sealed request for proposal - mvendor.cgieva.com

15
Richard Bland College Sealed Request for Proposal Contact Center for Enrollment Management

Upload: others

Post on 03-Feb-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Sealed Request for Proposal - mvendor.cgieva.com

Richard Bland College Sealed Request for Proposal

Contact Center for Enrollment Management

Page 2: Sealed Request for Proposal - mvendor.cgieva.com

I. PURPOSE: The intent of this Request for Proposal (RFP or solicitation) is to establish a term contract through competitive negation by offering vendors with higher education experience an opportunity to submit proposals for specialized enrollment management focused contact center services as outlined in the Statement of Needs.

II. BACKGROUND: Richard Bland College (RBC) is a two-year public institution of higher education with residence halls. We have experienced a significant amount turnover in our admissions and student support offices. In an effort to supplement the work of our offices, we would like to partner with a vendor to provide call and conversion capabilities and eliminate bottlenecks in the enrollment funnel.

III. STATEMENT OF NEEDS: The College is seeking a qualified and experienced partner with higher education experience to provide specialized front-end contact center services to select College inquiries and applicants. RBC seeks a partner that understands the higher education space using superior technology and analytics to drive the best results. The audience includes prospective student inquiries and applicants. The awarded firm must demonstrate ability to provide a telephone call within 1 minute of receipt of an inquiry or applicant with abandon rates under 2%. The awarded firm must include clear escalation policies, knowledge management, service level agreements, and data analytics. The awarded firm is required to provide services from within the United States. A. Requirements:

1. General. The awarded firm shall: • Provide a telephone call within 1 minute of receipt of an inquiry or applicant with abandon rates under

2%, • Provide all services from their own location and using their own equipment.

2. Initial Calls. The awarded firm shall provide high-level customer service acting as the initial contact for

select inquiries and applicants. The awarded firm shall: • Provide appropriate staffing levels to achieve metrics specified; • Complete RBC initial training and certification process; training to be initially delivered by RBC to the

awarded vendor’s trainers who will then be responsible for training new staff; • Provide ongoing training in accordance with RBC training guidelines based on metrics and quality

assurance; • Provide quality assurance evaluations using live and recorded calls; • Provide initial telephone outreach within 1 minute of inquiry or application receipt; • Work with students through one-to-one text and email; • Provide ongoing outreach per defined strategy; • Use RBC’s Customer Relationship Management system (“Salesforce”) to document all activities and

input accurate notes; • Update and adhere to Do-Not-Call (“DNC”) requests to ensure compliance; • Follow the RBC process for servicing students to ensure outstanding service and with accurate

advising; • When contacted, conduct a “Consult”, defined as asking the following questions:

o What are the student’s needs? o Does RBC have what the student needs to meet their goals?

Page 3: Sealed Request for Proposal - mvendor.cgieva.com

• Provide Solution Building: If there is a match between the student’s needs and RBC’s offerings, provide a recommended solution to the student;

• Provide Follow up: Follow up with the student until the point of registration or close of conversations with RBC (i.e.: Registration or no interest demonstrated).

3. Hours of Operation. The hours of operation listed below should be based on the time zone of the student,

which includes all time zones in the U.S.: • Monday – Friday 9am – 9pm • Saturday 9am – 4pm • Sunday 9am – 4pm

4. Outbound Call Specifications. The following are the outbound call specifications for this engagement:

• Awarded firm caller ID to be RBC; • Awarded firm shall be assigned inquiries and applicants in Salesforce; • The awarded firm staff shall follow RBC phone outline; • The awarded firm shall abide by all RBC compliance requirements, including Telephone Consumer

Protection Act (TCPA)/DNC and outreach by time zones; • The awarded firm staff shall document all activities in Salesforce; • The awarded firm staff shall create case in Salesforce when warranted; • The awarded firm staff shall define a seamless warm transfer process to RBC colleagues resulting in

less than 1% drop calls; • X% penetration of the defined outreach strategy (TBD); • The awarded firm shall provide conversion from lead to application and conversion from application

to new student to be equal to or greater than RBC’s conversion rate.

5. Inbound Call. The awarded firm shall have the ability to answer calls coming back to inquiries assigned to them as well as other inbound calls during high volume times to receive rollover calls to partner. RBC will provide notice to the awarded firm for these periods quarterly although there may be additional needs that come up unexpectedly. No less than 14 days’ notice will be given for call roll-over of any significance for metrics outlined below. • Abandon rates less than 2%; • 80% of calls answered in 20 seconds or less; • Defined, seamless warm transfer process to RBC colleagues resulting in less than 1% drop calls; • Conversion from lead to application and conversion from application to new student to be equal or

greater than RBC staff.

6. Reporting. The awarded firm shall deliver daily and/or real-time observation and telephony metrics reports including, but not limited to, • Observation/quality assurance data to include:

o Agent name o Calls observed o Call rating o Standard data on the call observed o Call recording o Telephony metrics o Date/time of call o Abandon calls o Warm transferred calls o Drop calls o Call answer rate o Attempt rate o Contact rate o Average response time

Page 4: Sealed Request for Proposal - mvendor.cgieva.com

o Number of attempts per leads/applicants o Penetration rate of an outreach strategy o Length of call o Average talk time o Average handle time o Average agent ready vs. not ready time

• RBC will provide and review metrics with the partner on the following:

o Consult rate o Conversions o Student escalations/mis-advisements

B. Assumptions:

1. RBC will administer all admissions decisions and register the student in RBC’s Student Information System (“SIS”), which is currently Ellucian Banner, and work with students for financial assistance and payments. As such, a warm transfer process will be required.

2. The awarded firm will meet weekly with RBC Admissions leaders to provide status reports.

C. Schedule of Work/Timeline. RBC anticipates the awarded firm will start providing immediately upon award. RBC anticipates training will be mutually scheduled with the awarded firm and performed remotely.

D. Platform as a Service (PaaS), Software as a Service (SaaS), and Third-Party Services. RBC Policies related to SaaS, PaaS and Third-Party services are strictly adhered to in assessing risks, data integrity and to determine the level of accessibility that must be give and maintained. Specific activities include:

• Identification of security, privacy, legal and other organizational requirements for recovery of institutional resources such as data, software, hardware, and licenses at the termination of a service or contract.

• Assessment of third-party (vendor) security and privacy controls. • Including RBC’s security & privacy requirements in contracts. • Periodic reassessment of third-party services provisioned to ensure all contract obligations are being

met and to manage and mitigate risk.

IV. PROPOSAL UNDERSTANDING OF REQUIREMENTS:

1. All inquiries regarding the solicitation must be submitted in writing to the contracting officer, Preston Bousman via e-mail at [email protected] no later than 3 pm EST on Friday, June 04, 2021. Offeror should identify the solicitation number #RFP-A241-A59-1 in the subject line of the email. Responses to the clarifications may be posted in eVA’s Virginia Business Opportunity (VBO). The identity of the offeror will not be published with the response.

2. There shall be no communication of any type on any aspect of this solicitation, written or otherwise, by any

prospective offeror, including any sub-offeror, offeror’s agent or other type of offeror’s representative, with any employee or agency of the Commonwealth of Virginia, with the exception of the Contracting Officer. Failure to comply with this requirement may disqualify the proposal from participation in this opportunity.

3. Any resulting changes to the solicitation will be executed by the Contracting Officer by written addendum.

Page 5: Sealed Request for Proposal - mvendor.cgieva.com

V. PROPOSAL SUBMISSION REQUIREMENTS: Proposals may NOT be hand delivered to the Procurement Office.

Due to the COVID-19, RBC will only be accepting electronic submission of proposals. All submissions must be submitted to via eVA www.eva.virginia.gov.

A. Proposals should be as thorough and detailed as possible so that the Richard Bland College may properly evaluate your capabilities to provide the required goods/services. Offerors are required to submit the following items as a complete proposal:

Tab 1. Offeror Data Sheet, included as an attachment to the RFP, and other specific items or data

requested in the RFP. Tab 2. A written narrative statement to include:

• How the Offeror uses technology (i.e. systems, software, etc.) to perform services including, but not limited to: o Campaign strategy and management, including turnaround time for updating

campaigns and the system that is used to handle campaign management; o Reporting performance metrics, including system(s) used for reporting, a list of metrics

that can be captured and cadence and process for transmitting reports to RBC; o Integration with RBC’s CRM and other services/applications; o Assessment tools used to determine compliance, effectiveness, professionalism of

representatives, etc.; o Ticket creation and tracking; o Telecommunications.

• A project plan and development schedule with milestones including completion timelines for implementation;

• A detailed training plan and timeline for staffing; • Detail how the Offeror is compliant with GDPR, FERPA, Title IV, ADA and 508 regulations, and

TCPA/DNC; • How the Offeror provides Quality Assurance (QA) programs (include how you conduct QA and

provide follow-up training to staff as needed); • Offeror’s experience with non-English speaking students; • Offeror’s recruitment, training and retention methodologies for the contact center staff,

including the process for maintaining full staffing in the event of turnover, time off, etc., and the maximum call volume the Offeror can support;

• Emergency and Continuity of Operation Plans; • Knowledge base development; • Service Level Agreements (SLAs); • Key Performance Indicators (KPIs); • The Offeror assumptions regarding RBC resources and/or involvement; • Best Practices: the Offeror should present and detail best practices for engaging prospective

students they have implemented with other institutions.

Tab 3. Staffing Plan, Proposed Key Personnel Qualifications & Organizational Chart. Proposing firms are to provide a plan for the management and staffing of the contact center services being offered to the College. Provide the following:

a. A staffing plan showing the structure of the relationship with RBC and the day-to-day operations of the contact center.

Page 6: Sealed Request for Proposal - mvendor.cgieva.com

b. An organizational chart showing the management structure of the company with a description of the qualifications, credentials, and location of upper level management and regional management support staff, as well as those actually as dedicated to manage RBC’s account.

c. Provide names and resumes of the key personnel to be assigned to RBC. Resumes must include years of experience providing contact center services, employment history, client experience relative to the role related to RBC. For this engagement, key personnel shall include, but not limited to: • Project Manager: Responsible for the development of the deployment plan, integration

plan, communications and reporting plans. • Account Representative: RBC’s point of contact for the contract and also for managing

the relationship between the firm and RBC for the life cycle of the contract. It is expected this person be available for periodic meetings.

• Operations Manager: Responsible for the oversight of day-to-day operations and providing reporting, updates and recommendations on how to achieve RBC’s KPIs/

• Technical Lead: Responsible for systems integration support. The Offeror may add additional key personnel to the College’s account. By submitting this list of key personnel, Offeror is committing these individuals to RBC for the duration of the contract, if awarded. No personnel changes are permitted without written authorization from the College via a contract amendment. The College, at its sole discretion, reserves the right to request personnel changes if deemed in the best interest of the College and contract.

As needed or desired, provide a narrative to elaborate on special/unique qualifications and/or experiences of the Offeror or any member of its team, which make it uniquely capable to provide the proposed solution to RBC.

Tab 4. Evidence of Similar/Relevant Experience: Offerors are to provide evidence of a minimum of two (2) higher education clients, currently contracted or within the last two (2) years, that have similar scope requirements to RBC’s initiative. Provide client case studies of similar size, scope and complexity.

Provide details about the results from engagements with these clients. Sufficient description of the service center is to be included to allow RBC to evaluate the similarity and complexity. Client name, address, contact person, email address, and telephone numbers are to be provided. RBC may contact any of the clients provided to verify the information and to obtain a reference on the performance of the proposing firm.

Tab 5. Technical Questions: Offerors are to provide responses to the following questions:

• What process will you take to seek the most qualified staff for these services and accomplish the requirements in the Statement of Needs?

• Will all positions need to be hired or will the Offeror staff the contract from its current staff resources?

• How will staffing be managed during high volume times? • Are any services subcontracted? If so, detail these services and from what geographic

locations they reside in. • How will requests for custom reports be handled? • What is your experience with Salesforce EDA and Ellucian Banner? Include experience using

these systems for student interactions and managing integrations with these systems. • Will data from RBC be expected to flow out of RBC systems? If so, provide a narrative and

diagram of the data flows. • How will data flow from vendor systems into RBC systems? Provide a narrative and diagram

of the data flows. • Provide a narrative of the security features, controls and data governance currently in use.

Include a list of available control reports, third-party or self-assessments, and/or other

Page 7: Sealed Request for Proposal - mvendor.cgieva.com

applicable certifications your firm has undertaken or received (i.e. SOC2 Type 2 reports, ISO< NIST< HECVAT, etc..).

Tab 6. Pricing Proposals: Pricing proposals shall be inclusive of all costs of the services. A suggested format may look like the following:

Year 1 Costs: Project Management Integration Training Contact Center fulfillment

Year 2 & 3 Costs:

Tab 7. Financial Attestation:

• Annual Sales Volume for the entire company and he locations which will service the College on a per year basis for the last three (3) years for: o All services o Higher Education Contact Center services

• Provide a statement or attestation of the company’s financial condition to confirm that is has adequate financial resources to support its Technical Proposal response. Financial statement and/or attestation may include: a) letter signed by authorized company personal attesting to its financial viability (preferably notarized statement); or b) any documentation the Offeror feels adequately attests to its financial resource viability. It is acceptable that such documentation be provided solely in the original copy of the RFP response.

B. Proposal Submission:

All required documentation and offerors proposal shall be submitted electronically via Vendor Registry at www.eva.virginia.gov no later than the date and time specified in this solicitation. The Vendor Registry system will not accept responses after the close date and time. Richard Bland College will not accept emailed or faxed proposals.

The Offeror name on the electronic proposal submittal shall be the same as the Contractor/Vendor name as the registration in Vendor Registry for the upload to be considered a valid response. ONLY ELECTRONIC SUBMISSION IS ALLOWED, NO PROPOSAL SUBMITTED OTHER THAN A VENDOR REGISTRY ELECTRONIC UPLOAD WILL BE ACCEPTED. Richard Bland College is not responsible for late submissions, missed Addendums, or questions not submitted before the end date and time.

Timely submission is solely the responsibility of the Offeror. The Vendor Registry System will not accept applications after the publicly posted date and time.

Proposals and all documents uploaded/submitted to Richard Bland College by an Offeror become the property of the College upon receipt.

C. Oral Presentation: Offerors who submit a proposal in response to this RFP may be required to give an oral presentation of

their proposal to the agency. This provides an opportunity for the offeror to clarify or elaborate on the proposal. This is a fact finding and explanation session only and does not include negotiation. The issuing agency will schedule the time and location of these presentations. Oral presentations are an option of the purchasing agency and may or may not be conducted.

VI. EVALUATION AND AWARD CRITERIA: Proposals shall be evaluated by the Richard Bland College using the following criteria:

Page 8: Sealed Request for Proposal - mvendor.cgieva.com

POINT

FOR SERVICES VALUE

1. Specific plans or methodology to be used to perform the services 30

2. Representative projects of similar scope � 25

3. Experience and qualifications of personnel assigned to perform the services 20

4. Small Business Subcontracting Plan 20

5. References from other clients 5 _____

TOTAL 100

VII. AWARD OF CONTRACT: Selection shall be made of two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation factors included in the Request for Proposals, including price, if so stated in the Request for Proposals. Negotiations shall be conducted with the offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the agency shall select the offeror which, in its opinion, has made the best proposal, and shall award the contract to that offeror. The Commonwealth may cancel this Request for Proposals or reject proposals at any time prior to an award, and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous (Code of Virginia, § 2.2-4359D). Should the Commonwealth determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the contractor’s proposal as negotiated.

VIII. REPORTING AND DELIVERY INSTRUCTIONS: Within thirty (30) calendar days after the award date of the contract, the contractor and RBC Chief Administrative Officer shall furnish establish required reporting processes and project documentation.

IX. PREPROPOSAL CONFERENCE: A mandatory preproposal conference will be conducted via Zoom on Monday, May 17, 2021 at 2pm EST. Offerors are required to send an email to [email protected] no later than Friday, May 14, 2021 at 2pm EST. The email shall include the company, names and email addresses of those to be in attendance. The invitation to the recipients will be sent out two days prior to the scheduled conference.

Due to the importance of all offerors having a clear understanding of the specifications/scope of work and requirements of this solicitation, attendance at this conference will be a prerequisite for submitting a proposal. Proposals will only be accepted from those offerors who are represented at this preproposal conference. Attendance at the conference will be evidenced by the representative’s signature on the attendance roster. No one will be admitted after 2:05pm EST.

Please have a copy of the solicitation with you. Any changes resulting from this conference will be issued in a written addendum to the solicitation.

X. CONTRACT ADMINISTRATION DATA:

Page 9: Sealed Request for Proposal - mvendor.cgieva.com

A. Roles of the Richard Bland College Procurement Officer The Procurement Officer is Richard Bland College’s authorized representative for all pre-contract matters related to this contract. Additionally, throughout the duration of the contract, the Procurement Officer shall be the only individual with authority to modify any provisions of this contract including, without limitation, the statement of work, pricing or any other sections.

B. Invoicing The Contractor shall provide one paper copy of each invoice. The paper invoice must contain the following minimum information:

1. Invoice Number

2. Invoice Date

3. The words ORIGINAL and INVOICE printed on the original copy of the document.

4. The full company or corporate name and address; payment address if it differs from corporate address.

5. The full nine (9) digit Federal Tax Identification number (for U.S. Contractors only).

6. Purchase order number and/or contract number.

All invoices issued for services using hourly labor rates must also contain the following elements:

• An itemized summary showing the time billed, including each staff’s hours, labor category, hourly rate and cost, and the total hours and cost.

Direct invoices to the following address, USPS and/or email are appropriate:

Original: Accounts Payable [email protected]

Richard Bland College 11301 Johnson Road South Prince George, VA 23805

Any invoice that is unclear, illegible or does not conform to these specific requirements shall be returned to the Contractor for re-issuance.

XI. SCHEDULE OF PAYMENTS: Payments are to be Net 30 after receipt of invoice by Richard Bland College. Invoices shall be issued on a monthly basis.

XII. ASSIGNMENT: No part of the work specified herein may be assigned or transferred to another Contractor without the prior written authorization of the Procurement Officer and Project Manager.

XIII. APPENDIX A – TERMS & CONDITIONS: Section II Special Terms & Conditions: Nonprofessional Services

Page 10: Sealed Request for Proposal - mvendor.cgieva.com

APPENDIX A SECTION II

SPECIAL TERMS AND CONDITIONS NONPROFESSIONAL SERVICES 1. AUDIT: The contractor shall retain all books, records, and other documents relative to this contract for five (5) years

after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. The agency, its authorized agents, and/or state auditors shall have full access to and the right to examine any of said materials during said period.

2. CANCELLATION OF CONTRACT: The purchasing agency reserves the right to cancel and terminate any resulting contract,

in part or in whole, without penalty, upon 60 days written notice to the contractor. In the event the initial contract period is for more than 12 months, the resulting contract may also be terminated by the contractor, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation.

3. eVA ORDERS AND CONTRACTS: The solicitation/contract will result in (1) purchase order(s) with the applicable eVA

transaction fee assessed for each order.

Vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet e-procurement solution and agree to comply with the following: If this solicitation is for a term contract, failure to provide an electronic catalog (price list) or index page catalog for items awarded will be just cause for the Commonwealth to reject your bid/offer or terminate this contract for default. The format of this electronic catalog shall conform to the eVA Catalog Interchange Format (CIF) Specification that can be accessed and downloaded from www.eVA.virginia.gov. Contractors should email Catalog or Index Page information to [email protected].

4. RENEWAL OF CONTRACT: The initial term of this contract will be for three (3) years. This contract may be renewed by

the Commonwealth upon written agreement of both parties for five (5) successive one-year periods, under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration.

5. BID ACCEPTANCE PERIOD: Any bid in response to this solicitation shall be valid for 60 days. At the end of the days the

bid may be withdrawn at the written request of the bidder. If the bid is not withdrawn at that time it remains in effect until an award is made or the solicitation is canceled.

6. SUBMISSION OF SMALL BUSINESS SUBCONTRACTING PLAN, EVIDENCE OF COMPLIANCE WITH SMALL BUSINESS

SUBCONTRACTING PLAN, AND SUBCONTRACTOR REPORTING: A. Submission of Small Business Subcontracting Plan: It is the statewide goal of the Commonwealth that 42% of its

purchases be made from small businesses certified by DSBSD. This includes discretionary spending in prime contracts and subcontracts. All bidders/offerors are required to submit a Small Business Subcontracting Plan. The contractor is encouraged to offer such subcontracting opportunities to DSBSD-certified small businesses. This shall include DSBSD-certified women-owned and minority-owned businesses and businesses with DSBSD service disabled veteran-owned status when they have also received DSBSD small business certification. Where it is not practicable for any portion of the goods/services to be subcontracted to other suppliers, the bidder/offeror shall note such on the Small Business Subcontracting Plan. No bidder/offeror or subcontractor shall be considered a small business unless certified as such by the Department of Small Business and Supplier Diversity (DSBSD) by the due date for receipt of bids or proposals.

B. Evidence of Compliance with Small Business Subcontracting Plan: Each prime contractor who wins an award in

which provision of a small business subcontracting plan is a condition of the award, shall deliver to the contracting agency or institution monthly reports substantiating compliance in accordance with the small business subcontracting plan. If a variance exists, the contractor shall provide a written explanation. A subcontractor shall be considered a Small Business for purposes of a contract if and only if the subcontractor holds a certification as such by the DSBSD. Payment(s) may be withheld until the purchasing agency confirms that the contractor has certified compliance with the contractor’s submitted Small Business Subcontracting Plan or is in receipt of a

Page 11: Sealed Request for Proposal - mvendor.cgieva.com

written explanation of the variance. The agency or institution reserves the right to pursue other appropriate remedies for non-compliance to include, but not be limited to, termination for default.

C. Prime Contractor Subcontractor Reporting: 1. Each prime contractor who wins an award greater than $100,000, shall deliver to the contracting agency or

institution on a monthly basis, all applicable information for each subcontractor listed on the Small Business Subcontracting Plan that are DSBSD-certified businesses or Employment Services Organizations (ESOs). The contractor shall furnish the applicable information to the purchasing office via the Subcontractor Payment Reporting tool accessible within the contractor’s eVA account.

2. In addition each prime contractor who wins an award greater than $200,000 shall deliver to the contracting agency or institution on a monthly basis, all applicable information on use of subcontractors that are not DSBSD-certified businesses or Employment Services Organizations. The contractor shall furnish the all applicable information to the purchasing office via the Subcontractor Payment Reporting tool accessible within the contractor’s eVA account.

7. STATE CORPORATION COMMISSION IDENTIFICATION NUMBER: Pursuant to Code of Virginia, §2.2-4311.2 subsection

B, a bidder or offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 is required to include in its bid or proposal the identification number issued to it by the State Corporation Commission (SCC). Any bidder or offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law is required to include in its bid or proposal a statement describing why the bidder or offeror is not required to be so authorized. Indicate the above information on the SCC Form provided. Contractor agrees that the process by which compliance with Titles 13.1 and 50 is checked during the solicitation stage (including without limitation the SCC Form provided) is streamlined and not definitive, and the Commonwealth’s use and acceptance of such form, or its acceptance of Contractor’s statement describing why the bidder or offeror was not legally required to be authorized to transact business in the Commonwealth, shall not be conclusive of the issue and shall not be relied upon by the Contractor as demonstrating compliance.

8. E-VERIFY PROGRAM: EFFECTIVE 12/1/13. Pursuant to Code of Virginia, §2.2-4308.2., any employer with more than an

average of 50 employees for the previous 12 months entering into a contract in excess of $50,000 with any agency of the Commonwealth to perform work or provide services pursuant to such contract shall register and participate in the E-Verify program to verify information and work authorization of its newly hired employees performing work pursuant to such public contract. Any such employer who fails to comply with these provisions shall be debarred from contracting with any agency of the Commonwealth for a period up to one year. Such debarment shall cease upon the employer’s registration and participation in the E-Verify program. If requested, the employer shall present a copy of their Maintain Company page from E-Verify to prove that they are enrolled in E-Verify.

Page 12: Sealed Request for Proposal - mvendor.cgieva.com

XVI. ATTACHMENTS:

A. VENDOR DATA SHEET

B. STATE CORPORTATION COMMISSION FORM

C. SMALL BUSINESS SUB CONTRACTING PLAN

Page 13: Sealed Request for Proposal - mvendor.cgieva.com

ATTACHMENT A VENDOR DATA SHEET

Note: The following information is required as part of your response to this solicitation. Failure to complete and provide this sheet may result in finding your bid nonresponsive. (In the case of a two-step IFB, it may cause the proposal portion to be determined to be not acceptable.)

1. Qualification: The vendor must have the capability and capacity in all respects to satisfy fully all of the contractual requirements.

2. Vendor’s Primary Contact:

Name: _________________________________Phone: _________________________

3. Years in Business: Indicate the length of time you have been in business providing this type of good or service:

_________ Years________ Months

4. Vendor Information:

eVA Vendor ID or DUNS Number: ________________________________

5. Indicate below a listing of at least four (4) current or recent accounts, either commercial or governmental, that your company is servicing, has serviced, or has provided similar goods. Include the length of service and the name, address, and telephone number of the point of contact.

A. Company:_________________________________Contact: ____________________________________

Phone:(_____)______________________________ Fax: (_____)________________________________

Project:_____________________________________________________________________________

Dates of Service: _________________________________$ Value: _______________________

B. Company:_________________________________Contact: ____________________________________

Phone:(_____)______________________________ Fax: (_____)________________________________

Project:_____________________________________________________________________________

Dates of Service: _________________________________$ Value: _______________________

C. Company:_________________________________Contact: ____________________________________

Phone:(_____)______________________________ Fax: (_____)________________________________

Project:_____________________________________________________________________________

Dates of Service: _________________________________$ Value: _______________________

D. Company:_________________________________Contact: ____________________________________

Phone:(_____)______________________________ Fax: (_____)________________________________

Project:_____________________________________________________________________________

Dates of Service: _________________________________$ Value: _______________________

I certify the accuracy of this information.

Signed: ____________________________________ Title: _________________________ Date: ____________

When used: This form is used as an attachment to a solicitation when the agency or institution wishes to check the bidder’s/offeror’s references or to verify the bidder’s/offeror’s experience.

Page 14: Sealed Request for Proposal - mvendor.cgieva.com

ATTACHMENT B

State Corporation Commission Form Virginia State Corporation Commission (SCC) registration information. The bidder: � is a corporation or other business entity with the following SCC identification number: ____________ -OR- � is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust -OR- � is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the bidder in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from bidder’s out-of-state location) -OR- � is an out-of-state business entity that is including with this bid an opinion of legal counsel which accurately and completely discloses the undersigned bidder’s current contacts with Virginia and describes why those contacts do not constitute the transaction of business in Virginia within the meaning of § 13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia. **NOTE** >> Check the following box if you have not completed any of the foregoing options but currently have pending before the SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after the due date for bids (the Commonwealth reserves the right to determine in its sole discretion whether to allow such waiver): �

Page 15: Sealed Request for Proposal - mvendor.cgieva.com

ATTACHMENT C

Small Business Subcontracting Plan

It is the goal of the Commonwealth that over 42% of its purchases be made from small businesses. All potential bidders are required to submit the subcontractor plan by one of the following methods in order to be considered responsive:

A. Complete the subcontractor plan as specified in the electronic response; or B. Download the “paper response” form, complete the subcontractor plan section, and submit as an attachment with

the bid response.

Small Business: "Small business (including micro)” means a business which holds a certification as such by the Virginia Department of Small Business and Supplier Diversity (DSBSD) on the due date for bids. This shall also include DSBSD-certified women- owned and minority-owned businesses and businesses with DSBSD service disabled veteran owned status when they also hold a DSBSD certification as a small business on the bid due date. Currently, DSBSD offers small business certification and micro business designation to firms that qualify.

Certification applications are available through DSBSD online at www.SBSD.virginia.gov (Customer Service