CSU Proposal

Embed Size (px)

Citation preview

  • 8/14/2019 CSU Proposal

    1/33

  • 8/14/2019 CSU Proposal

    2/33

    TABLE OF CONTENTS

    Section 1 Purpose, Background, and Term

    Section 2 Schedule of Events

    Section 3 RFP Instructions, Solicitation Provisions, and Bidders Certification

    Section 4 Scope of WorkSection 5 Minimum Bidder Qualifications and RFP Submittals

    Section 6 Evaluation and Selection Criteria

    Section 7 Proposal Instructions, Content, and Format

    Appendix A Sample Agreement* and CSU General Provisions for Information TechnologyAcquisitions http://www.calstate.edu/CSP/crl/GP/GP.shtml

    Appendix B Payee Data Record, STD 204 for California Residents and California Non Residentshttp://www.calstate.edu/CSP/vendor_tax_info.shtml

    Appendix C Drug-Free Workplace Certificationhttp://www.documents.dgs.ca.gov/osp/pdf/std021.pdf

    Appendix D Small Business Preference and Certification Request

    http://www.calstate.edu/CPDC/Suam/Appendices/Small_Bus_Preference.doc

    Appendix E Disabled Veteran Business Participation Requirement*

    Appendix F CSU Policy and Procedures Governing Travel and Relocation Expenses Reimbursementhttp://www.calstate.edu/HRAdm/Policies/travel_policy.shtml

    Appendix G Enterprise Zone Act (EZA) http://www.pd.dgs.ca.gov/edip/eza.htm

    Appendix H Target Area Contract Preference Act (TACPA) http://www.pd.dgs.ca.gov/edip/tacpa.htmAppendix I Cost Proposal*

    *These documents are attached. See links for the remaining documents.

    http://www.calstate.edu/CSP/crl/GP/GP.shtmlhttp://www.calstate.edu/CSP/crl/GP/GP.shtmlhttp://www.calstate.edu/CSP/vendor_tax_info.shtmlhttp://www.documents.dgs.ca.gov/osp/pdf/std021.pdfhttp://www.calstate.edu/CPDC/Suam/Appendices/Small_Bus_Preference.dochttp://www.calstate.edu/CPDC/Suam/Appendices/Small_Bus_Preference.dochttp://www.calstate.edu/HRAdm/Policies/travel_policy.shtmlhttp://www.pd.dgs.ca.gov/edip/eza.htmhttp://www.pd.dgs.ca.gov/edip/tacpa.htmhttp://www.pd.dgs.ca.gov/edip/tacpa.htmhttp://www.pd.dgs.ca.gov/edip/eza.htmhttp://www.calstate.edu/HRAdm/Policies/travel_policy.shtmlhttp://www.calstate.edu/CPDC/Suam/Appendices/Small_Bus_Preference.dochttp://www.documents.dgs.ca.gov/osp/pdf/std021.pdfhttp://www.calstate.edu/CSP/vendor_tax_info.shtmlhttp://www.calstate.edu/CSP/crl/GP/GP.shtml
  • 8/14/2019 CSU Proposal

    3/33

    SECTION 1 - PURPOSE, BACKGROUND, AND TERM

    1.1 PURPOSE

    The purpose of this Request for Proposal (RFP) is to solicit proposals from qualified firms interested inproviding the California State University (CSU) with consulting services for the Digital Marketplace(DM) project.

    1.2 CSU BACKGROUND

    The California State University is the largest system of higher education in the nation, the most diverse,

    and one of the most affordable university systems in the country. The CSU system is comprised oftwenty-three (23) campuses statewide and the Office of the Chancellor in Long Beach. The Office of theChancellor is the systemwide executive office of the CSU. The CSU is governed by a 25-member Boardof Trustees, the majority of which are appointed by the Governor. More information about the CSU canbe found at: http://www.calstate.edu/datastore/quick_facts.shtml Data regarding the size and populationfor each of the campuses can be found at the web site:http://www.calstate.edu/datastore/quick_facts.shtml.

    1.3 PROJECT OVERVIEW

    The Digital Marketplace (DM) is an exchange where many providers of higher education learningresources can connect with many faculty and students who use those resources. The goal of the DigitalMarketplace is to perform this exchange in such a way that new, unique levels of affordability,accessibility, and choice for these resources are achieved. The CSU Chancellors Office (CSUCO),Academic Technology Services department, is leading the effort to develop and deploy the DM.

    The CSUCO recognizes that it does not have internally the necessary skills and experience to accomplishthe development and deployment of the DM. So, the CSU has adopted the strategy of engaging industry

    experts and assembling them into a comprehensive project team as the way to staff this project. TheCSUCO intends to follow this strategy going forward.

    1.4 PROJECT BACKGROUND

    The Digital Marketplace project has been in development for three years. During that time and inconsultation of many faculty, students, administration, publishers, and industry technology companies thedevelopment team as conceptualized a model of the DM that meets specific design principles. Keyaspects of the DM model include a comprehensive learning resource metadata schema, a set of webservices that perform the tasks of the exchange, and an emerging business model that allows many

    providers and many consumers of learning content to form the necessary connecting relationships.Recently, a field integration trial of this model was completed that evaluated the model against threeworkflows: content authoring, resource list management and student acquisition, and a pay per viewoption for the academic content.

    Going forward, the project will continue with an expanded integration trial through 2009. It is expectedthat in 2010 and following the project will move to the deployment phase (refer to Section 4.2. for overall

    http://www.calstate.edu/datastore/quick_facts.shtmlhttp://www.calstate.edu/datastore/quick_facts.shtmlhttp://www.calstate.edu/datastore/quick_facts.shtmlhttp://www.calstate.edu/datastore/quick_facts.shtml
  • 8/14/2019 CSU Proposal

    4/33

    Complementary in nature. The team members will represent the complimentary andcomprehensive array of knowledge, skill, and experience needed for this project.

    Individual, not companies. The team will be composed of individuals with the skills andexperience sought, not representatives of companies with those skills and experiences. This is tobe a team of consultants not a team of companies.

    The development and deployment of the DM has and will continue to require that the DM team contractwith vendors of software, technology, and services for the testing and operation of the exchange. Thesecontracts are outside the scope of this RFP.

    1.5. AGREEMENT TERM

    The term shall be from November 1, 2009 through June 30, 2012 with options to renewal for up to five(5) additional one (1) year periods subject to price negotiation and mutual consent of both parties undersame terms and conditions.

  • 8/14/2019 CSU Proposal

    5/33

    SECTION 2 SCHEDULE OF EVENTS

    Release of Request for Proposal September 1, 2009

    Last Day to Submit Written Questions* September 24, 2009, noon

    Last Day for Submission of Proposal October 1, 2009, no later than 11:00 a.m.

    (PDT)

    Finalist Interviews (Optional) October 14, 2009

    Notice of Intent to Award October 16, 2009

    Contract Award October 24, 2009

    Effective Date of Agreement November 1, 2009

    PLEASE NOTE HOLIDAY SCHEDULE FOR THE 2009 CALENDAR YEAR. THECHANCELLORS OFFICE WILL BE CLOSED ON THE FOLLOWING DAYS:

    September 7, 2009

    November 11, 26 & 27, 2009

    December 23-25, 28-31, 2009January 1, 2010

  • 8/14/2019 CSU Proposal

    6/33

    SECTION 3 RFP INSTRUCTIONS, SOLICTATION PROVISIONS, AND BIDDERS

    CERTIFICATION

    3.1 RFP INSTRUCTIONS

    3.1.1. QUESTIONS REGARDING RFP AND POINT OF CONTACT

    Any questions, interpretations, or clarifications, either administrative or technical, about this RFP must berequested in writing no later than the date indicated in Section 2, Schedule of Events. All writtenquestions, not considered proprietary, will be answered in writing and conveyed to all Bidders. Oralstatements concerning the meaning or intent of the contents of this RFP by any person are not consideredbinding. Questions regarding any aspect of this RFP should be directed to:

    Melody Kojima, Assistant DirectorContract Services and ProcurementCalifornia State University, Office of the Chancellor401 Golden Shore, 5th FloorLong Beach, California 90802-4210Telephone: (562) 951- 4591 Fax: (562) 951- 4969E-mail: [email protected]

    3.1.2. ERRORS AND OMMISSIONS

    If prior to the date fixed for submission of Proposal a Bidder discovers any ambiguity, conflict,discrepancy, omission or other error in the RFP or any of its exhibits and/or appendices, Bidder shallimmediately notify the CSU of such error in writing and request modification or clarification of thedocument. Modifications may be made by addenda prior to the RFP response deadline. Clarificationswill be given by written notice to all active Bidders who have been furnished an RFP for respondingpurposes, without divulging the source of the request for it.

    3.1.3. ADDENDAThe CSU may modify this RFP, any of its key action dates, or any of its attachments, prior to the datefixed for submission by issuance of a written addendum to all Bidders who have been furnished the RFPfor bidding purposes. Addenda will be numbered consecutively as a suffix to the RFP ReferenceNumber.

    3.1.4. CANCELLATION OF SOLICITATION

    This solicitation does not obligate the CSU to enter into an agreement. The CSU retains the right to

    cancel this RFP at any time for any reason. The CSU also retains the right to obtain the services specifiedin this RFP in any other way. No obligation, either expressed or implied, exists on the part of the CSU tomake an award or to pay any cost incurred in the preparation or submission of response to the RFP.

    3.1.5. COMPLIANCE WITH RFP

    To be compliant with the requirements of this RFP, Bidder must meet the minimum qualifications andcomplete and return the list of submittals in Section 5, Minimum Qualifications and RFP Submittals and

    mailto:[email protected]:[email protected]:[email protected]
  • 8/14/2019 CSU Proposal

    7/33

    Bidder shall also be without ambiguity, and with adequate elaboration, where necessary, for clearunderstanding. Costs for developing proposals are entirely the responsibility of the Bidders and shall not

    be chargeable to the CSU.3.1.7. DELIVERY OF PROPOSAL

    The Proposal must be received in the Contract Services and Procurement Office no later than the timeindicated on the date and specified in Section 2, Schedule of Events. The Bidder is responsible for themeans of delivering the Proposal to the appropriate office on time. Delays due to the instrumentalitiesused to transmit the Proposal, including delay occasioned by the internal mailing system in the Office ofthe Chancellor, will be the responsibility of the Bidder. Likewise, delays due to inaccurate directionsgiven, even if by Chancellor's Office staff, shall be the responsibility of the Bidder. The Proposal must be

    completed and delivered by the specified time in order to avoid disqualification for lateness due todifficulties in delivery. In accordance with Section 7, Proposal Instructions, Content and Format, Biddermust provide a minimum of one (1) original (marked as such), six (6) copies and one (1) CD. LATE,FAXED OR E-MAILED PROPOSALS WILL NOT BE ACCEPTED.

    3.1.8. EXCEPTIONS

    In the event a Bidder believes that this RFP is unfairly restrictive or has substantive errors or omissions init, the matter must be promptly brought to the attention of the CSUs Contact, either by e-mail, letter orfacsimile, immediately upon receipt of the RFP, in order that the matter may be fully considered andappropriate action taken by the CSU prior to the closing time set for submission.

    3.1.9. ALTERNATIVE PROPOSALS

    Only one proposal is to be submitted by each Bidder. Multiple proposals shall result in rejection of allproposals submitted by the Bidder.

    3.1.10. WITHDRAWAL OF PROPOSAL

    A Proposal may be withdrawn after it is received by the CSU by written request signed by the Bidder or

    authorized representative, prior to the time and date specified for Proposal submission. Proposal may bewithdrawn and resubmitted in the same manner if done so prior to the appropriate deadline. Withdrawalor modification offered in any other manner will not be considered.

    3.1.11. PROPOSALS BECOME THE PROPERTY OF CSU

    Proposals become the property of CSU and information contained therein shall become public documentssubject to disclosure laws after Notice of Intent to Award. The CSU reserves the right to make use of anyinformation or ideas contained in the Proposal. Proposals may be returned only at the CSU's option andat the Bidder's expense. One copy shall be retained for official files. Responses to this RFP and anyother information that is currently or may become available as an outcome of the RFP process may beused by the CSU to structure an RFP or other solicitation.

    3.1.12. CONFIDENTIAL MATERIAL

    Bidder must notify CSU in advance of any proprietary or confidential materials contained in the Proposaland provide justification for not making such material public. CSU shall have sole discretion to disclose

  • 8/14/2019 CSU Proposal

    8/33

    ensure that all information required to properly respond to the solicitation has been received ormade available and all requirements are priced in the proposal. Failure to examine any

    document, drawing, specification, or instruction will be at the Bidders sole risk.It is the Bidders responsibility to provide the CSU with current contact information and toupdate the CSU immediately of any changes.

    In addition, it is the Bidders responsibility to periodically check the CSU website athttp://www.calstate.edu/csp Public Solicitations for any notices, addenda or correspondencerelating to this solicitation.

    3.2 SOLICITATION PROVISIONS

    3.2.1 DEFINITIONS

    (a) The Trustees of the California State University are referred to as CSU or University.

    (b) The terms bid and proposal are synonymous and means an offer made in response to asolicitation to perform a contract for work and labor or to supply goods at a specified price, whether ornot it is considered a seal bid or results in award of a contract to a single or sole source.

    (c) Bidder or Proposer is used interchangeably and each shall apply to the business entity whichsubmits a bid/proposal or is awarded a contract.

    3.2.2 RESERVATION OF RIGHTS

    The CSU may reject any or all proposals and may waive any immaterial deviation in a Proposal. TheCSU's waiver of an immaterial defect shall in no way modify the RFP documents or excuse the Bidderfrom full compliance with the specifications if the Bidder is awarded the contract. Proposals that includeterms and conditions other than the CSUs terms and conditions may be rejected as being non-responsive.In the event all proposals are rejected or the CSU determines alternative solutions are in its best interest,the CSU may cancel this solicitation and pursue alternative sourcing options.

    The CSU may make such investigations as deemed necessary to determine the ability of the Bidder toperform the work, and the Bidder shall furnish all such information and data for this purpose. The CSUreserves the right to reject any submittal made pursuant to this RFP or any subsequent Proposal or bid ifthe evidence submitted by, or investigation of, such Bidder fails to satisfy the CSU that such Bidder isproperly qualified to carry out the obligations of the contract and to complete the work specified.Additionally, the CSU reserves the right to request additional performance guarantees if, in the soleopinion of the CSU, financial stability or capability cannot be established.

    3.2.3 NON-ENDORSEMENT

    If selected as a qualified Bidder, the Bidder shall not issue any news releases or other statementspertaining to selection, which state or imply CSU endorsement of Bidder's services.

    3.2.4 DISPUTES/PROTESTS

    CSU encourages potential Bidders to resolve issues regarding the requirements or the procurementprocess through written correspondence and discussions The CSU wishes to foster cooperative

    http://www.calstate.edu/csphttp://www.calstate.edu/csp
  • 8/14/2019 CSU Proposal

    9/33

    decision will be in writing and sent by certified or registered mail or delivered in person to the protestingBidder. The decision of CSU is final.

    3.2.5 AWARD OF CONTRACT

    The CSU reserves the right to reject any and all proposals and to award one or more contracts. Award, ifany, will be to the Bidder, whose proposal best complies with all of the requirements of the RFPdocuments and any addenda. A Notice of Intent to Award will be posted publicly for five (5)consecutive working days prior to the award. Written notification will be made to unsuccessful vendors.

    The selected Bidder and the CSU shall commit to negotiation for the final scope of services to beaccepted and execution of an agreement, in substantial accordance with the terms and conditions herein,within 30 days of the Notice of Intent to Award. Should the parties be unable to reach final agreementwithin this time frame, the parties may mutually agree upon a time extension to complete negotiations andcontract execution. If the parties are unable to agree upon a time extension, or if the CSU determines thata time extension would not be beneficial to the project, the CSU reserves the right to terminatenegotiations and proceed with a secondary finalist.

    3.2.6 EXECUTION OF THE AGREEMENT

    The Agreement shall be signed by the Contractor and returned, along with the required attachments toCSU within fourteen (14) calendar days from receipt of contract. The period for execution may be

    changed by mutual agreement of the parties. Contracts are not effective until approved by the appropriateCSU officials. Any work performed prior to receipt of a fully executed contract shall be at Contractorsown risk.

    3.2.7 FAILURE TO EXECUTE THE AGREEMENT

    Failure to execute the Agreement within the time frame identified above shall be sufficient cause forvoiding the award. Failure to comply with other requirements within the set time shall constitute failureto execute the Agreement. If the successful Bidder refuses or fails to execute the Agreement, the CSUmay award the Agreement to the next qualified Bidder.

    3.2.8 CONFLICT OF INTEREST

    Potential Contractors are advised that Contractor's officers and employees shall comply with thedisclosure, disqualification, and other provisions of California's Political Reform Act of 1974(Government Code Section 81000 et seq.) if their responsibilities include the making or participation inthe making of a CSU decision.

    3.2.9 DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION

    REQUIREMENT ( SEE APPENDIX E)

    Disabled Veteran Business Enterprise Participation Requirement and Incentive:

    California state law requires that its state agencies achieve a goal of three (3) percent participationfor disabled veteran business enterprises (DVBE) in state contracts. Failure of the Bidder tocomply with the DVBE requirement will cause the Trustees to deem the bid nonresponsive andthe Bidder to be ineligible for award of Contract. [Note: the Good Faith Effort (GFE) is

  • 8/14/2019 CSU Proposal

    10/33

    (i) The Bidder is not a DVBE and is committed to use DVBEs for not less than three(3) percent of the Contract dollar amount; or

    (ii) The Bidder is a DVBE and is committed to performing not less than three (3)percent of the Contract dollar amount with its own forces or in combination withthose of other DVBEs.

    (iii) Bidder has an approved CA State DVBE Utilization Plan on file with the CAState Department of General Services, Procurement Division.

    (c) Documentation Requirements. The Bidder must document its satisfaction of the DVBEparticipation goal requirement on the forms in the Appendices. Final determination of

    DVBE Participation Goal Attainment by the Bidder shall be at the Trustees solediscretion. See Appendix E.

    (d) Use of Proposed DVBE. If awarded the Contract, the successful Bidder must use theDVBE suppliers and/or subcontractors proposed in its bid proposal unless it hasrequested substitution and has received approval of the Trustees in compliance with theSubletting and Subcontracting Fair Practices Act. See Article 4.04, Substitution ofSubcontractors.

    (e) Trustees Reporting of DVBE Participation. Responsive to direction from theState Legislature, the Trustees are seeking to report increased statewideparticipation of DVBE in contract awards. To this end, the successful Biddershallinform the Trustees of any contractual arrangements with subcontractors,consultants or suppliers that are certified DVBE.

    (f) Additional DVBE Information Sources. For more information regarding DVBEcertification, copies of directories or for general DVBE information, contact:

    State of California, Department of General Services, Procurement Division

    Small Business & DVBE Services Branch

    P.O. Box 989052, West Sacramento, CA 95798-9052 (mailing address)

    707 Third Street, First Floor, Room 400, West Sacramento, CA 95605 (physical address)

    Telephone number: (800) 559-5529 or (916) 375-4940Fax number: (916) 375-4950Email: [email protected] Internet www.pd.dgs.ca.gov/smbus.

    (g) Incentives: In accordance with Government Code section 14838(f), and Military andVeterans Code sections 999.5(a) and 999.5(d), the Trustees shall grant a bid incentive forbid evaluation purposes only to Bidders that exceed the three percent DVBE participationrequirement. The level of DVBE incentive will correlate to the level of participation; thatis, the more DVBE participation proposed, the higher the incentive. The combination of

    mailto:[email protected]://www.pd.dgs.ca.gov/smbushttp://www.pd.dgs.ca.gov/smbusmailto:[email protected]
  • 8/14/2019 CSU Proposal

    11/33

    The Trustees are granting a DVBE participation bid incentive for this project for bidevaluation purposes only. Bidder must exceed the three percent DVBE participationrequirement in order to earn this incentive.

    The bid incentives are as follows:

    DVBE Participation Incentive

    4% 1%

    6% 2%

    8% 3%

    10% 4%

    For more information on DVBE participation for this solicitation, please contact:

    Darryl Dearborn: 561-951-4581

    [email protected]

    3.2.10 SMALL BUSINESS PREFERENCE AND CERTIFICATION REQUEST

    The State of California requires agencies to provide a five percent (5%) of cost preference to Bidders whoqualify as a small business or a non-small business that commit 25% of the contract value to a certifiedsmall business. Only small businesses certified by The Office of Small Business and DVBE Services or anon small business that commits 25% of the contract value to a certified small business are eligible toreceive the preference. The rules and regulations of this law, including the definition of a small businessfor the delivery of services, are contained in Title 2, California Administrative Code, Section 1896, et seq.(See Appendix D).

    3.2.11 ENTERPRISE ZONE ACT (EZA)

    Business may be granted preferences when bidding on state contracts of $100,000 or more for goods andservices (excludes construction contracts) if the business site is located within one of the "EnterpriseZones" located throughout California, as designated by the California State Trade and CommerceAgency. Enterprise Zones are designated to encourage job-producing business development in designatedsections of cities or counties. A 5% preference is applicable only to contracts awarded on the basis oflowest responsible bidder meeting specifications. (See Appendix G)

    3.2.12 TARGET AREA PREFERENCE ACT (TACPA)

    In accordance with Government Code Section 4530 et seq., preference must be granted to California-based companies submitting bids or proposals to the State for goods to be produced or services performedat worksites in distressed (as defined) areas by persons with a high risk of unemployment when thecontract is for goods or services in excess of $100,000. The 5% preference is applicable only to contractsawarded on the basis of lowest responsible bidder meeting specifications. (See Appendix H)

    3 2 13 CONFIDENTIALITY

    mailto:[email protected]:[email protected]
  • 8/14/2019 CSU Proposal

    12/33

    3.3.1. AMERICANS WITH DISABILITIES ACT (ADA)

    Bidder assures the CSU that it complies with the Americans with Disabilities Act (ADA) of 1990, which

    prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelinesissued pursuant to the ADA. (42 U.S.C. 12101 et seq.).

    3.3.2. UNFAIR PRACTICES ACT

    Bidder warrants that its bid complies with the Unfair Practices Act (Business and Professions CodeSection 17000 et seq.).

    3.3.3. VIOLATION OF AIR OR WATER POLLUTION LAWS

    Unless the contract is less than $25,000.00 or with a sole-source provider, Government Code Section4477 prohibits the State from contracting with a person, including a corporation or other businessassociation, who has been determined to be in violation of any State or federal air or water pollutioncontrol law. By a proposal the Bidder warrants that the Bidder has not been found to be in violation ofany order or resolution not subject to review promulgated by the State Air Resources Board or an airpollution district, or is subject to a cease and desist order not subject to review issued pursuant to Section13310 of the Water Code for violation of waste discharge requirements or discharge prohibitions, or isfinally determined to be in violation of provisions of federal laws relating to air or water pollution. Bysubmitting a bid, the Bidder certifies that it has not been identified either by published notices or by

    Board notification as a person in violation of State or federal air or water pollution control laws.3.3.4. COMPLIANCE WITH NLRB ORDERS

    In submitting a bid or signing a contract the Bidder swears under penalty of perjury that no more than onefinal, unappealable finding of contempt of court by a federal court has been issued against the Bidderwithin the immediately preceding two-year period because of the Bidder's failure to comply with an orderof a federal court which orders the Bidder to comply with an order of the National Labor Relations Board.This provision is required by, and shall be construed in accordance with, Public Contract Code Section10296.29.

    3.3.5 ASSIGNMENT OF ANTITRUST ACTIONS

    The Bidder's attention is directed to the following provisions of Government Code Sections 4552, 4553,and 4554, which shall be applicable to the Bidder:

    In submitting a bid to a public purchasing body, the Bidder offers and agrees that if the bid is accepted, itwill assign to the procurement body all rights, title, and interest in and to all causes of action it may haveunder Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2,[commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising

    from purchases of goods, materials, or services by the Bidder for sale to the procurement body pursuant tothe bid. Such assignment shall be made and become effective at the time the procurement body tendersfinal payment to the Bidder (Government Code Section 4552).

    If an awarding body or public procurement body receives, either through judgment or settlement, amonetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled toreceive reimbursement for actual legal costs incurred and may upon demand recover from the public

  • 8/14/2019 CSU Proposal

    13/33

    3.3.6. NONCOLLUSION AFFIDAVIT

    By submitting a bid, Bidder hereby certifies that the bid is not made in the interest of, or on behalf of, any

    undisclosed party; that the bid is genuine and not collusive, false, or sham; that the Bidder has not directlyor indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly orindirectly agreed with any Bidder or anyone else to put in a false or sham bid, or to refrain from bidding;that the Bidder has not in any manner, directly or indirectly, sought to fix any overhead, profit or costelement of the bid, of that of any other Bidder, or to secure any advantage against the public bodyawarding the contract or anyone interested in the proposed contract.

    3.3.7. SAFEGUARDS FOR PROTECTING CSU INFORMATION ASSETS

    By submitting a bid, Bidder acknowledges Federal privacy laws such as Gramm-Leach-Bliley Act (Title15, United States Code, Sections 6801(b) and 6805(b) (2)) applicable to financial transactions and FamilyEducational Rights and Privacy Act (Title 20, United States Code, Section 1232g) applicable to studentrecords and information from student records. In the event that such information is required for theperformance of the work specified, the Bidder hereby certifies that it has the appropriate safeguards inplace as required by Title 16 Code of Federal Regulation Chapter 1 Section 314.

    3.3.8. COVENANT AGAINST GRATUITIES

    The Bidder shall warrant that no gratuities (in the form of entertainment, gifts, or otherwise) were offered

    or given by the Bidder, or any agent or representative of the Bidder, to any officer or employee of theCSU with a view toward securing the Contract or securing favorable treatment with respect to anydeterminations concerning the performance of the Contract. For breach or violation of this warranty, theCSU shall have the right to terminate the Contract, either in whole or in part, and any loss or damagesustained by the CSU in procuring on the open market any items, which the Bidder agreed to supply, shallbe borne and paid for by the Bidder. The rights and remedies of the CSU provided in this clause shall notbe exclusive and are in addition to any other rights and remedies provided by law or under the Contract.

    3.3.9. PUBLIC CONTRACTS CODE RESTRICTIONS FOR CSU EMPLOYEES

    CSU employees and immediate past employees must comply with restrictions regarding contracting withthe CSU. Bidder needs to be aware of the following provisions regarding current or former CSUemployees. In submitting a bid, Bidder certifies that the Bidder is eligible to contract with the CSUpursuant to the Public Contracts Code (PCC) sections list below:

    1. Current CSU Employees (PCC Section 10831):a) No officer or employee shall engage in any employment, activity or enterprise from which theofficer or employee receives compensation or has a financial interest and which is sponsored orfunded by any CSU department through or by a CSU contract unless the employment, activity or

    enterprise is within the course and scope of the officers or employees regular CSU employment.

    b) No officer or employee shall contract on his or her own behalf as an independent Bidder withany CSU department to provide goods or services.

    c) This prohibition does not apply to officers or employees of the CSU with teaching or researchresponsibilities.

  • 8/14/2019 CSU Proposal

    14/33

    employed by that CSU department in a policy-making position in the same general subject area asthe proposed contract within the 12-month period prior to his or her leaving CSU service.

    3.3.10 ELECTRONIC WASTE RECYCLING ACT

    In submitting a bid for electronic devices, as defined by the Electronic Waste Recycling Act of 2003, Part3 Division 30 Chapter 8.5 of the Public Resource Code, the Bidder certifies that it, and its agents,subsidiaries, partners, joint venturers, and subcontractors for the procurement, have complied with theElectronic Waste Recycling Act of 2003 and any regulations adopted pursuant to the Act, or havedemonstrated to the CSU that the Electronic Waste Recycling Act of 2003 is inapplicable to all lines ofbusiness engaged in by the bidder, its agents, subsidiaries, partners, joint venturers, or subcontractors. Inaddition the Bidder agrees to cooperate fully in providing reasonable access to its records and documents

    that evidence compliance with the Electronic Waste Recycling Act of 2003.3.3.11 DRUG-FREE WORKPLACE CERTIFICATION

    The Bidder certifies under penalty perjury under the laws of the State of California that the Bidder willcomply with the requirements of the Drug-Free Workplace Act of 1990 (Government Code, Section 8355et. seq.) and will provide a drug-free workplace by doing all of that which Section 8355 et seq. requires.(See Appendix C).

    3.3.12 INSURANCE REQUIREMENTS

    Contractor shall provide proof of general and automobile liability insurance and workers compensation.See Appendix A, CSU General Provisions for Information Technology Acquisitions, paragraph 41 fordetails.

  • 8/14/2019 CSU Proposal

    15/33

    SECTION 4 SCOPE OF WORK

    4.0 SCOPE OF WORK

    This section of the RFP identifies the scope of services, work, and deliverables for this project. Biddersshould review the statement of skills and experiences needed on this project team and respond to thoseneeds for which they have specific and relevant experience and organizational capability. The CSU willtake these responses and from them assemble the CM team that will continue the development anddeployment of the CM for the next three years.

    Each of the following sections is considered a separate statement of work. Respondents should proposefor each section they wish to respond to separately. An additional section describing the synergycreated by being able to provide services across the different disciplines is acceptable and should beincluded.

    4.1 SCOPE OF WORK

    4.1.1. PROJECT MANAGEMENT

    Requirements: Expertise in planning and coordinating a matrix organization of functional specialists.Experience working within a large higher education system on technology projects is important. DMteam requirements include: experience with Confluence as a project artifact repository, cycle designmethodology, and client/customer support.

    Responsibility: Will be responsible for the administration of the planning and coordination of the projectcomponents including technology and architecture, business development, institutional deployment, andmarketing. Will maintain project records and artifacts on project website and communicate with variousstakeholders.

    4.1.2. TECHNOLOGY AND ARCHITECTURE

    Requirements: Expertise in managing, designing, and building learning resource management services.Expertise in determining the best methods and making decisions on appropriate technologies and

    implementation strategies as well as overseeing the technology plan to support business development,institutional deployment, and marketing. Experience in the documentation, design, and deployment ofhigher education learning resource repositories, metadata schemas, accessibility compliant technologies,faculty federated search technologies, student acquisition of content technologies, library citationmanagement technologies are all preferred. DM team requirements include: senior services and systemsarchitecture knowledge and experience, deployment of web services and web service integration withcommercial applications experience, including software engineering, and documentation and presentationexperience.

    Responsibility: Will be responsible for the enhancing and implementing the overall DM architecture andsupporting technologies. Will maintain full documentation of the architecture and services. Will promotethe services of the DM and its underlying technology.

    4.1.3. BUSINESS DEVELOPMENT

    Requirements: Expertise in developing new businesses and/or forming strategic partnerships within the

  • 8/14/2019 CSU Proposal

    16/33

  • 8/14/2019 CSU Proposal

    17/33

    SECTION 5 MINIMUM BIDDER QUALIFICATIONS AND RFP SUBMITTALS

    5.0 INTRODUCTION

    This section of the RFP consists of minimum Bidder qualifications and RFP submittals that must beaddressed and submitted in a Bidders proposal in accordance with Section 7, Proposal Instructions,Content and Format. Bidder shall submit verifiable evidence that their organization and personnel meetthe Minimum Bidder Qualifications in Section 5.1.

    5.1 MINIMUM BIDDER QUALIFICATIONS

    To be further considered Bidders shall furnish verifiable evident that their organization and personnelmeet the minimum requirements below.

    5.1.1. EXPERIENCE

    Bidder will have relevant academic technology and learning resource management project experience andreferences from college and university clients. Academic technology and learning resource managementexperience includes design, deployment, support, and assessment of technologies used by:

    Higher education faculty instructing students within accredited courses Higher education students completing accredited courses Academic technology staff supporting online course design, learning management systems,

    ePortifolios, digital library services, and tools to develop learning objects Bookstore staff providing course materials for students Librarians providing electronic resources for faculty and studentsScope of Work Number of Year Experience Required

    Project Management 3-5 years Technology and Architecture 10 or more years Business Development 10 or more years Institutional Deployment 3 or more years Marketing 5 or more years

    5.1.2. REFERENCES

    Direct Digital Marketplace experience is preferred. Direct experience working in the CSU Office of theChancellor is desired. Bidders shall identify the scope of efforts, actual services, and deliverablesprovided by your organization, the duration of the engagement, and contact names and phone numbers ofcustomers. (See CSU General Provisions for Information Technology Acquisitions, paragraph 42, foradditional information regarding confidentiality.) Bidders that demonstrate an ability to fulfill multipleservice requirements as outlined in Section 4.will be preferred.

    Scope of Work Number of References Required

    Project Management 3 Technology and Architecture 5 or more Business Development 5 or more

  • 8/14/2019 CSU Proposal

    18/33

    5.1.4. DISABLED VETERAN BUSINESS ENTERPRISE REQUIREMENT

    Bidder must verify 3% of the total contract value is awarded to a Disabled Veteran Business Enterprise.

    See Appendix E.

    5.2 RFP SUBMITTALS

    If Bidder is providing multiple staff to deliver service requirements, a description of staff experience andexpertise is required.

    5.2.1 QUALIFICATIONS/EXPERIENCE

    The Bidder must demonstrate capability and manpower sufficient to support the services offered. This

    shall be demonstrated through commitment of specific personnel to the tasks to complete the developmentand deployment of the DM on a phased basis through June 30, 2012.

    It is required that the Bidder demonstrate an ability to work within a highly-matrixed team environment.

    Bidder must demonstrate ability to produce material and code that are Section 508 compliant.

    5.2.2. SCOPE OF SERVICES

    Bidder must demonstrate a high degree of objectivity with regard to learning technology products andservices, exhibit a clear understanding of the projects requirement and goals, and possess the capability

    and resources to perform the scope of work.

    5.2.3. COST

    The Bidder shall include total cost for Year One. Complete Appendix I. Final Scope of Work forsubsequent years is based on results of Year One. Subsequent years will be subject to negotiation. Pointswill be awarded as follows:

    Lowest Proposed Cost X 300 points = Points Awarded

    Bidders Cost

  • 8/14/2019 CSU Proposal

    19/33

    SECTION 6 EVALUATION AND SELECTION CRITERIA

    6.1 INTRODUCTION

    Responses to this RFP shall be reviewed and evaluated by an evaluation committee. All submittals shallbe in accordance with Section 7, Proposal Content, Instructions, and Format.

    6.2 EVALUATION OF PROPOSALS

    Bidder should respond to only those services for which they have relevant experience. Bidder shouldrespond and bid for any and all such services as they are qualified. The CSU will assemble from theproposals the DM development and deployment team. This team is expected to be in place for three yearssubject to the terms of cancellation and revision of the contract. The contract will include options for

    renewal for up to 5 additional one (1) year periods, coincident with the academic year (July 1 to June 30).All proposals and resumes will be reviewed to verify that the Bidder has met the requirements of the RFP.Proposals that have not followed the rules, do not meet minimum requirements, minimum content, orquality standards, or take unacceptable exceptions to this RFP can be eliminated from furtherconsideration.

    Proposals determined to have met the RFP requirements will be reviewed and evaluated by a CSUEvaluation Team who will make a preliminary evaluation based on categories A, B, and C below. TheEvaluation Team will select some Bidders for an interview. The CSU Evaluation Team will interview

    Bidders to clarify the information submitted and give Bidders an opportunity to demonstrate their abilityto perform the scope of work as defined in this RFP and clarify outstanding issues.

    Interviews will not be extended to all Bidders that submit a proposal and resume and as such it is in theBidders best interests to submit a thorough and complete proposal and resume and not depend on theinterview process to provide additional information.

    The CSU Evaluation Team members will make their preliminary evaluation based on categories A, B,and C below.

    Final points (if necessary) will be assigned upon completion of the interviews.

    The finalist receiving the highest combined score for categories A through C as described below, will beawarded an agreement for Digital Marketplace Service(s).

    6.3 POINT SCORING SCHEDULE

    Evaluation Criteria Maximum Scoring Possible Points: 1,000

    A. Qualifications/Experience 400

    B. Scope of Work 300C. Cost Proposal 300

    6.4 EVALUATION CRITERIA

    6.4.1 QUALIFICATIONS/EXPERIENCE 400 POINTS

  • 8/14/2019 CSU Proposal

    20/33

    6.4.2. SCOPE OF WORK 300 POINTS

    This section will consider and evaluate Bidders demonstrated understanding of project requirements andthe detailed conceptual approach and methodology used to respond to the Scope of Work. Alsoconsidered will be the depth and specificity of the Bidders overall understanding of the projectrequirement and goals.

    6.4.3. COST PROPOSAL 300 POINTS

    Respondents are to provide a description of the anticipated tasks (including goals, interdependencies, andassumptions) to fulfill the requirements defined in Section 4.and the cost for the deliverables of the scope

    of work.This category awards points based on the price proposed for the scope of work required. Prices mustinclude all costs necessary to successfully complete the scope of work and deliverables defined in Section4 of the RFP, including but not limited to printing and postage. Travel reimbursement shall be inaccordance with the current CSU travel policy (see Appendix F).

    The Proposal with the lowest price will receive the maximum price points. All other proposals will beawarded points as follows:

    Lowest Proposed Cost X 300 points = Points Awarded

    Bidders Cost

    6.5 ADDITIONAL EVALUATION EXPLANATIONS

    6.5.1. SMALL BUSINESS PREFERENCE (SEE CSU GENERAL PROVISION FOR

    INFORMATION TECHNOLOGY ACQUISITIONS, PARAGRAPH 25)

    Below is an example of the small business preference formula for those Bidders that submit and qualifyfor a Small Business preference.

    Possible points: 450 points

    Bid results: Company A $50,000Company B $52,000 California certified small business receives

    5% preferenceCompany C $60,000

    Small Business Preference: $52,000 Small business bid- 2,500 5% of low bidders cost ($50,000 x 5% = $2,500)$49,500 Adjusted cost for certified small business

    Points awarded based on cost formula in Sections 6.4.7.

  • 8/14/2019 CSU Proposal

    21/33

    SECTION 7 PROPOSAL INSTRUCTIONS, CONTENT, AND FORMAT

    7.1. INTRODUCTION

    To be considered responsive to this RFP, Bidder must submit proposals in the format identified in thissection. All requirements and questions in the RFP must be addressed and all requested data must besupplied. The CSU reserves the right to request additional information that in the CSUs opinion isnecessary to assure that the Bidders competence, number of qualified employees, business organization,and financial resources are adequate to perform according to the contract requirements.

    7.2. DELIVERY OF PROPOSALS.

    7.2.1 ADDRESS OR DELIVER PROPOSALS TO:

    Melody KojimaContract Services and ProcurementCALIFORNIA STATE UNIVERSITY, OFFICE OF THE CHANCELLOR401 Golden Shore, 5th FloorLong Beach, California 90802-4210

    Map to CSU Office of the Chancellor: http://www.calstate.edu/PA/info/CO_Map.shtml

    7.2.2 LATE PROPOSALS

    Sealed proposals must be received in the Contract Services and Procurement Office no later than asrequired by the Schedule of Events. LATE PROPOSALS WILL NOT BE ACCEPTED. The Bidder isresponsible for the means of delivering the proposal to the appropriate office on time. Delays due to theinstrumentalities used to transmit the Proposal including delay occasioned by the internal mailing systemin the Office of the Chancellor will be the responsibility of the Bidder. Likewise, delays due to inaccuratedirections given, even if by Chancellors Office staff, shall be the responsibility of the Bidder.

    7.2.3 MODIFICATIONS

    A proposal may be modified after its submission by withdrawal and resubmission prior to the time anddate specified for proposal submission. Modification offered in any other manner, oral or written, willnot be considered.

    7.3. COPIES REQUIRED

    The Bidder must provide one (1) original and six (6) copies in a three-ring binder with tabbed indexes and

    one (1) electronic copy in Adobe PDF format on a CD ROM.

    A BIDDER MAY BE DISQUALIFIED IF ANY COPY OF THEIR PROPOSAL IS FOUND TO HAVEMATERIAL DIFFERENCES FROM THE ORIGINAL COPY.

    Proposals should be prepared in such a way as to provide straightforward, concise delineation ofcapabilities to satisfy the requirements of this RFP. Proposals should emphasize the Bidders

    http://www.calstate.edu/PA/info/CO_Map.shtmlhttp://www.calstate.edu/PA/info/CO_Map.shtml
  • 8/14/2019 CSU Proposal

    22/33

    ON CONFORMANCE TO THE RFP INSTRUCTIONS, RESPONSIVENESS TO THE RFPREQUIREMENTS, AND ON COMPLETENESS AND CLARITY OF CONTENT.

    7.4. PROPOSAL CONTENT AND FORMATAll Bidders are also required to complete the RFP Submittals. Proposals shall adhere to the followingformat for organization and content. Proposals must be divided into the individual indexed tabbedsections listed below.

    Section 1 - Cover LetterThe cover letter shall include:

    A brief statement of intent to perform the services proposed. Signature of an authorized officer of the organization who has legal authority in

    such transactions.

    Full contact information (overnight mailing address, phone, fax, e-mail, etc.) forthe individual designated as the CSU contact on this RFP and a secondarycontact.

    Acknowledgement receipt of all addenda issued. Expressly state that, should the Bidders proposal be accepted, the Bidder agrees

    to enter into a contract under the terms and conditions as set forth herein.

    Proposals with unsigned cover letters will be rejected.

    Section 2 - Exceptions and Confidential InformationAny and all exceptions to the RFP must be listed on an item-by-item basis and cross-referenced with the RFP document. If there are no exceptions, Bidder must expresslystate that no exceptions are taken. Please Note: Taking exceptions to proposalrequirements may render a Bidders proposal non-responsive and rejected from furtherconsideration.

    Section 3 RFP Submittals

    This section shall consist of the following:

    Response to:1. Minimum Bidder Qualifications

    a. Experienceb. Referencesc. Organization and Staff Qualificationd. Disabled Veteran Business Participation Requirement

    (See Appendix E below)2. RFP Submittals

    a. Qualifications/Experienceb. Scope of Work

    1. Project Management2. Technology and Architecture

  • 8/14/2019 CSU Proposal

    23/33

    Section 4 Completed Documents (if applicable)

    This section shall consist of the following completed documents.

    Appendix D, Small Business Certification Appendix G, Enterprise Zone Act (EZA) Appendix H, Target Area Contract Preference Act (TACPA)

    7.5 ALL FEES/COST MUST BE HELD FIRM FOR A PERIOD OF 180 DAYS FROM THE

    SUBMISSION OF THE PROPOSAL.

  • 8/14/2019 CSU Proposal

    24/33

    RFP No. 90132

    Appendix A

    AGREEMENT

    AGREEMENT NUMBER AM. NO.

    CONTRACTOR IDENTIFICATION NUMBER

    THIS AGREEMENT, made and entered into this _________________, in the State of California, by and between theTrustees of the California State University, which is the State of California acting in a higher education capacity, through its dulyappointed and acting officer, hereinafter called CSU andCONTRACTORS NAME

    ,hereafter called Contractor,

    WITNESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulation of theUniversity hereinafter expressed, does hereby agree to furnish to the University services and materials as follows:

    The contractor shall provide consulting services for the Digital Marketplace project in accordance with the following Riders whichare incorporated herein and made a part of this agreement:

    Rider A, CSU General Provisions for Information Technology Acquisitions, consisting of xx (xx) pages;Rider B, Contractors response to RFP No. 90132, consisting of xx (xx) pages.

    The term shall be from ______________________________ through ____________________________________.

    The contractor shall report to ____________________________________________________________________.

    IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written.

    UNIVERSITY CONTRACTOR

    Trustees of the California State UniversityBY (AUTHORIZED SIGNATURE) DATE

    BY (AUTHORIZED SIGNATURE) DATE

    PRINTED NAME AND TITLE OF PERSON SIGNING PRINTED NAME AND TITLE OF PERSON SIGNING

  • 8/14/2019 CSU Proposal

    25/33

    RFP No. 90132Appendix E

    THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITYDisabled Veteran Business Enterprise (DVBE) Participation Requirement

    I. STATEMENT OF DVBE PARTICIPATION GOAL REQUIREMENT

    State law requires that state agencies achieve a goal of three (3) percent participation fordisabled veteran business enterprises (DVBE) in state contracts.

    Read thisdocument carefully. Failure to comply with the DVBE requirement may causeyour bid to be deemed nonresponsive and your firm ineligible for award of this

    contract.II. DEFINITIONS

    The following definitions have general applicability throughout this document.

    A. Trustees as used herein, means the Board of Trustees of the California StateUniversity and includes any division or campus thereof which has been delegated theauthority to enter into contracts on behalf of the Trustees, and any person acting

    under authority of such delegation.B. Bidder as used herein means any person or entity making an offer or proposal,

    competitively or non-competitively, for the purpose of securing the awarding orletting of a contract by the Trustees.

    C. Disabled Veteran as used herein means a veteran of the military, naval or air servicesof the United States with at least a 10 percent service-connected disability who is aresident of the State of California.

    D. Disabled Veteran Business Enterprise (DVBE) as used herein means a businessconcern certified by the Office of Small Business and DVBE Services CertificationPrograms.

    III. SATISFACTION OF THE DVBE PARTICIPATION GOAL REQUIREMENT

    In order to satisfy and be responsive to this requirement, the bidder must meet the DVBEParticipation Goal as follows:

    A. DVBE Participation Goal Attainment

    The three (3) percent Disabled Veteran Business Enterprise (DVBE) ParticipationGoal is attained when:

  • 8/14/2019 CSU Proposal

    26/33

    RFP No. 90132Appendix E

    B. Approved Utilization Plan

    1. General

    In satisfaction of the DVBE participation goal requirement, State law permitsbidders bidding on contracts for materials, supplies, or equipment, includingelectronic data processing (EDP) goods and services to submit a DVBEUtilization Plan that has been approved, prior to the final bid due date, by theCalifornia State Department of General Services (DGS) Procurement Division inSacramento. For more information contact DGS. Also see their internet site:http://www.pd.dgs.ca.gov/Publications/utilization.htm .

    AN APPROVED UTILIZATION PLAN MAY NOT BE USED TO SATISFY THE DVBEPARTICIPATION GOAL REQUIREMENT FOR ANY PUBLIC WORKS CONTRACT.

    IV. DVBE PARTICIPATION GOAL DOCUMENTATION REQUIREMENTS

    A. General

    The bidder must clearly document how it intends to meet the DVBE participation

    goal requirement by completing the require forms and (if appropriate) disclosing anyrelevant information about their planned use of DVBEs.

    B. Required Documentation

    The DVBE documentation forms that must be completed are as follows andinstructions for completing the required forms correctly are included to assist thebidder.

    1. DVBE Transmittal Form

    Bidders must fill out and attach the DVBE Transmittal Form as a cover sheet tothe required documents and submit it and the additional required documentationwithin the timeframe specified in the bid solicitation, or if not specified therein,within a timeframe otherwise designated by the Trustees. All requested DVBEdocumentation must be completed on the forms provided and submitted with theDVBE Transmittal Form.

    2. Summary of Disabled Veteran Owned Business Participation (Attachment 1)

    Attachment 1, Summary of Disabled Veteran Owned Business Participation, mustbe completed showing the type of work and company proposed for DVBEparticipation, their subcontractors (if any), and other related information.C l t th f idi th i f ti f ll

    http://www.pd.dgs.ca.gov/Publications/utilization.htmhttp://www.pd.dgs.ca.gov/Publications/utilization.htm
  • 8/14/2019 CSU Proposal

    27/33

    RFP No. 90132Appendix E

    (c) Contracting With - list the name of the department or company with whichthe company listed is contracting.

    (d) TIER - the contracting tier should be indicated with the following leveldesignations:0 = Prime contractor;1 = First tier subcontractor/supplier;2 = Second tier subcontractor/supplier of first tier subcontractor/ supplier;3 = Third tier subcontractor/supplier of second tier subcontractor/ supplier;etc.

    (e) Claimed DVBE Value - the total dollar amount of the value claimed by adisabled veteran business enterprise.

    (f) Percentage of Contract - compute the percentage (%) the claimed DVBEvalue is of the total contract dollar amount.

    (g) DVBE Certification - The bidder must include one copy of the DVBEcertification letter from the Office of Small Business Services and DVBEServices Certification Programs for each DVBE firm listed on the Summary

    of Disabled Veteran Owned Business Participation.

    3. Bidders Certification (Attachment 2)

    The bidder must sign and include the Bidders Certification, certifying that eachfirm listed on the Summary of Disabled Veteran Owned Business Participation(Attachment 1) complies with the legal definition of DVBE.

    C. Timeframe for Submitting Documentation

    The DVBE participation documentation must be submitted within the timeframespecified in the bid solicitation, or if not specified therein, within a timeframeotherwise designated by the Trustees. Failure to submit full and accuratedocumentation within the specified or designated timeframe will result in your firmbeing deemed non-responsive, and thus ineligible for award of the contract.

    V. USE OF PROPOSED DVBE

    If awarded the contract, the successful bidder must use the DVBE subcontractors and/orsuppliers proposed in its bid proposal unless it has requested substitution and has receivedapproval of the Trustees in compliance with the Subletting and Subcontracting FairPractices Act.

    RFP N 90132

  • 8/14/2019 CSU Proposal

    28/33

    RFP No. 90132Appendix E

    If awarded the contract the successful bidder shall report to the campus, on a periodic basisestablished in the contract, the dollar amount of DVBE participation.

    VII. ADDITIONAL DVBE INFORMATION SOURCES

    A. For more information regarding DVBE certification, copies of directories or forgeneral DVBE information, contact:

    Office of Small Business and DVBE Services, Room 1-400P.O. Box 989052,

    West Sacramento, CA 95798-9052 (mailing address)

    Office of Small Business and DVBE Services707 Third Street, First Floor, Room 400West Sacramento, CA 95605 (physical address)

    Telephone number: (800) 559-5529 or (916) 375-4940 or by fax at (916) 375-4950Email: [email protected]

    Or, via the Internet athttp://www.pd.dgs.ca.gov/dvbe/aboutcerts.htm

    VIII.CONTRACT AUDITS

    Contractor agrees that the Trustees or its delegate will have the right to obtain, review, andcopy all records pertaining to performance of the contract, including but not limited toreports of payments made to subcontractors during the term of a contract. Contractoragrees to provide the Trustees or its delegate with any relevant information requested andshall permit the Trustees or its delegate access to its premises, upon reasonable notice,

    during normal business hours for the purpose of interviewing employees and inspectingand copying such books, records, accounts, and other material that may be relevant to amatter under investigation for the purpose of determining compliance with thisrequirement. Contractor further agrees to maintain such records for a period of three (3)years after final payment under this contract.

    THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY

    http://www.pd.dgs.ca.gov/dvbe/aboutcerts.htmhttp://www.pd.dgs.ca.gov/dvbe/aboutcerts.htmhttp://www.pd.dgs.ca.gov/dvbe/aboutcerts.htm
  • 8/14/2019 CSU Proposal

    29/33

    THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY

    Disabled Veteran Business Enterprise (DVBE) Participation Requirement

    DVBE Transmittal Form

    The DVBE Transmittal Form is to be attached and used as a cover sheet for the required

    DVBE documentation that must be submitted within the time frame specified in the bidsolicitation.

    Campus:

    Project Name:

    Project Number:

    Bid Date:

    Name of Contractor Submitting Bid:

    Please check off the following to insure you have included them in your documentation:

    ____ Attachment 1: Summary of DVBE Participation

    ____Attachment 2: Bidders Certification of DVBE Status of Subcontractors and Suppliers

    THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY

  • 8/14/2019 CSU Proposal

    30/33

    THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY

    Attachment 1SUMMARY OF DISABLED VETERAN OWNED BUSINESS PARTICIPATION

    CLAIMEDDVBE PERCENTAGE OF OSDS DVBE

    COMPANY NAME NATURE OF WORK CONTRACTING WITH TIER VALUE $ CONTRACT (%) CERTIFICATION

    I declare under penalty of perjury, under the laws of the State of California, that the information herein is true and correct to the best of my knowledge.

    Executed on: ___________________________, at _____________________________ in the state of ____________________________Date City

    Signature of Contractor or Authorized Agent Project Name Project Number

    Printed Name Firm Name Telephone

    CRL:016:08/26/09

    THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY

  • 8/14/2019 CSU Proposal

    31/33

    THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY

    Attachment 2

    BIDDER'S CERTIFICATIONDISABLED VETERAN BUSINESS ENTERPRISE

    STATUS OF SUBCONTRACTORS AND SUPPLIERS

    I hereby certify that I have made a diligent effort to ascertain the facts with regardto the representations made herein and, to the best of my knowledge and belief, eachfirm set forth in this bid as a disabled veteran business enterprise complies with the

    relevant definition set forth in law. In making this certification, I am aware of Section12650 et seq. of the Government Code providing for the imposition of treble damagesfor making false claims against the State, Section 10115.10 of the Public Contract Codemaking it a crime to intentionally make an untrue statement in this certificate, and theprovisions of Section 999.9 of the Military and Veterans Code.

    Date Signature of Authorized Agent

    Title

    RFPNo.90132

    Di it l M k t l

  • 8/14/2019 CSU Proposal

    32/33

    DigitalMarketplace

    COSTPROPOSAL

    Appendix I

    ScopeofWork 10109to63010*

    TotalCost

    1. ProjectManagement $____________________

    2.

    Technologyand

    Architecture

    $____________________

    3. BusinessDevelopment $____________________

    4. InstitutionalDeployment $____________________

    5. Marketing $____________________

    TheBidder

    shall

    include

    total

    cost

    for

    Year

    One.

    Scope

    of

    Work

    for

    subsequent

    years

    will

    be

    based

    on

    results

    of

    Year

    One.

    Subsequent

    years

    will

    be

    subject

    to

    negotiation.

    Indicatetotalcostforperiodof10109to63010. Costwillbefirm.

    Billingterms: _____________________________

    Note: Allpricesoffersmustbeheldfirmforaperiodof180daysfromthesubmissionoftheproposal.

    ___________________________________________________ ______________________________________________________

    Companyname Date

    ___________________________________________________

    ______________________________________________________

    Authorizedsignature Printname&title

  • 8/14/2019 CSU Proposal

    33/33