scoring of each panel member’s individual proposal scoring, may select a successful Quote from among the responsive Quotes submitted. CCWD will conduct the evaluation with the intent to award any contract to the Responder whose Quote will best serve the interests of CCWD and the HECC, taking into 12

account considerations including, but not limited to, qualifications, experience, expertise, resources, capacity, charge rates, suitability for a particular purpose and contractor responsibility under ORS 279B.110. If a contract is awarded, the Quote with the highest total point score shall be the first selected for award of any contract. 5.3.2 Note: All Responders, by submitting a Quote in response to this Opportunity acknowledge and agree to abide by any decision reached by the proposal review panel or CCWD with regard to the results of the evaluation process performed under this Opportunity. 5.4 Reservation of CCWD Rights CCWD reserves all rights regarding this Opportunity, including, without limitation, the right to: (a) Amend or cancel this Opportunity without liability if doing so is determined by CCWD to be in the best interest of the Agency; (b) Reject any and all Quotes upon finding that it is in the best interest of CCWD to do so; (c) Waive any minor irregularity, informality, or non-conformance with the provisions or procedures of this Opportunity, and to seek clarification from the Responder, if required; (d) Reject any Quote that fails to substantially comply with all prescribed Opportunity procedures and requirements. (e) Negotiate charge amounts and rates, statement of work and services, and any other terms and conditions prior to finalizing a contract for services. (f) Not make any contract award as a result of this Opportunity notice. 5.5 Oregon Procurement Information Network System (ORPIN) In addition to the Agency’s directly contacts made seeking three parties to respond to this RFQ, general notice regarding this informal Solicitation of 3 quotes is posted on the state’s ORPIN system. 5.5.1 ORPIN Usage: Responders unfamiliar with ORPIN may contact the State Procurement Office at DAS/SSD/SPO, 1225 Ferry St. SE - U140, Salem, OR 97301-4285; telephone (503) 378-4642. You may also look for updates on the following website: http://procurement.oregon.gov/. 5.5.2 This RFQ, including all attachments and exhibits, and any additions or deletions to, material changes in, or clarification of the RFQ (“Addenda”), are posted on ORPIN as part of the RFQ notice. Responders should consult ORPIN regularly until closing to avoid missing any Addenda. 5.5.3 ORPIN Registration: Responders are responsible for ensuring that their registration information is current and correct. The State accepts no responsibility for missing or incorrect information contained in the Responder’s registration information in ORPIN.

13