scope of work - dc water · pdf file5.8 clarification of proposal information: ... this...

58
DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSALS FOR LAWSON REMOTE MANAGED SERVICES RFP NUMBER: 14-PR-DIT-22 ISSUED DATE: JULY 1, 2014 DEADLINE FOR QUESTIONS: JULY 11, 2014 CLOSING RFP DATE: JULY 31, 2014 TIME: 2:00 P.M., EST

Upload: duongdan

Post on 30-Mar-2018

238 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

DISTRICT OF COLUMBIA

WATER AND SEWER AUTHORITY

DEPARTMENT OF PROCUREMENT

REQUEST FOR PROPOSALS

FOR

LAWSON REMOTE MANAGED SERVICES

RFP NUMBER: 14-PR-DIT-22

ISSUED DATE: JULY 1, 2014

DEADLINE FOR QUESTIONS: JULY 11, 2014

CLOSING RFP DATE: JULY 31, 2014

TIME: 2:00 P.M., EST

Page 2: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

2 of 47

Lawson Remote Managed Services

14-PR-DIT-22

REQUEST FOR PROPOSAL (RFP)

FOR

LAWSON REMOTE MANAGED SERVICES

TABLE OF CONTENTS

SECTION I: GENERAL INFORMATION PAGES

1.1 Synopsis of Procurement:…………..…………………………………………….. 7

1.2 Contract Award:…….…...…..………….………………….…………….….…..... 7

1.3 DC Water’s Current Environment:..……………………………………………… 7-9

1.4 Background of the District of Columbia Water and Sewer Authority:…………… 9

SECTION II: SCOPE OF SERVICES

2.1 Custom Modification Management and Support:……………………………….. .. 10

2.2 Database Management and Optimization:………………………………………… 10

2.3 Technical Upgrades:………………….….………………………………………… 10

2.4 Daily Operations Support Monitoring and Notifications:……….………………… 10

2.5 Service Coordination and Planning:………………...…..…………………………. 10

2.6 Level 2 Helpdesk:……..…………….…………….………………………………. 10

2.7 Lawson Support and Development Coordination:……..…………………………. 11

2.8 Performance Tuning:……………………………………………………….……… 11

2.9 Release Management:…………………………………………………………….. 11

2.10 Disaster Recovery Activities:…………………………………………………….. 11

2.11 System Technical and Procedural Documentation:………………………………. 11

2.12 Audit Assessment Support:……………………………………………………….. 11

2.13 24/7 System Health Monitoring:…………………………………………………. 11

2.14 Incident, Problem and Change Management:……………………………………. 12

Page 3: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

3 of 47

Lawson Remote Managed Services

14-PR-DIT-22

Table of Content

(continued)

SECTION III: CERTIFIED LOCAL/SMALL BUSINESS ENTERPRISE PROGRAM

3.1 General:…………………………………………………………………………… 13

3.2 Preferences:……………………………………………………………………….. 13-14

3.3 Preferences for Subcontracting with LBEs and LSBEs:……………………….…. 14-15

3.4 LBE and LSBE Documentation…………….:…………………………………….. 15-16

Contractor’s intent to subcontract with Certified Local and Local Small Business

Enterprises:…………………………………………………………………………….. 17

Certified Local and Local Small Business Enterprise Program Certification Statement:. 18

SECTION IV: GENERAL RFP SERVICES/PRODUCTS QUESTIONNAIRE

4.1 Company:…………………………………………………………………………. 19

4.2 Resumes:………………………………………………………………………….. 19

SECTION V: EVALUATION

5.1 General Evaluation Information:.………………………………………………… 19

5.2 Evaluation Process:………………………………………………………………. 19

5.3 Evaluation Criteria Factors:.……………………………………………………… 19-20

5.4 Requirements for Evaluation Factors:……………………………………………. 20-22

5.5 Drug-Free Workplace (July 1990):……………………………………………….. 22

5.6 Contact Person:…………………………………………………………………… 22

5.7 Oral Presentation:……………………….………………………………………... 22

5.8 Clarification of Proposal Information:…..……………………………………….. 22-23

5.9 Explanations to Prospective Respondents:..……………………………………... 23

5.10 Procurement Schedule:………………………………………………………….. 23

5.11 Cover Letter:…………………………………………………………………….. 23

Page 4: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

4 of 47

Lawson Remote Managed Services

14-PR-DIT-22

……………

5.12 Questions and Communication:…………………………………………………. 24

5.13 Failure to Submit Offer:…………………………………………………………. 24

5.14 Disputes:…………………………………………………………………………. 24

5.15 Protests:………………………………….……………………………………….. 24-25

5.16 Appeals:………………………………………………………………………….. 25

SECTION VI: SCHEDULE

6.1 Termination for Default Provision:………………………………………………. 25-27

6.2 Termination for Convenience Provision:………………………………………… 27-32

6.3 Stop Work Order Provision:.…………………………………………………….. 33

6.4 Acceptance Period:………….…………….……………………………………… 33

6.5 Term of Contract:…………………………………………………………….….. 33-34

6.6 Type of Contract:…...…………………………………………………………… 34

6.7 Hourly Rate Adjustment:………………………………………………………… 34

6.8 Payment and Invoices:…………………………………………………………… 34-35

6.9 Funding Limitation:……………………………………………………………… 35

6.10 Non-Disclosure/Confidentiality:………………………………………………… 35-36

6.11 Rights in Data:……………………………………………………………………. 36-37

6.12 Key Personnel:……………………………………………………………………. 37

6.13 Compliance with Laws:…………………………………………………………… 37

6.14 Standard of Performance:………………………………………………………… 37

6.15 Records and Audits:……………………………………………………………… 37-38

6.16 Time of Delivery:………………………………………………………………… 38

Table of Contents

(continued)

Page 5: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

5 of 47

Lawson Remote Managed Services

14-PR-DIT-22

Table of Contents

(continued)

6.17 Assignment of Anti-Trust:……………………………………………………….. 38

6.18 Use of the District of Columbia Water and Sewer Authority’s Name..………….. 38

6.19 Insurance Requirements:…………………………………………………………. 38

6.20 Contract Administration:…………………………………………………………. 38

SECTION VII: PROPOSAL PREPARATION AND SUBMISSION

7.1 Proposal Identification:……………………………………………………………. 39

7.2 Hand Delivery or Mailing of Proposals:…………………………………………... 39

7.3 Proposal Submission Date and Time:……………………………………………… 39

7.4 Proposal Size, Content and Organization:………………………………………… 40-43

7.5 Retention of Proposals:……………………………………………………………. 43

7.6 Examination of Request for Proposals:…………………………………………… 43

7.7 Competitive Negotiation:…………………………………………………………. 43

7.8 Acknowledgment of Addenda:……………………………………………………. 43

7.9 Restriction on Disclosure and Use of Data:……………………………………….. 43

7.10 Late Proposals and Withdrawals:………………………………………………… 43

7.11 Mid-Atlantic Purchasing Team Rider Clause:…………………………….……… 44

APPENDIX 1: PRICE SCHEDULE:……….…………………………………………… 45-47

The attachments listed below are incorporated by reference with this Request for Proposals. The

items identified with an asterisk (*) must be completed, signed by the appropriate representative

of the company, and submitted with the proposal.

A. General Contract Provisions for use with District of Columbia Water and Sewer Authority

Goods and Services Contracts, dated December 20, 2012;

B. Representations, Certifications, Acknowledgments, Affidavits and W-9 Request for

Taxpayer Identification Number and Certification*;

C. E.E.O. Information*;

D. Mid-Atlantic Purchase Team Rider Clause*;

Page 6: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

6 of 47

Lawson Remote Managed Services

14-PR-DIT-22

E. Wage Determination No.: 2005-2103, Revision No.: 13, dated June 19, 2013;

F. DC Water Works Employment Program*;

G. Cost and Price Analysis Form*; and

H. Vendor Information Form*.

Page 7: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

7 of 47

Lawson Remote Managed Services

14-PR-DIT-22

SECTION I: GENERAL INFORMATION INTRODUCTION

1.1 SYNPOSIS OF POCUREMENT

This Request for Proposal (RFP) is being issued by the District of Columbia Water and

Sewer Authority (DC Water), Department of Procurement on behalf of the Department

of Information Technology (DIT). DC Water is soliciting competitive sealed proposals

from competent and qualified firms to support Lawson Remote Managed Services. The

services to be supported will consist of the following:

Coverage of the entire application lifecycle, including upgrades;

Day-to-day application management;

Application support;

Technical support; and

Business Continuity/Disaster Recovery (DR).

This RFP is part of a competitive procurement process which helps to serve DC

Water’s best interests. It also provides firms with an opportunity for their services to be

considered. If a firm takes exception to any requirements specified in the scope of

services and any incorporated attachments, it shall be specifically stated in its response.

1.2 CONTRACT AWARD

It is anticipated that a contract will be executed with the firm selected to provide the

Lawson Managed Services with an effective date of October 1, 2014.

1.3 DC WATER’S CURRENT ENVIRONMENT IS AS FOLLOWS:

Database servers are Sun Solaris with Oracle 11G2

Applicants Servers are Windows 2008 R2 64bit in VM Ware Clusters

Individual application servers are configured for each of the following

applications:

o Lawson System Foundation (LSF) v9.0.1.11, Core Applications v9.0.1.8;

o WebSphere (WAS) v7.0.25 installed as separate instances on development,

test, production, and DR;

o Landmark Procurement Applications (LPA) v10.x, Bound Security with

LDAP AD LDS;

o Bouncy Castle v1.6;

o Lawson Business Intelligence (LBI) v10.1.5;

o Mobile Supply Chain Management (MSCM) v10.0.3;

o Smart Office vLCM9.0.1/LSO v10.0.4; and

o Infor Corporate Performance Management (CPM) Budget 10.4.0

(development, test, production).

Page 8: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

8 of 47

Lawson Remote Managed Services

14-PR-DIT-22

o The Lawson virtual server architecture consists of:

o 6 Production - located at Blue Plains SW, DC (5 + 1* external web server

for Supplier Portal);

o 2 Hot standby DR - located at DC Water’s back-up data center at O St SE,

DC

o 5 Test - located at Blue Plains SW, DC;

o 5 Development - located at Blue Plains SW, DC; and

o 2 Infor Corporate Performance Management (CPM) virtual servers:

o DC Water’s current function environment includes the following modules:

o General Ledger;

o Accounts Payable;

o Accounts Receivable;

o Procurement;

o Inventory Management;

o 49 LAUA security classes and LS9 security roles under development;

o Smartnotes;

o LBI;

o Infor/Lawson IPA and PFI (S3);

o Microsoft Add-ins;

o Mobile Supply Chain Management; and

o 13 Infor created custom 4GL interface forms and reports; and

o Grants and Budget.

o DC Water’s plans deploy:

o Requisition Center;

o Contracts Management;

o Supplier Portal;

o Wireless handhelds and barcode printers; and

o Strategic Sourcing.

o DC Water is using the following 3rd

party:

o MHC Document Express clients v4.1o Build 588;

o Perceptive Software ImageNow v6.6.0.604, 2 Windows 2008 R2 64Bit

VM servers, development and production;

o Machensoft – Kinsey and Kinsey Security Listener v3.4 on 1 Windows

2008 R2 64 Bit VM Server. o

o Lawson is interfaced with the following applications:

o Primavera P6 - for capital project accounts;

o Maximo - Materials management data and reporting;

Page 9: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

9 of 47

Lawson Remote Managed Services

14-PR-DIT-22

o Custom developed 4 GL COBOL - Lawson Professional Services developed

for Maximo interfacing;

o Orcom CIS - Customer service system interfaces with GL;

o Ceridian - Labor Distribution codes (to be Dayforce);

o ePayables - Bank of America ACH transactions;

o Scales - Custom interfaces from Mettler Toledo used to import scales

transactions into Lawson;

o Machensoft - Kinsey and Kinsey Security Listener and migration utility;

o VLM - DB trigger in Lawson outbound to VLM Warehouse SQL DB; and

o PHP5 - Custom reports and files transfers.

1.4 BACKGROUND OF THE DISTRICT OF COLUMBIA WATER AND SEWER

AUTHORITY

Historically as a part of the District’s Department of Public Works Water and Sewer

Utility Administration (WASUA) until on April 18, 1996, DC Law 11-111 established

the District of Columbia Water and Sewer Authority (WASA) as an independent,

regional utility agency by the Council of the District of Columbia.

DC Water serves the Washington metropolitan area with two core businesses:

1. Retail water distribution and wastewater conveyance and treatment for

approximately 500,000 residential, commercial, municipal and Federal customers

of the District of Columbia; and 2. Wholesale wastewater treatment for regional

service area of over 2 million (Montgomery and Prince George’s counties in

Maryland and portions of Fairfax and Loudoun counties in Virginia).

In support of these core businesses, DC Water establishes rates, fees, and other

charges for all service. This revenue pays for all operations including the operation

of the Blue Plains Wastewater Treatment Plant.

The legislation that established DC Water required the establishment of a Board of

Directors as the Authority’s governing body. The Board is comprised of 11

members and 11 alternates: 6 District of Columbia representatives, 2 Montgomery

County representatives, 2 Prince Georges County representatives and 1 Fairfax

County representative. The District members are appointed by the Mayor with the

advice and consent of the Council, of which, no more than 4 may be District

employees or officials. The Mayor also has the authority to appoint persons

recommended by the other participating jurisdictions to the remaining 5 positions.

END OF SECTION

Page 10: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

10 of 47

Lawson Remote Managed Services

14-PR-DIT-22

SECTION II: SCOPE OF SERVICES

DC Water is soliciting proposals from competent and qualified firms to provide Lawson

Remote Managed Services. The selected firm will provide dedicated resources to assist

with the services described below:

2.1 CUSTOM MODIFICATION MANAGEMENT AND SUPPORT

Manage and support changes that will affect custom COBOL 4GL coding and related

changes through tools like Design Studio, performance patch management for Critical

Transfer Packages (CTP), Environment Service Packages (ESP), Maintenance Service

Packages (MSP), Landmark, and WebSphere patches. The firm will work with

Information Technology (IT) on release schedule planning and of execution approved

changes.

2.2 DATABASE MANAGEMENT AND OPTIMIZATION

Analyze and maintain optimal database (DB) performance working with DC Water’s

Database Administrator (DBA), provide recommended Infor DB settings and review

with DBA.

2.3 TECHNICAL UPGRADES

Perform planned upgrades following Software Development Life Cycle (SDLC)

practices to all environments working in collaboration with DC Water’s IT staff. These

upgrades will also include network architecture changes in relation to the supported

environments.

2.4 DAILY OPERATIONS SUPPORT MONITORING AND NOTIFICATIONS

Provide monitoring of system resources, logs, and notifications on all events critical to

daily and afterhours business processes. Provide weekly status reports on overall

system health and performance to IT management.

2.5 SERVICE COORDINATION AND PLANNING

Provide support services for on/off hours, emergency and scheduled/unscheduled

outages directly or indirectly relating to but affecting the supported systems.

2.6 LEVEL 2 HELPDESK

Second tier support to the DC Water Information Technology Solution Center (ITSC)

for all end users and IT requests with escalation and incident case management through

Infor Xtreme Support and/ vendors support issue management system. This will include

planned afterhours and weekend project support activities. Provide a weekly summary

on all support requests and statuses.

Page 11: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

11 of 47

Lawson Remote Managed Services

14-PR-DIT-22

2.7 LAWSON SUPPORT AND DEVELOPMENT COORDINATION

Planning and development of tasks, and documentation for Infor application

development activities and/or projects undertaken by DC Water along with any

associated support task needs. Maintain up-to-date system version and patch records.

2.8 PERFORMANCE TUNING

Evaluate, test, and upon approval perform tuning activities to the outlined supported

applications, and Infor/Lawson required third party applications such as WebSphere.

2.9 RELEASE MANAGEMENT

Provide documentation, assist in planning, and execution of activates in accordance

with DC Water release management policies for the systems being supported. Monthly

release scheduling and Change Review Board participation will be required.

2.10 DISASTER RECOVERY ACTIVITIES

Evaluate, enhance, test, and support DR exercises and manage DR event activities

under DC Water supervision. Plan and execute quarterly DR testing activities.

Maintain a log of all DR activities and provide a summary report to DC Water

management.

2.11 SYSTEM TECHNICAL AND PROCEDURAL DOCUMENTATION

Review existing documentation and provide additional documentation for the

procedural and technical administration of the systems covering; but not limited to

scheduled maintenance tasks, user administration and security. Documentation should

be reviewed and updated every six (6) months. This will include software and

hardware versions associated with all supported systems.

2.12 AUDIT ASSESSMENT SUPPORT

Provide support to DC Water management in gathering data, compiling reports, review

remediation of audit findings on supported systems based on internal and external

audit findings. Familiarization with DC Water Information Security Policy and

procedure is required.

2.13 24/7 SYSTEMS HEALTH MONITORING

Monitoring of all systems health status, with immediate notifications on identified

problems with production systems. Provide notifications to DC Water’s IT

management on identified concerns, severity, and suggested steps to resolve problems

for approval. Utilize DC Water or approved third party tools for monitoring and

alerting purposes.

Page 12: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

12 of 47

Lawson Remote Managed Services

14-PR-DIT-22

2.14 INCIDENT, PROBLEM AND CHANGE MANAGEMENT

Provide incident, risk, and problem identification along with root cause identification

and proposed remediation plan for review by the IT Change Review Board or

management. The vendor shall follow DC Water’s IT Change Management policies

and procedures prior to remediation.

END OF SECTION

Page 13: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

13 of 47

Lawson Remote Managed Services

14-PR-DIT-22

SECTION III

CERTIFIED LOCAL/SMALL BUSINESS

ENTERPRISE PROGRAM

CERTIFIED LOCAL AND LOCAL SMALL BUSINESS ENTERPRISE PROGRAM

Preferences for Local Business Enterprises (LBEs) and Local Small Business Enterprises

(LSBEs)

3.1. General

DC Water is committed to the participation and utilization of certified LBEs and LSBEs in

its contracting and procurement activities. Pursuant to the Authority’s Procurement

Regulations and Business Development Plan, preferences shall apply in the evaluation of

bids and proposals from local and small businesses located within the District of Columbia,

Fairfax County, Loudoun County, Montgomery County and Prince George’s County.

To facilitate and encourage the participation of local and small business utilization and

participation, a preference will apply to competitive solicitations for goods, services,

construction and architectural and engineering services. In order to participate in the

preference program, a business enterprise shall have current certification or registration as a

LBE or LSBE by one of the following:

a) District of Columbia’s CBE Certification Program;

b) Montgomery County’s Minority, Female and Disabled Business Enterprises

Certification Program;

c) Prince Georges County’s Local, Minority Business Enterprise Registration Program;

d) Virginia Department of Minority Business Enterprise’s Small, Women and Minority

Owned Business Program as accepted by Fairfax County;

e) Virginia Department of Minority Business Enterprise’s Small, Women and Minority

Owned Business Program as accepted by Loudoun County; or

f) Other certification programs recognized by the District of Columbia; Fairfax

County; Loudoun County; Montgomery County; and Prince George’s County and

meet their respective criteria for Local and Local and Small Businesses.

3.2 Preferences

The Program provides for the utilization of preference points in evaluating proposals and a

percentage reduction in price in evaluating bids submitted by LBEs and LSBEs or Prime

Page 14: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

14 of 47

Lawson Remote Managed Services

14-PR-DIT-22

contractors utilizing LBEs and or LSBEs as subcontractors. For evaluation purposes, the

allowable preferences for a competitive solicitation are as follows.

a) Any prime bidder/proposer that is certified as a LBE will receive a maximum of five

percent (5%) reduction in the bid price in response to an Invitation for Bids (IFB) or

the addition of a maximum of five (5) points added to the overall score for proposals

in response to a Request for Proposal (RFP).

b) Any prime bidder that is certified or registered as a LSBE will receive a maximum

of ten percent (10%) reduction in the bid price or $100,000 in response to an

Invitation for Bids or the addition of a maximum ten (10) points added to the overall

score for proposals in response to a Request for Proposal (RFP).

The maximum eligible preference price reduction for a single bid is a total of ten percent

(10%) or $100,000, whichever is less.

The maximum number of eligible preference points for a single proposal is an additional ten

(10) points.

3.3 Preferences for Subcontracting with LBEs and LSBEs

a) If the prime bidder/proposer is not a certified LBE or LSBE, preferences will be

applied to the dollar value that is designated by the prime contractor for

subcontracting with LBE or LSBE firms.

b) If the prime bidder/proposer is a joint venture that is not a certified LBE or LSBE

joint venture, preferences will be applied proportionately based on the total dollar

value of the bid or proposal that is designated for the certified LBE or LSBE

participation in the joint venture.

c) If the prime bidder/proposer is a certified LBE, preferences will also be applied to

LBE and/or LSBE based on the dollar value that is designated by the prime

contractor for subcontracting with an LBE and/or LSBE.

The following formula will be used to calculate the number of preference points or

percent price reduction that will be used in evaluating the bid/proposal:

Proposal

Amount of LBE/LSBE subcontract divided by the total proposal amount times five

(5) points for LBE (or times ten (10) points for LSBE) equal applicable preference

points or:

LBE Subcontract Amount X 5 = Applicable points

Total Proposal Amount

Page 15: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

15 of 47

Lawson Remote Managed Services

14-PR-DIT-22

Bid

Amount of LBE/LSBE subcontract divided by the total bid amount times five

percent (5%) for LBE (or times ten percent (10%) for LSBE) equal applicable price

reduction or:

LSBE Subcontract Amount X 10 = Applicable % Price Reduction

Total Bid Amount

d) Any prime bidder/proposer receiving the full maximum bid price reduction or

maximum point addition to its overall score will not receive any additional price

reduction or points for LBE or LSBE participation on a subcontracting level.

e) When a joint venture includes a certified LBE or LSBE that owns and controls at

least fifty-one (51%) of the venture, the joint venture will receive the preferences as

if it were a certified LBE or LSBE.

f) When a prime contractor is a certified LBE or LSBE, the prime contractor shall

perform at least fifty-one percent (51%) of the contracting effort, excluding the cost

of materials, goods and supplies, with its own organization and resources.

3.4 LBE and LSBE Documentation

a) When the prime contractor is seeking a preference on the basis of subcontracting

with an LBE or LSBE, the prime contractor shall submit the following:

1) A completed Contractor’s Intent to Subcontract with Certified Local and Local

Small Business Enterprise Form; and a Certified Local and Local Small Business

Enterprise Form.

2) Assurance that the prime contractor will cooperate in any studies or surveys that

may be required by the contracting officer, and submit periodic reports, as

requested by the contracting officer, to allow DC Water to determine compliance

by the prime contractor with the subcontracting plan.

3) A copy of current LBE or LSBE certification or registration letter(s) from one of

the following:

a) District of Columbia Department of Small and Local Business Development;

b) Montgomery County Economic Development Agency;

c) Prince George’s County Minority Business Development Department;

d) Virginia Department of Minority Business Enterprise; or

Page 16: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

16 of 47

Lawson Remote Managed Services

14-PR-DIT-22

e) Other certification agencies and programs recognized by the District of

Columbia or a DC Water user jurisdiction and meets the District of

Columbia’s or user jurisdiction’s criteria for local and local and small

business enterprises.

Bidders/proposers should contact the applicable agency directly regarding its certification

procedures, requirements and/or certification or registration status as a LBE or LSBE.

4) Any material misrepresentation on the certificate form may result in termination of the

contract, contractor’s liability for civil and criminal action in accordance with the law, and

possible debarment.

The DC Water Business Development Plan can be accessed on-line at:

http://www.dcwater.com/business/special_contracts.cfm,or by contacting the DC Water,

Department of Procurement at 202/ 787-2704.

Page 17: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

17 of 47

Lawson Remote Managed Services

14-PR-DIT-22

CONTRACTOR’S INTENT TO SUBCONTRACT WITH CERTIFIED LOCAL and

LOCAL SMALL BUSINESS ENTERPRISES

Non-certified prime contractors may obtain consideration for evaluation of preferences for

subcontracting with certified local or local small business enterprises as described in

Attachment D: “Certified Local/Small Business Enterprise Program for Goods and Services

Contracts”, by completing this form for the qualifying subcontractor(s) with their response.

Solicitation Number: Project Name:

Name of Prime Bidder/ Proposer

If awarded this project, the Prime Contractor intends to use the following subcontractor(s):

Company Name Type of Work To Be

Performed

Estimated

Dollar Amount

Current

Certification

Type (Local or

Local Small)

Certificati

on

Number

Page 18: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

18 of 47

Lawson Remote Managed Services

14-PR-DIT-22

CERTIFIED LOCAL and LOCAL SMALL BUSINESS ENTERPRISE

PROGRAM CERTIFICATION STATEMENT

(To Be Filled Out for Each Certified Firm the Prime Contractor is Seeking Preference

Points)

Solicitation

Number:

Project Name:

Project Location:

Name of Bidding

Prime:

Total Bid

Price: $

Name of Certified

Subcontractor:

Address of Certified

Subcontractor:

Address 1

Address 2

City State Zip

Name of Certified Subcontractor Representative Title

Contact

Telephone: Contact

Email:

Amount of Planned Subcontract $

Description of Work to Be

Performed

Prime Contractor Signature Date Certified Subcontractor

Signature

Date

Page 19: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

19 of 47

Lawson Remote Managed Services

14-PR-DIT-22

SECTION IV: GENERAL RFP SERVICES/PRODUCTS QUESTIONNAIRE

4. 1 Company

Respondents shall provide a company profile including number of years in business,

business areas, number of employees, current major client areas and any other relevant

information as deemed necessary.

4.2 Resumes

Respondents shall provide a resume for each personnel proposed that substantiate the

qualifications of the individual.

SECTION V: EVALUATION

5.1 General Evaluation Information

Contract Award Criteria The contract will be awarded to the responsible offeror whose offer is most

advantageous to DC Water based upon the evaluation criteria specified below. Thus,

while the points in the evaluation criteria indicate their relative importance, the total

scores will not necessarily be determinative of award. Rather, the total scores shall

guide DC Water in making an intelligent award decision based upon the evaluation

criteria. DC Water reserves the right to reject any and all proposals determined to be

inadequate or unacceptable.

DC Water reserves the right to request oral presentations from those respondents

determined to be in compliance with the requirements and use the information derived

from the oral presentations, if any, in the evaluation. DC Water may award a contract

on the basis of initial offers received, without interviews or discussions. Therefore, each

initial offer should contain the respondent’s best terms from a technical standpoint and

cost.

5.2 EVALUATION PROCESS

Proposals will be evaluated by an evaluation committee composed of members who,

collectively, have experience in Lawson Remote Managed Services. The proposals and

qualifications statements will be evaluated in accordance with the process and criteria

specified in DC Water’s Procurement Regulations and Manual.

5.3 EVALUATION CRITERIA FACTORS

The evaluation factors set forth shall be used to evaluate each proposal. These factors

should be carefully examined and appropriately responded to in each proposal

submitted. Relevant to this RFP, a total of 110 points, including preference points for

Page 20: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

20 of 47

Lawson Remote Managed Services

14-PR-DIT-22

local and local small business enterprises, could be granted. The factors and their

respective points are described as follows:

FACTORS MAXIMUM

POINTS

A. Technical Capabilities 20

B. Experience of Proposed Resources 25

C. Qualifications of Proposed Team 25

D. References 10

E. Price 20

Factors Subtotal 100

Preferences

Local Business Enterprise (LBE) 5

Local Small Business Enterprise (LSBE) 5

Total Preference Points 10

Total Maximum Points 110

5.4 REQUIREMENTS FOR EVALUATION FACTORS

Proposals will be evaluated to determine their acceptability in accordance with the

criteria specified above. The award will be based on the best value to DC Water. The

proposals must address the five (5) criteria areas specified. The proposal sections shall

be externally tabbed in the order of the evaluation criteria. The first page must include a

summary of the proposed services. Respondents must provide detailed responses to the

factors specified below:

A. Technical Capabilities - 20 points

The respondent shall explain in detail how the firm intends to perform the

requirements as specified in Section II, Scope of Services of the (RFP). This shall

include a detailed explanation of how the respondent proposes to perform each

requirement specified. The respondent’s response should consider all

complexities/challenges, such as having adequate contingencies in place to ensure

timely and on-budget delivery.

B. Experience of Proposed Resources - 25 points

Staffing Skills:

Page 21: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

21 of 47

Lawson Remote Managed Services

14-PR-DIT-22

The proposed resources to support the project shall have the following minimal

qualifications. However, if additional resources are required, please list their

qualifications.

1. Senior Financial Suite and Procurement Suite Application Consultant

o => 10 years industry specific consulting

o => 7 years Lawson Financial consulting

o Certified Lawson consultant

o Bachelor’s degree in Computer Science, Engineering, or related field or

equivalent work experience

o Professional resume detailing Lawson consulting experience

2. Senior Technical Consultant

o => 10 years industry specific consulting

o =>7 years Lawson Technical consulting

o => 10 successful 9.x conversions

o Certified Lawson consultant (Windows OS)

o => 5 years experience supporting the integration and testing of non-standard

reports and interfaces to the Lawson Financial system such as:

3. Business Process Assessment Facilitator

o => 10 years industry specific consulting

o => years Lawson Financial consulting

o Certified Lawson consultant

o => 5 Lawson Business Process Assessment facilitations

o Bachelor’s degree in Computer Science, engineering, or related field or

equivalent work experience

o Professional resume detailing Lawson consulting experience

C. Qualifications of Proposed Team -25 points

Provide information regarding the experience of the team being offered for the

resulting contract to include the names of the project leader and all personnel to be

assigned; identifying key personnel, their respective roles, the time each will be

dedicated to the resulting contract and resumes for each showing their qualifications

with respect to the roles to be performed, experience in having performed the

same/similar role as the one contemplated under this contract, and detailed

techniques employed, as proof of their capability.

D. References - 10 points

The respondent shall provide five (5) references where respondent has performed

similar Lawson Remote Managed Services for public or commercial enterprises in

the last five (5) years, in terms of cost control, quality of work and compliance.

Page 22: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

22 of 47

Lawson Remote Managed Services

14-PR-DIT-22

E. Cost - 20 points

The respondent’s ability to provide a competitive, complete, comprehensive and

economical project pricing considering all of the activities outlined in the

requirements set-forth in the scope of services, and RFP requirements will be

evaluated.

The lowest proposal price of the proposals found to be responsive will be divided by

the price of the proposal being evaluated and the resulting quotient will then be

multiplied by the maximum points as reflected below:.

Example:

Lowest proposal price x 25 points maximum = _______

Price in proposal of (Score)

offeror being evaluated

5.5 DRUG-FREE WORKPLACE (JULY 1990)

Please reference Attachment B, Representations, Certifications, Acknowledgments,

affidavits and W-9 Request for Taxpayer Identification Number and Certification,

regarding a Drug-Free Workplace.

5.6 CONTACT PERSON

Maxine Y. Buchanan, Senior Contract Administrator

District of Columbia Water and Sewer Authority

Department of Procurement

5000 Overlook Avenue, SW, Room 200

Washington, DC 20032

Telephone number (202) 787-2023

Fax number (202) 787-2042

E-mail: [email protected]

5.7 ORAL PRESENTATION

Respondents who submit a proposal in response to this RFP may be required to give

an oral presentation of their proposal. This provides an opportunity for the respondents

to clarify or elaborate on the proposal. This is a fact finding and explanation session

only and does not include negotiation. Oral presentations are an option and may or

may not be conducted.

5.8 CLARIFICATION OF PROPOSAL INFORMATION

DC Water reserves the right to request verification, or clarification of any information

Page 23: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

23 of 47

Lawson Remote Managed Services

14-PR-DIT-22

contained in any of the proposals. This clarification may include checking references

and securing other data from outside sources, as well as from respondents.

5.9 EXPLANATIONS TO PROSPECTIVE RESPONDENTS

Any prospective respondent desiring an explanation or interpretation of this RFP

must request it in writing. Requests should be directed to the Contact Person at

the address listed in Section 5.6 no later than 4:00 p.m., on July 11, 2014.

Questions may be e-mailed or faxed. Oral explanations or instructions given before the

award of the contract will not be binding.

5.10 PROCUREMENT SCHEDULE

RFP Advertised June 29, 2014

RFP Available on Website/Pick-up July 1, 2014

Deadline for Questions July 11, 2014

Responses to Questions July 18, 2014

RFP Closing Date July 31, 2014

Establish Proposals Competitive Range August 5, 2014

Respondents selected for Oral Presentations, Interviews,

Discussions, if required

August 19, 2014

Selection of Firm September 12, 2014

Negotiation of Contract September 16, 2014

Contract Award Date October 1, 2014

5.11 COVER LETTER

A cover letter on the respondent’s letterhead shall be submitted and include but need

not be limited to the following information:

A. The signature of a person authorized to bind the respondent legally to the extent of

work and financial obligation outlined in the proposal.

B. A statement that the proposal will be valid for 120 days.

C. Identification of all the material enclosures submitted in response to the RFP.

D. A summary of the submitted offering and a brief statement of the respondent’s

qualifications to meet the needs as described in this RFP. This information shall

include:

1. The names/titles of the individuals that assisted in the preparation of the

proposal and their relationships to the respondent.

2. The name, address and telephone number of the individual to whom inquiries

relating to this proposal shall be directed.

Page 24: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

24 of 47

Lawson Remote Managed Services

14-PR-DIT-22

5.12 QUESTIONS AND COMMUNICATION

All communications regarding this RFP by prospective respondents or its employees,

agents or consultants, direct or indirect, should be directed to the Department of

Procurement representative designated in Section 5.6, “Contact Person”, of this RFP.

Any communication regarding this RFP by an respondent or its employees, agents or

consultants, direct or indirect, with DC Water’s Board Members or DC Water

employees, are expressly prohibited.

Questions and comments regarding the meaning or interpretation of any aspect of this

solicitation must be submitted in writing to the Procurement Contact identified

herein and must be received on or before the deadline for submitting questions. Only

written questions will be acceptable. Questions and/or comments which are submitted

after the deadline will not be answered. DC Water will respond to all timely questions

and comments that are properly submitted and are deemed to address a matter that is

relevant and substantive in nature within a reasonable period of time, in the

form of a written addendum that will be transmitted to all prospective respondents at

the address furnished to DC Water for such purpose. Oral communications between

DC Water and any prospective respondent regarding the interpretation or meaning

of any aspect of this RFP are not authorized and will not be relied upon for any

purpose.

5.13 FAILURE TO SUBMIT OFFER

Recipients of this solicitation not responding with an offer should not return this

solicitation. Instead, they should advise the contract administrator by letter whether

they want to receive future solicitations for similar requirements. It is also requested

that such recipients advise the contract administrator of the reason for not submitting a

proposal in response to this RFP. If a recipient does not submit an offer and does not

notify the contract administrator that future solicitations are desired, the recipient's

name may be removed from the applicable mailing list.

5.14 DISPUTES

Contract Dispute Resolution: DC Water shall attempt to resolve all contract disputes

arising under, or relating to, contracts by mutual agreement after informal discussions

have taken place between the contractor and DC Water.

5.15 PROTESTS

Protests directed to the terms, conditions, or form of a proposed procurement action,

must be received by the Contracting Officer in writing not later than ten (10) calendar

days prior to the date established for opening of bids or receipt of proposals, except

that an initial protest that arises under an amendment to a solicitation may be filed up

to four (4) calendar days after the date the amendment was issued but in no case after

the time established for opening of bids or receipt of proposals.

Page 25: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

25 of 47

Lawson Remote Managed Services

14-PR-DIT-22

Protests of an award decision shall be filed in writing with the Contracting Officer

within five (5) calendar days of when the protester knew or should have known of the

facts and circumstances upon which the protest is based. Only bidders /proposers may

protest an award decision. Protests must be received by 5:00 p.m. according to local

time in the District of Columbia. Any protests received after that time will be

considered to be filed on the next day.

The Contracting Officer shall issue a decision within thirty (30) calendar days after the

protest is filed, subject to any extension approved by the General Manager. The

decision of the Contracting Officer shall be final and conclusive. No further

administrative remedies will be available to the protester.

The aggrieved party shall deliver the protest to the General Manager at:

DC Water

5000 Overlook Avenue, SW

Third Floor

Washington, DC 20032

A copy of the protest shall be delivered to the Procurement Director. It shall be

delivered to:

DC Water

5000 Overlook Avenue, SW

Second Floor

Washington, DC 20032

5.16 APPEALS

The right to appeal a decision of the Contracting Officer must be filed with a court of

competent jurisdiction.

SECTION VI: SCHEDULE

6.1 Termination for default provision

(a) The performance of work under the Agreement may be terminated in whole

or in part, in writing (a "Notice of Termination") by the Authority, whenever

the Contractor shall default in performance of the Agreement in accordance

with its terms, including, but not limited to, a failure to perform the services

within the time specified, or a failure to make progress as to endanger

performance of the Agreement, and the Contractor has failed to cure such

default within a period of five (5) days from the date of the notice of default

or such longer period as the Contracting Officer authorizes in writing.

Page 26: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

26 of 47

Lawson Remote Managed Services

14-PR-DIT-22

However, no such termination may be effected unless the Contractor is

given:

(1) Written notice to terminate (delivered by hand or certified

mail, return receipt requested) no less than five (5)

days before the date of termination; and,

(2) An opportunity for consultation with the Authority

before termination.

(b) In the event the Authority terminates the Agreement in whole or in part as

provided in part (a) of this Section, the Authority may procure, upon such

terms and in such manner as the Authority deems appropriate, services

similar to those so terminated, and the Contractor shall be liable to the

Authority for all reasonably incurred excess costs for similar services;

provided, however, that the Contractor shall continue the performance of the

Agreement to the extent not terminated under the provisions of this Section.

(c) If the Agreement is terminated as provided in part (a) of this Section, and in

addition to any other rights provided in the Section or which may exist at

law or in equity, the Authority shall be entitled to, and the Contractor shall

transfer title and deliver in the manner and to the extent directed by the

Contracting Officer, any completed or partially completed goods, drawings,

information, and contract rights as the Contractor has specifically produced

or specifically acquired for the performance of such part of the Agreement as

has been terminated; and the Contractor shall, upon direction of the

Contracting Officer, protect and preserve property in possession of the

Contractor in which the Authority has an interest.

(d) If the Authority terminates for default, an equitable adjustment in the price

provided for in the Agreement shall be made, but:

(1) No amount shall be allowed for anticipated profit on unperformed

services or other work; and

(2) Any payment due to the Contractor at the time of termination for

completed work delivered to and accepted by the Authority shall be at

the prorated portion of compensation provided for in the Agreement,

and may be adjusted to the extent of any damages, costs or losses of

any other kind the Authority incurs because of the default. The

Authority may withhold from amounts otherwise due to the

Contractor for any completed work such sum as the Contracting

Page 27: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

27 of 47

Lawson Remote Managed Services

14-PR-DIT-22

Officer determines to be necessary to protect the Authority against

any loss because of outstanding liens or claims of former lien holders.

(e) If, after Notice of Termination of the Agreement under the provisions of this

Section, it is determined for any reason that the Contractor was not in default

under the provisions of the Agreement, the rights and obligations of the

parties shall be the same as if the Notice of Termination had been issued

pursuant to part 6.2 of this Section, that is, as if Termination for

Convenience has taken place.

(f) The rights and remedies of the parties provided in this Section shall not be

exclusive and are in addition to any other rights and remedies provided by

law, in equity, or under the Agreement.

(g) In the event of a Dispute with respect to: (i) the amount of damages to which

the Authority is entitled as a result of a Termination under this Section (6.1);

(ii) the equitable adjustment, if any, made to the Agreement as a result of a

Termination under this Section (6.1); or (iii) an assertion by the Contractor

that Termination under this Section (6.1) was in substance a termination for

convenience under part 6.2 of this Section, such Dispute shall be subject to

Part 9 of these General Provisions. Nothing contained in this Section (g)

shall limit (or be construed to limit) the application of Part 9 to any

particular class or type of Dispute.

6.2 Termination for convenience provision

(a) In addition to the procedures described in part 6.1 of this Section, the

Authority may terminate the Agreement for its convenience, in whole, or in

specified part, for a reason or no reason whatsoever. Such termination

shall be in writing ("Notice of Termination for Convenience"). However, no

such termination may be affected unless the Contractor is given:

(1) Written notice to terminate (delivered by hand or

certified mail, return receipt requested) no less than

five (5) days before the date of termination; and,

(2) An opportunity for consultation with the Authority

before termination.

Any such termination shall be effected by delivery of a Notice of Termination for

Convenience, to the Contractor, specifying the extent to which performance of work under

the Agreement is terminated, and the date upon which such termination becomes effective.

Page 28: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

28 of 47

Lawson Remote Managed Services

14-PR-DIT-22

(b) After receipt of a Notice of Termination for Convenience issued pursuant to

this, and except as otherwise directed by the Contracting Officer, the

Contractor shall:

(1) Stop work under the Agreement on the date and to the extent specified in

the Notice of Termination for Convenience.

(2) Place no further orders or Subcontracts for materials, services, or

facilities except as may be necessary for completion of such portion of

the work that is not terminated.

(3) Terminate all orders and subcontracts to the extent that they relate to the

performance of work terminated by the Notice of Termination for

Convenience.

(4) Assign to the Authority, in the manner, at the times, and to the extent

directed by the Contracting Officer, all rights, title and interest of the

Contractor under the orders and Subcontractors so terminated, in which

case the Authority shall have the right, in its sole and absolute discretion,

to settle or pay any or all claims arising out of the termination of such

orders and subcontracts.

(5) Settle all outstanding liabilities and all claims arising out of such

termination of orders or subcontracts, with the prior written approval or

ratification by the Contracting Officer to the extent he may require,

which approval or ratification shall be final for all purposes of this

Section.

(6) Transfer title to the Authority and deliver in the manner, at the times, and

to the extent, if any, directed by the Contracting Officer:

(A) The fabricated or unfabricated parts, work in progress, completed

work, supplies, and other material procured as a part of, or acquired

in connection with, the performance of the work terminated by the

Notice of Termination for Convenience; and

(B) The completed or partially completed plans, drawings, information

and other property which, if the Agreement had been completed,

would have been required to be furnished to the Authority.

(7) Use its best efforts to sell, in the manner, at the times, to the extent, and

at the price or prices directed or authorized by the Contracting Officer,

Page 29: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

29 of 47

Lawson Remote Managed Services

14-PR-DIT-22

any property of the types referred to in Subparagraph (6); provided,

however, that the Contractor:

(A) Shall not be required to extend credit to any purchaser;

(B) May acquire any property under the conditions prescribed and at a

price or prices approved by the Contracting Officer; and

(C) Provided further, that the proceeds of any such transfer or disposition

shall be approved in reduction of any payments to be made by the

Authority to the Contractor under the Agreement, or shall otherwise

be credited to the price or cost of the work covered by the Agreement

and paid in such other manner as the Contracting Officer may direct.

(8) Complete performance of such part of the work as shall not have been

terminated by the Notice of Termination for Convenience.

(9) Proceed immediately with the performance of the above obligations

notwithstanding any delay in determining or adjusting the cost, or any

item of reimbursable cost, under this Section.

(10) Submit to the Contracting Officer a list, at any time after expiration of

the Plant Clearance Period, certified as to quantity and quality, for all

items of termination inventory not previously disposed of, exclusive of

items the disposition of which has been directed or authorized by the

Contracting Officer, and may request the Authority to remove such

items or enter into a storage agreement governing them. Not later than

ten (10) days thereafter, the Authority will accept title to such items and

remove them or enter into a storage agreement covering the same;

provided, however, that the list submitted shall be subject to verification

by the Contracting Officer upon removal of the items or, if the items are

stored, within forty-five (45) days from the date of submission of the

list, and any necessary adjustments to correct the list as submitted shall

be made prior to final settlement.

"Plant Clearance Period" means, for each particular property

classification (such as raw materials purchased parts and work in

progress) at any one plant or location, a period beginning with the

effective date of the termination for convenience and ending forty-five

(45) days after receipt by the Contracting Officer of acceptable

inventory schedules covering all items of that particular property

classification in the termination inventory at that plant or location, or

ending on such later date as may be agreed to in writing by the

Contracting Officer and the Contractor. Final phase of a plant clearance

period means that part of a plant clearance period which occurs after the

Page 30: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

30 of 47

Lawson Remote Managed Services

14-PR-DIT-22

receipt of acceptable inventory schedules covering all items of the

particular property classification at the plant or location.

(c) After receipt of a Notice of Termination for Convenience, the Contractor

shall submit to the Contracting Officer a claim setting forth the amount

believed to be due the Contractor, in the form with the certification and all

supporting documentation prescribed by the Contracting Officer. Such

claim shall be submitted promptly but in no event later than ninety (90)

days from the effective date of termination, unless one or more extensions

in writing are granted by the Contracting Officer upon request of the

Contractor made in writing within such ninety (90) day period or

authorized extension thereof. However, if the Contracting Officer

determines that the facts justify such delay, he may receive and act upon

any such termination claim at any time after such ninety (90) days or

extension thereof. Upon failure of the Contractor to submit this termination

claim within the time allowed, the Contracting Officer may, subject to any

review required by the Authority's procedures in effect as of the date of

execution of the Agreement, determine, on the basis of information

available to him, the amount, if any, due the Contractor by reason of the

termination and shall thereupon pay to the Contractor the amount so

determined.

(d) Subject to the provisions of part (c) of this Section, and subject to any review

required by the Authority's procedures in effect as of the date of execution of

the Agreement, the Contractor and Contracting Officer may agree upon the

whole or any part of the amount or amounts to be paid to the Contractor by

reason of the total or partial termination of work pursuant to this Section,

which amount or amounts may include a reasonable allowance for profit on

work done; provided, however, that such agreed amount or amounts,

exclusive of settlement costs, shall not exceed the amounts indicated in the

Agreement as reduced by the amount of payments otherwise made and as

further reduced by the Agreement price of work not terminated. The

Agreement shall be amended accordingly, and the Contractor shall be paid

the agreed amount. Nothing in part (e) of this Section prescribing the amount

to be paid to the Contractor in the event of failure of the Contractor and the

Contracting Officer to agree upon the whole amounts to be paid to the

Contractor by reason of the termination of work pursuant to this Section 6.2,

shall be deemed to limit, restrict or otherwise determine or effect the amount

or amounts which may be agreed upon to be paid to the Contractor pursuant

to this Section 6.2.

(e) In the event of the failure of the Contractor and the Contracting Officer to

agree as provided in part (d) of this Section, upon the whole amount to be

paid to the Contractor by reason of the termination of work pursuant to this

Section 6.2, the Authority shall pay to the Contractor the amounts determined

Page 31: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

31 of 47

Lawson Remote Managed Services

14-PR-DIT-22

by the Contracting Officer as follows, but without duplication of any

amounts agreed upon in accordance with part (d):

(1) for completed work and services accepted by the Authority, the price or

prices specified in the Agreement for such work, less any payments

previously made; plus

(2) With respect to services or work begun but not completed, the total of -

(A) the costs incurred in the performance of the work and services

terminated, including initial costs and preparatory expenses allocable

thereto, but exclusive of any costs attributable to the work and

services paid or to be paid for under Section 6.2(e)(1);

(B) the cost of settling and paying claims arising out of the termination of

work or services under subcontracts or orders as provided in Section

6.2(b) (5), which are properly chargeable to the terminated portion of

the Agreement, exclusive of amounts paid or payable on account of

work or services delivered or furnished by Subcontractors prior to the

effective date of termination, which amounts shall be included in the

costs payable under Section 6.2(e) (1); and

(C) a sum, as profit determined by the Contracting Officer to be fair and

reasonable, provided however, that if it appears that Contractor would

have sustained a loss on the entire Agreement had it been completed,

no profit shall be included or allowed under this Subparagraph (c) and

an appropriate adjustment shall be made reducing the amount of

settlement to reflect the indicated rate of loss; and

(D) the reasonable cost of the preservation and protection of property

provided that costs are actually incurred, and any other

reasonable costs incidental to the termination of work under the

Agreement, including expenses incidental to the determination of the

amount due to the Contractor as a result of the termination of work

under the Agreement.

(3) And less the amounts indicated in Part (h) of this Section.

(f) The total sum to be paid to the Contractor under Sections 6.2(e) (1) and

6.2(e) (2) shall not exceed the total Agreement price as reduced by

the amount of payments otherwise made and as further reduced by the

Agreement price of work not terminated. Except for normal spoilage,

and except to the extent that the Authority shall have otherwise

expressly assumed the risk of loss, there shall be excluded from the

Page 32: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

32 of 47

Lawson Remote Managed Services

14-PR-DIT-22

amounts payable to the Contractor under Section 6.2(e) (2), the fair

value, as determined by the Contracting Officer, of property which is

destroyed, lost stolen, or damaged so as to become undeliverable to

the Authority or a buyer pursuant to Section 6.2(b) (7).

(g) The Contractor shall have the right of appeal under Part 9 of these

General Provisions from any determination made by the Contracting

Officer under Section 6.2(c) or 6.2(e), except that if the Contractor

has failed to submit his claim within the time provided in Section

6.2(c) and has failed to request extension of such time, the Contractor

shall have no such right to appeal. In any case where the Contracting

Officer has made a determination of the amount due under Section

6.2(c) or 6.2(e), the Authority shall pay to the Contractor:

(1) If there is no right of appeal hereunder or if no timely appeal

has been taken, the amount so determined by the Contracting

Officer; or

(2) If an appeal had been taken, the amount finally determined on

such appeal.

(h) In arriving at the amount due the Contractor under this Section there

shall be deducted:

(1) All unliquidated advance or other payments on account

theretofore made to the Contractor applicable to the

terminated portion of the Agreement;

(2) Any claim which the Authority may have against the

Contractor in connection with the Agreement; and

(3) The agreed price for, or the proceeds of sale of, any materials,

supplies or other things kept by the Contractor or sold,

pursuant to the provisions of this part and not otherwise

recovered by or credited to the Authority.

(i) To the extent the partial termination has materially increased the

Contractor’s cost of performance for the remaining work; the

Contractor shall be entitled to an equitable adjustment to the terms of

the Agreement.

(j) The Authority may from time to time, under such terms and

conditions as it may prescribe, make partial payments against costs

incurred by the Contractor in connection with the terminated portion

of the Agreement whenever, in the opinion of the Contracting Officer,

Page 33: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

33 of 47

Lawson Remote Managed Services

14-PR-DIT-22

the aggregate of such payments shall be within the amount to which

the Contractor will be entitled hereunder. If the total of such

payments is in excess of the amount finally agreed or determined to

be due under this part, such excess shall be payable by the Contractor

to the Authority upon demand, together with interest computed at a

rate equal to the prime rate plus three percent (3%) per annum for the

period from the date such excess is received by Contractor to the date

on which such excess is repaid to the Authority; provided, however,

that no interest shall be charged with respect to any such excess

payment attributable to a reduction in the Contractor's claim by

reason of retention or other disposition of termination inventory until

ten (10) days after the date of such retention or disposition, or such

later date as determined by the Contracting Officer by reason of the

circumstances.

6.3 Stop work order provision

Whenever the Authority deems it advisable, the Authority may issue a stop-work

order. The stop-work order shall include: (1) a description of the work to be

suspended; (2) instructions concerning the Contractor's issuance of further orders for

materials or services; (3) guidance to the Contractor on action to be taken on any

subcontracts; and (4) other suggestions to the Contractor for minimizing costs.

Promptly after issuing the stop-work order, the Authority shall discuss the stop-work

order with the Contractor and modify the order, if necessary, in light of the

discussion. As soon as feasible after a stop-work order is issued, but before its

expiration, the Authority shall take appropriate action to (i) terminate the

Agreement; (ii) cancel the stop-work order; or (iii) extend the period of the stop-

work order if necessary. If the stop work order is not the result of a default by the

Contractor, and then to the extent necessary, an equitable adjustment to the

Agreement shall be made to reflect any increased costs incurred by the Contractor as

a result of such stop work order.

6.4 ACCEPTANCE PERIOD

The respondent agrees if its offer is accepted within one hundred and twenty (120) days

from the date specified in the RFP for the submission of proposals, to furnish all

services of the price stipulated in the Price Proposal.

6.5 TERM OF CONTRACT

6.5.a The term of the contract shall be for a base period of one (1) year from the award

date specified on page one (1) of the contract, subject to DC Water’s option to

extend the term of the contract in accordance with paragraphs 6.5.b and 6.5.c

below:

Page 34: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

34 of 47

Lawson Remote Managed Services

14-PR-DIT-22

6.5.b Option Period: If DC Water determines it to be advantageous, it may extend the

term of the contract for a period of two (2)years or a fraction of a year.

6.5.c Option to Extend the Term of the Contract:

1. DC Water may extend the term of the contract by written notice to the

contractor before the expiration of the contract. The option to extend the

contract does not commit DC Water to an extension nor does it in any

manner obligate funds against the subject contract. The exercise of this

option is also subject to the availability of funds at the time of the exercise of

the option.

2. The total duration of this contract including the exercise of any options

under this provision shall not exceed three (3) years.

6.6 TYPE OF CONTRACT

The type of contract awarded under this RFP will be a Firm Fixed Hourly Rate

Contract.

6.7 HOURLY RATE ADJUSTMENT

The hourly rates submitted are to be firm after the award of the contract. A request for

a rate adjustment is subject to approval or rejection by the Contracting Officer.

6.8 PAYMENT AND INVOICES

A. To obtain payment, the contractor shall (a) submit an invoice for payment,

accompanied by evidence acceptable to DC Water justifying payment of invoice;

(b) submit a report of services performed broken-down by task, including budget

expended to date and budget remaining for each task; (c) if eligible expenses are

sought, submit an itemization of such expenses and, if requested by DC Water,

copies of receipts and invoices.

B. At a minimum, invoices must contain the following information:

1. Contract Number;

2. Purchase Order Number;

3. Detail description of services performed;

4. Period of service covered by the invoice (billing period);

5. Total labor hours billed for straight time;

6. Net amount of the invoice; and

7. Invoices will be paid within thirty days.

C. All invoices submitted for payment should be sent to:

Page 35: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

35 of 47

Lawson Remote Managed Services

14-PR-DIT-22

The District of Columbia Water and Sewer Authority

Office of the Chief Financial Officer

Accounts Payable Branch

5000 Overlook Avenue, SW, 4th

Floor

Washington, D C 20032

Electronic e-mail address: Accounts [email protected]

6.9 FUNDING LIMITATION

The obligations of DC Water to fulfill financial obligations pursuant to this Contract

(including any indemnity obligation) are and shall remain subject to the provisions of

(i) the federal Anti-Deficiency Act, 31 U.S.C.§§ 1341, 1342, 1349-1351, 1511-1519

(2004), and D.C. Official Code §§ 1-206.03(e) and 47-105 (2001); (ii) the District

of Columbia Anti-Deficiency Act, D.C. Official Code §§ 47-355.01-355.08 (2006

Repl.) ((i) and (ii) collectively, as amended from time to time, the “Anti-Deficiency

Acts”); and (iii) Section 446 of the District of Columbia Home Rule Act, D.C.

Official Code §§ 1-204.46 (2001). Pursuant to the Anti- Deficiency Acts, nothing in

this Contract shall create an obligation of DC Water in anticipation of an appropriation

by Congress for such purpose, and DC Water’s legal liability for the payment of any

amounts under this Contract shall not arise or obtain in advance of the lawful

availability of funds for such purpose. No DC Water official or employee is authorized

to obligate or expend any amount under this Contract unless such amount has been

appropriated by act of Congress or is otherwise lawfully available. This Contract is

subject to termination by DC Water at any time if sufficient appropriations are not

made available by act of Congress; provided, however, that the determination of

whether sufficient appropriations are available shall be made by DC Water in its sole

discretion. Any termination of this Contract pursuant to this Section shall be a

termination for convenience by DC Water, subject to the respective terms and

conditions therein.

6.10 NON-DISCLOSURE/CONFIDENTIALITY

Each party may, during the course of performing this Agreement, have access to or

acquire knowledge regarding personnel, materials, data, systems, and other information

of or with respect to DC Water which may not be accessible or known to the general

public (“Confidential Information”), or confidential or trade secret information of the

Contractor. All Confidential Information disclosed by either Party will remain the

exclusive and confidential property of the Party. Neither Party may disclose the

Confidential Information without the prior written authorization of the other Party.

All Data which the Parties disclose to one another shall be Protected Information,

protected under the terms of this Agreement, if, in the case of information disclosed

in written or tangible form, such Data is marked with a legend or writing, stating that it

is Company Private, Proprietary, or with a similar marking, and if , in the case of

orally, visually, or electronically disclosed Data or Data disclosed in tangible form,

such Data is orally identified at the time of initial disclosure as being Company Private.

Page 36: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

36 of 47

Lawson Remote Managed Services

14-PR-DIT-22

Proprietary or with a similar identification and followed within thirty (30) days by a

written notice setting forth a brief description of the information and confirming the

Proprietary classification. All such Data identified as described above shall hereinafter

be referred to as “Protected Information”. For purposes of this Agreement, Protected

Information shall include all copies, duplicates, and reproductions of the Protected

Information, whether such copies, duplicates, or reproductions are produced by

Disclosing Party and whether they are produced mechanically, electronically, or

manually. Protected Information shall also include any documents, memos, notes, or

other information created by the Receiving Party incorporating, in whole or in notes, or

other information created by the Receiving Party incorporating, in whole or in part, the

disclosing Party’s Protected Information. All copies, duplicates and reproductions of

Protected Information and such memos, notes or other information containing Protected

Information shall be marked with the same restrictive legend contained on the original

Protected Information.

If the Disclosing Party inadvertently fails to mark as set forth above information for

(30) days after initial disclosure. The Protected Information will not be deemed to

include information which, (a) at the time of disclosure to the Receiving Party is

generally available to the public or thereafter, without any fault of the Receiving

Party, becomes available to the public or thereafter, without any fault of the Receiving

Party, becomes generally available to the public by publication or otherwise, or which

becomes general knowledge; or (b) was in the possession of the Receiving Party

prior to its disclosure by the Disclosing Party; (c) was independently made known

without restriction to the Receiving Party by a third party not under any obligation

of secrecy or confidentiality to the Disclosing Party; or (d) was developed by the

Receiving Party independently from the Protected Information disclosed to it by the

Disclosing Party; or (e) is required to be disclosed Pursuant to a legal, regulatory or

judicial order provided the Receiving Party shall promptly give the Disclosing Party

notice of such requirement and in the event the Disclosing Party is successful in having

such order reversed or rescinded prior to the Receiving Party’s required compliance, no

disclosure shall be made.

6.11 RIGHTS IN DATA

“Data”, as used herein, means recorded information, regardless of the form or media on

which it may be recorded. The term includes technical data and computer software. The

term does not include information incidental to contract administration, such as

financial, administrative, cost, or pricing, or management information.

All data first produced in the performance of this contract shall be the sole property of

DC Water. The contractor hereby acknowledges that all data including, without

limitation, computer program codes produced by the Contractor for DC Water, under

this contract are works made for hire and are the sole property of DC Water, but, to the

extent any such data may not, by operation of law, be works made for hire, the

Contractor hereby transfers and assigns to DC Water the ownership of copyright in

such works, whether published or unpublished.

Page 37: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

37 of 47

Lawson Remote Managed Services

14-PR-DIT-22

The contractor agrees to give DC Water all assistance necessary to perfect such rights

including, but not limited to, the works and supporting documentation and the

execution of any instrument required to register copyrights.

The contractor agrees not to assert any rights at common law or in equity in such data.

The contractor shall not publish or reproduce such data in whole or part or any manner

or form, or authorize others to do so, without the written consent of DC Water until

such time as DC Water may have released such data to the public. DC Water shall not

unreasonably withhold consent to the contractor’s request to publish or reproduce data

in professional journals.

6.12 KEY PERSONNEL

The personnel specified for project will be considered to be essential. If these

individuals are unavailable for assignment work under the contract, the Contractor

shall immediately notify DC Water and shall submit justifications (including

proposed substitutions) in sufficient detail to permit evaluation of the impact of the

project. Prior to the substitution of key personnel, the Contractor shall obtain the

written consent of DC Water as to the acceptability of the succeeding personnel;

provided that DC Water may ratify in writing such substitution. The new personnel’s

qualifications shall not be less than replaced personnel. Key personnel must be

replaced within five (5) days of notification of separation from the company.

6.13 COMPLIANCE WITH LAWS

The contractor shall, in the performance of services hereunder, fully comply with all

applicable Federal, state, and local laws, rules, regulations, or ordinances.

6.14 STANDARD OF PERFORMANCE

The contractor agrees to provide a high standard of professional service and will exert

its bests efforts within the time and funds available for said services. In determining

whether the contractor has performed accordingly, it is understood and agreed that DC

Water may measure the amount and quality of the effort against the representation

made by the contractor in its written proposal.

6.15 RECORDS AND AUDITS

The contractor shall maintain accurate records for all matters which relate to

contractor’s obligation hereunder in accordance with generally accepted accounting

principles and practices uniformly and consistently applied in a format that will

permit an audit. The contractor shall retain such records for a period of three (3) years

from the date of final payment under the contract to which such records relate. To the

extent that such records may be relevant in determining whether or not the contractor

is complying with its obligation under the applicable contract, DC Water and it

Page 38: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

38 of 47

Lawson Remote Managed Services

14-PR-DIT-22

authorized representatives shall have access to such records for inspection and audit at

all reasonable times during normal business hours.

6.16 TIME OF DELIVERY

Time of delivery is of the essence. The contractor shall be fully prepared and capable

of commencing work within five (5) calendar days from the date of the contract.

6.17 ASSIGNMENT OF ANTI-TRUST

For good cause, and as partial consideration for executing this contract, the contractor,

acting by and through its duly authorized agent, hereby conveys, sells, assigns and

transfers to DC Water all rights, title and interest in and to all causes of action it now

holds or hereafter may require under the anti-trust laws of the United States, the

District of Columbia, or any state or territory, relating to the particular goods,

materials or services purchased in connection with this contract.

6.18 USE OF DC WATER’S NAME

In connection with the contract, the contractor agrees, not to use DC Water’s name in

any form of publicity, or to release to the public any information relating to the work

to be performed or to otherwise disclose or advertise that the contractor has entered

into the contract, except with the specific prior approval in writing by DC Water.

6.19 INSURANCE REQUIREMENTS

All insurance provided by the contractor shall be in accordance the District of

Columbia Water and Sewer Authority General Provisions, Goods and Services

Contracts dated December 20, 2012.

6.20 CONTRACT ADMINISTRATION

6.20.a Contracting Officer: The contracting officer is the only official authorized

to contractually bind the Authority. The contracting officer is the General

Manger, or his designee, District of Columbia Water and Sewer Authority,

5000 Overlook Ave., SW., 3rd floor, Washington, DC 20032, telephone

number (202) 787-2609.

6.20.b Contracting Officer Technical Representative (COTR): The technical

representative is the technical expert for the contract and acts as a liaison

between the contractor and the Contracting Officer. The technical

representative is Biju Thomas, Manager, Enterprise Applications,

Department of Information Technology or designee, District of Columbia

Water and Sewer Authority, 5000 Overlook Ave., SW., Washington, DC

20032, telephone number (202) 787-2734.

Page 39: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

39 of 47

Lawson Remote Managed Services

14-PR-DIT-22

SECTION VII: PROPOSAL PREPARATION AND SUBMISSION

7.1 PROPOSAL IDENTIFICATION:

The original of the technical and price proposals should each be clearly marked

“Original”, and bear all required original signatures, RFP Number: 14-PR-DIT-22,

Lawson Remote Managed Services, should be delivered to the location stated in the

RFP, Sections 7.2, Hand Delivery or Mailing of Proposals, and 7.3, Proposal

Submission Date and Time, no later than the time and date specified in the RFP.

Respondents are to submit one (1) original only and six (6) copies each of the

Technical Proposal, and one (1) original only and only one (1) copy of the Price

Proposal.

The proposals must be in a sealed carton or cartons, clearly marked and labeled as

required. There should be two sealed inner packages, one of which must be clearly

marked and labeled “Technical Proposal”, and another of which must be clearly

marked and labeled “Price Proposal”. NOTE: Nothing stated herein shall preclude the

DC Water from requesting additional information and/or clarification and/or additional

documentation in support of any assertion made by any respondent. By submission of

a proposal, the respondent agrees to provide such additional clarification and/or

documentation in a timely manner. In some instances, the DC Water may be unable to

make a determination of the responsiveness of a proposal in the absence of such

information. A proposal cannot be evaluated for technical merit unless it is determined

to be responsive.

7.2 HAND DELIVERY OR MAILING OF PROPOSALS

Maxine Y. Buchanan, Senior Contract Administrator

District of Columbia Water and Sewer Authority

Department of Procurement

Room 200

5000 Overlook Ave., SW

Washington, D C 20032

7.3 PROPOSAL SUBMISSION DATE AND TIME

All proposals must be received no later than 2:00 p.m., EST, on July 31, 2014.

Proposals received after this date and time will not be considered. It is the respondent’s

responsibility to ensure the proposals are received timely.

Vendors should be aware that Blue Plain’s is a secured facility/plant. Vendors should

allow sufficient time for obtaining admission through the security office, for multiple

vendors may be attempting to submit proposals at the same time.

Page 40: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

40 of 47

Lawson Remote Managed Services

14-PR-DIT-22

7.4 PROPOSAL SIZE, CONTENT AND ORGANIZATION

Each proposal shall be typed on 8 ½” x 11” size paper, in a loose-leaf binder, tabbed to

point to each section as specified below:

The original proposal shall contain the following:

The proposal shall represent the best efforts of the respondent and will be evaluated as

such. It must set forth full, accurate, and complete information as required by this

section and other sections of this RFP. Telephonic, telegraphic, electronic, and

facsimile proposals will not be accepted. Unnecessarily elaborate brochures, elaborate

artwork, expensive paper and bindings, and other presentation aids are neither

necessary nor desired. The proposal shall be organized as follows:

7.4.a Technical Proposal:

1. Section I of the proposal shall consist of the following information:

a. A brief description of the firm including ownership structure and financial

viability;

b. An audited financial report for the past two (2) years. A prospective

contractor must have the financial capacity to perform the work. Audited

financial statements with favorable findings will be sufficient to establish

the financial capacity of the prospective contractor. In the absence of

audited financial statements, the prospective contractor will be required to

submit financial information, such as tax filings, and/or documents to

establish that it has the resources to perform the contract, or the ability to

obtain them.

c. The name of the respondent and whether it is a corporation, joint venture,

partnership (also show type of partnership) or a sole proprietorship;

d. If the respondent is a partnership or joint venture, names of general

partners or joint venturers;

e. State of incorporation or registration;

f. State in which the respondent pays or would be liable for income taxes;

g. Copy of any current license, registration, or certification to transact

business in the District of Columbia if required by law to obtain such. If

the respondent is a corporation or limited partnership and does not provide

a copy of license, registration, or certification to transact business in the

District of Columbia, the respondent shall certify its intent to obtain the

necessary license, registration, or certification prior to contract award, or

demonstrate its exemption from such requirements):

Page 41: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

41 of 47

Lawson Remote Managed Services

14-PR-DIT-22

h. The name, title, telephone number, and address of the person authorized

to negotiate on behalf of the respondent and contractually bind the

respondent, if other than the person signing the proposal; and

i. The respondent must sign the offer or proposal. Erasures, other changes

must be initialed by the person signing the offer. Offers signed by an

agent shall be accompanied by evidence of that agent’s authority, unless

that evidence has been previously furnished to the contracting officer.

2. Section II of the proposal shall consist of the respondent’s detailed

explanation of how the respondent intends to perform each requirement as

specified in Section II, Scope of Services of the RFP.

3. Section III of the proposal shall contain information pertaining to the

experience and qualifications of the respondent.

A. Respondents shall provide the following information for five (5)

projects the contractor has performed similar to those described herein.

Evidence of at five (5) projects shall include:

(i) Date of project;

(ii) Name of project; and

(iii) Volume of transactions or financial value of project or any other

relevant statistic

B. Provide five (5) references from prior and similar projects to

include:

(i) Name of client organization

(ii) Name, address, current phone number of staff members who directed

the project for the referenced client.

4. Section IV Qualification of key personnel for the proposal, shall contain the

resumes for all managerial or supervisory personnel who will be assigned to

work on the contract and identify all key personnel.

A. Provide the resumes of all managerial or supervisory personnel including

subcontractor(s) managerial and supervisory staff employed by or under

contract with the firm as of the date of proposal submission who are

expected to work in performance of the contract. Each resume shall

contain the following information:

(i) Full name;

(ii) Title and area(s) of specialty;

(iii) Affiliation (i.e., staff of respondent or subcontractor);

Page 42: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

42 of 47

Lawson Remote Managed Services

14-PR-DIT-22

(iv) Experience directly related to the proposed contract: if the individual

worked on any of the contracts cited in Section IV of the proposal,

they should be referenced by transaction name; and

(v) Education/training of the individual.

5. Section V of the proposal, shall consist of a description of the proposed

organizational structure which shows how the staff and any subcontractors

will managed and the reporting relationships. List the name of each proposed

employee and subcontractor employed for the project and the percentage

of time that each will devote to the performance of the contract The

respondent may not change the names of these personnel before or after

contract award without written permission from the contracting officer.

At a minimum this section shall include the following:

A. Location of headquarters;

B. A chart of the respondent’s internal organization which shows the

number of full-time personnel, contract staff members, and their

level of responsibility within that organization;

C. Prior and pending litigation/liens and debts (the respondent shall:

List and summarize any civil litigation and criminal prosecutions

Involving it and any litigation between it and any party involving

discrimination complaints and anti-trust suits within the last five

(5) years. This information shall also be submitted for the

respondent’s parent or subsidiary organization or any of its

subcontractors previously mentioned, shall list all existing debts owed

to participating jurisdictions and any liens placed on property of the

respondent within the last three (3) years; and

D. Respondents must also submit a letter of agreement for each

subcontractor and a detailed subcontracting plan which describes

the functions and tasks to be performed by each subcontractor.

7.4.b Price Schedule:

The price schedule shall consist of the following:

1. Respondents are to submit rates for each item position identified in

Appendix I, Price Schedule. Responding to services other than those

specified will not be considered. The prices set forth in the schedule

will be used for evaluation purposes and for establishing a contract

price.

Page 43: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

43 of 47

Lawson Remote Managed Services

14-PR-DIT-22

2. The contractor shall submit cost and pricing data and certification

that, to the best of the contractor’s knowledge and belief, the cost

or pricing data submitted was accurate, complete, and current

as of the date submitted with the proposal.

7.5 RETENTION OF PROPOSALS:

All proposal documents shall be retained by DC Water and therefore will not be

returned to respondents.

7.6 EXAMINATION OF REQUEST FOR PROPOSALS

Respondents are expected to examine Section II, Scope of Services and all

instructions and attachments in this RFP. Failure to do so will be at the respondent’s

risk.

7.7 COMPETITIVE NEGOTIATION

The Contracting Officer may procure goods and services through competitive

negotiation when a solicitation has failed to produce acceptable proposals.

7.8 ACKNOWLEDGMENT OF ADDENDA

Respondents shall acknowledge receipt of any addendum(a) to this solicitation by

signing and returning the addendum; or (b) identifying the a number and date in the

space provided for this purpose; or by letter or telegram including mailgrams. DC

Water must receive the acknowledgment by the date and time specified for

receipt of offers. A respondent’s failure to acknowledge an a may result in rejection

of the offer.

7.9 RESTRICTION ON DISCLOSURE AND USE OF DATA

Respondents who include in their proposals, data that they do not want disclosed to

the public or used by DC Water except for use in the procurement process shall mark

each sheet/page of data they wish to restrict with the following:

"Use or disclosure of data contained on this sheet/page

is subject to the restriction on the title page of this

proposal."

7.10 LATE PROPOSALS AND WITHDRAWLS

If it is determined that the proposal was delayed in the mail, in the communication

system specified or transmission or proposal, or for cause beyond the control due to

no fault or negligence of the respondent, the proposals will be received by the

Procurement Office.

Page 44: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

44 of 47

Lawson Remote Managed Services

14-PR-DIT-22

7.11 MID-ATLANTIC PURCHASING TEAM RIDER CLAUSE

Use of contract(s) by members comprising the Committee.

If authorized by the bidder(s), resultant contract(s) will be extended to any or all of the

listed members as designated by the bidder to purchase at contract prices in accordance

with contract terms.

Any member utilizing such contract(s) will place its own order(s) directly with the

successful contractor. There shall be no obligation on the part of any participating

member to utilize the contract(s).

A. Negative reply will not adversely affect consideration of your bid/proposal.

B. Each participating jurisdiction has the option of executing a separate contract

with the awardee. Contracts entered into with a participating jurisdiction may

contain general terms and conditions unique to that jurisdiction including, by

way of illustration and not limitation, clauses covering minority participation,

non-discrimination, indemnification, naming the jurisdiction as an additional

insured under any required Comprehensive General Liability policies, and

venue. If, when preparing such a contract, the general terms and conditions of

a jurisdiction are unacceptable to the awardee, the awardee may withdraw its

extension of the award to that jurisdiction.

END OF SECTION

Page 45: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

45 of 47

Lawson Remote Managed Services

14-PR-DIT-22

RFP: 14-PR-DIT-22

LAWSON REMOTE MANAGED SERVICES

APPENDIX 1 - PRICE SCHEDULE

(Respondents may use a Substitute Form for Pricing containing the Information

on this Schedule)

Respondents are to include lodging and reimbursable expenses in the hourly rate.

1. PROCESS REVIEW AND DOCUMENTATION:

Resource/Position Hourly Rate No. of Hours Price _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ Subtotal: _______ $__________ Other: (Describe): $ __________ Process Review and Documentation – Total: $__________

2. SCRIPT DEVELOPMENT:

Resource/Position Hourly Rate No. of Hours Price _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________

Page 46: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

46 of 47

Lawson Remote Managed Services

14-PR-DIT-22

APPENDIX I, PRICE SCHEDULE (continued) Subtotal: _______ $__________ Other: (Describe): $__________ Process Review and Documentation – Total: $__________

3. ENVIRONMENT SETUP:

Resource/Position Hourly Rate No. of Hours Price _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ Subtotal: _______ $__________ Other: (Describe): $__________ Process Review and Documentation – Total: $__________

4. TESTING:

Resource/Position Hourly Rate No. of Hours Price _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ Subtotal: _______ $__________ Other: (Describe): $__________

Page 47: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work

47 of 47

Lawson Remote Managed Services

14-PR-DIT-22

APPENDIX I, PRICE SCHEDULE (continued) Process Review and Documentation – Total: $__________

5. PRODUCTION MIGRATION:

Resource/Position Hourly Rate No. of Hours Price _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ _______________________________________ $_________ _______ $__________ Subtotal: _______ $__________ Other: (Describe): $__________ Process Review and Documentation – Total: $__________

6. OTHER SERVICES: (NOT INCLUDED ABOVE)

Describe: $_______________ TOTAL – ALL WORK (NUNBERS 1THROUGH 6) $________________

Page 48: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 49: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 50: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 51: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 52: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 53: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 54: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 55: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 56: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 57: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work
Page 58: Scope of Work - DC Water · PDF file5.8 Clarification of Proposal Information: ... This Request for Proposal (RFP) ... Scope of Work