Request for Proposal Managed Information Technology ...
Transcript of Request for Proposal Managed Information Technology ...
Request for Proposal
Managed Information Technology Services
DAYTON BOARD OF EDUCATION
Purchasing & Contract Administration
115 South Ludlow Street, 5th Floor
Dayton, OH 45402-1812
Bidder’s Conference will be held Tuesday, January 16, 2018 at 9:00 a.m. (local time) IUE Conference Room,
2701 Dryden Road Moraine, OH 45439
Electronic Proposals will be accepted until 12:00 p.m. Monday, February 5, 2018. All submissions must be
uploaded to the DPSD Bonfire Public Portal at https://dps.bonfirehub.com/opportunities/6225
See submission instructions, Exhibit “1” of this document
RFP No. 18-863
Date: January 8, 2018
1
LEGAL NOTICE
Dayton Public School District (DPSD) intends to enter into a three (3) year contract with a qualified
vendor to deliver managed information services. This initiative is known as the DPSD Managed
Information Technology (IT) Services.
On January 8, 2018, DPSD will post a formal solicitation for RFP 18-863 Managed Information
Technology (IT) Services for the Dayton Public Schools at website:
www.dps.k12.oh.us/community/bid-info.html. All interested parties, potential Offerors, and those
seeking to do business are hereby notified that this website will be updated periodically to include
additional documentation. Interested parties, potential Offerors, and those seeking to do business
should continuously check this website to make sure to receive any additional information posted
regarding this solicitation. The Director of Purchasing & Contract Administration, Bobby Smith, is the
point of contact and he may be reached via email at [email protected].
A Bidder’s Conference will be held, Tuesday January 16th, 2018 @ 9am, at IUE 2705 Dryden Road
Moraine, OH 45402. Attendance is strongly recommended.
Proposals to provide Managed IT Services must be uploaded to Bonfire prior to 12:00pm, local time
on Monday February 5th. Submission instructions can be obtained at
https://dps.bonfirehub.com/opportunites/6225.
Firms submitting proposals must be approved by the Human Relations Council of the City of Dayton
and must submit with their proposal evidence of such approval. Additionally, the response must
include documentation of good faith efforts for utilization of local and economic disadvantaged
businesses per the requirements of the DPS Community Inclusion Program.
Based on Ohio Revised Code 5719.042, the Dayton Board of Education requires that all firms submit
with their proposal an affidavit affirming status of delinquency on property taxes.
The Board of Education reserves the right to accept or reject any or all proposals resulting from
above.
DAYTON BOARD OF EDUCATION Robert C. Walker, President Hiwot Abraha, Treasurer
Publication Date: January 8, 15, 2018
Proposals Due: February 5, 2018
2
TABLE OF CONTENTS
LEGAL NOTICE
SECTIONS:
1.0 PURPOSE . . . . . . . . . . . . . . . . . . . . . . . . . 3
2.0 BACKGROUND . . . . . . . . . . . . . . . . . . . . . . . 4
3.0 CURRENT DPSD IT ENVIRONMENT . . . . . . . . . . . . . 5
4.0 SCOPE OF SERVICE . . . . . . . . . . . . . . . . . . . . 5
5.0 INSTRUCTIONS TO OFFERORS…... . . . . . . . . . . . . 21
6.0 SPECIAL PROVISIONS . . . . . . . . . . . . . . . . . . . 28
7.0 INTERVIEWS AND PRESENTATIONS . . . . . . . . . . . . 29
8.0 PROPOSAL EVALUATION PROCESS . . . . . . . . . . . . 30
9.0 TERMS AND CONDITIONS . . . . . . . . . . . . . . . . . 34
10.0 TERMINATION CLAUSES . . . . . . . . . . . . . . . . . 37
COMPLIANCE DOCUMENTS . . . . . . . . . . . . . . . . . 38
ATTACHMENT I - GENERAL INFORMATION
ATTACHMENT II - PRICE PROPOSAL FORM
ATTACHMENT IIA - PRICE SCHEDULE
ATTACHMENT III - NON COLUSSION STATEMENT
ATTACHMENT IV - DELINQUENT PERSONAL PROPERTY
TAXES
ATTACHMENT V - HUMAN RELATION COUNCIL LETTER
ATTACHMENT VI - REFERENCE SHEET
ATTACHMENT VII - PERFORMANCE REQUIREMENT
EXHIBIT IP-I THRU IP-V DPS INCLUSION PROGRAM
EXHIBIT I - SUBMISSION INSTRUCTIONS
3
1.0 PURPOSE
The purpose and intent of this Request for Proposal is to solicit Managed Information Technology (IT)
Services from a qualified Offeror and to establish a contract through negotiations for continuing
development and support of specific IT services for the Dayton Public School District, herein referred to as
DPSD.
1.1 IT Management Services Sought
NOC (24x7x365 monitoring, security, support and maintenance )
● Server alert monitoring
● Server repair
● Server OS service packs
● Server OS hotfixes
● Server BIOS updates as required
● Firewall and other denoted devices
● Security administration
● Antivirus licensing
● Virus definition and prevention
● Microsoft patch management
● Event log monitoring as required
● Log file maintenance as required
● Drive space monitoring and remediation
● Installation and configuration of servers due to disaster
● Applications including, but not limited to:
○ Network operating systems
○ Microsoft SQL servers
○ Microsoft Exchange servers
○ Microsoft IIS servers
○ Microsoft ISA server
○ Backup
○ All email related support and troubleshooting
○ Major database and critical applications
○ Support and troubleshooting of critical line of business applications
Helpdesk (Monday through Friday 30 minutes prior to school start and 30 minutes after
school end)
● Chromebook, workstation, laptop and tablet support and maintenance
● User account administration
● File sharing permission administration
● Basic end user support
4
Onsite Support (Monday through Friday 30 minutes prior to school start and 30 minutes after
school end)
● Chromebook, workstation, laptop and tablet failure
● Hard drive failure
● Memory failure
● Power supply failure
● Keyboard and mouse failure
● Internet service provider management
● Router management
● Antivirus management
● Firewall management
● VPN management
● Outside printer management
● Outside vendor support
● Online asset management
● Online case management
● Automated desktop optimization and management
● Spyware and Adware removal
● VPN client management
● Antivirus software management
● Software patch management
● Mail and anti-spam support
2.0 BACKGROUND
The Dayton Public Schools District (DPSD) is a large urban school district with approximately
2,400 employees and 13,000 students. The District operates a total of 30 instructional and 3
administrative facilities.
As a result of decentralized management philosophy, the expectation of producing higher levels of
services in an environment with decreasing resources, the district foresees the necessity to
maximize value.
DPSD seeks a technology management solution that will provide stable and reliable IT services to
students and staff. The Offeror will be responsible for providing the resources necessary to provide
these services at a high quality and efficient manner.
5
3.0 CURRENT DPSD IT ENVIRONMENT
3.1 Architecture
The Offeror shall thoroughly understand the DPSD IT environment and shall demonstrate
this knowledge in their Proposal; the Offeror shall be responsible for maintaining/upgrading
as well as improving the operational status of the DPSD IT Architecture.
3.2 Organic Support
DPSD organic IT support consists of the Director of Assessment and Accountability. This
position currently oversees the operations of administrative IT services; contracted IT
support staff and Federal E-Rate programs.
3.3 Contractor Support
The bulk of DPSD IT support will be contracted. The contracted staff will report to the
DPSD Director of Assessment and Accountability.
4.0 SCOPE OF SERVICES
4.1 Current Environment
In order for prospective Offerors to size this contract properly, Table 4.1 provides an
overview of the number of locations and network devices supported by IT.
DPSD IT Profile Approximation Number
Total number of locations 30
Total number of administrative buildings 3
Total number of instructional buildings 27
Total number of square miles 53
Total number of students 13,000
Total number of employees 2,400
Total number of classrooms 1,024
Total number of network devices 22,000
Total number of Windows servers 49
Total number of routers 1
Total number of switches 510
Total number of AP's 996
Total number of network printers 1,500
Total number of network users 15,000
Average monthly Helpdesk service tickets 1,800
6
4.2 Management Activities
4.2.1 Managed Service Plan
The Offeror shall describe the managed service approach and method(s) it plans to
use to provide the support required in this RFP. After award, the Management
Service Plan will become the Offeror’s master plan to fulfill the Contract. It will
incorporate other plans required by this RFP.
The Managed Service Plan must be as complete as possible at the time of
submission. It shall:
● Describe the Offeror’s proposed organization(s) and management structure,
graphically and by narrative, responsible for fulfilling the Contract requirements.
The Offeror must describe their reporting structure from the corporate level to
their DPSD Program Manager.
● Describe the methodologies, processes, and procedures the Offeror’s proposed
organization(s) will follow to provide the required support for Help Desk, NOC
and onsite support.
● Describe the methodologies, processes, and procedures the Offeror will undertake
to adjust levels of operation should the scope of DPSD’s IT Architecture change
significantly.
● Define the deliverable review process (e.g. Monthly Report, Contract Annual
Report, Status and Performance Reports) and describe how communication and
review will be conducted between all parties.
● Describe the Offeror’s methodology for developing and maintaining a schedule for
NOC, helpdesk and onsite services.
● Describe the Offeror’s approach, if applicable, to effectively select and manage its
subcontractors. If subcontractor participation is proposed on this effort, the Offeror
must include a teaming agreement with all proposed contractors as part of their
Proposal.
● Describe the Offeror’s approach to identifying potential problem areas, provide
recommended solutions to those problem areas, and any assumptions used in
developing solutions.
The delivery requirements for the Management Plan are as follows:
● The Offeror shall provide a Draft Management Plan with the submission of their
Proposal.
● The Offeror shall update the Draft Management Plan and deliver 60 days after
Contract start.
● The Offeror shall maintain the Management Plan for the duration of the Contract
and provide page changes to DPSD management for review and approval.
7
4.2.2 IT Support Services Contractor Transition
The Offeror shall work in conjunction with DPSD and the current incumbent
contractor to ensure the smooth transition of IT Support Services. The current
incumbent contractor is required to provide a smooth transition not to exceed 60
calendar days. Describe the Offeror’s approach to transition.
4.2.3 Monthly Reports
The contractor shall submit a Monthly Report based on the agreed upon Service
Level Agreements (SLA). The Monthly Report will be due no later than the 10th day
of every month.
The Monthly Report may include, but not be limited to:
● Planned projects
● System performance summary
● Fixed asset summary
● Issues/concerns
4.2.4 DPSD IT Architecture Support
The Offeror shall update the DPSD IT Architecture as new technology is
implemented or removed.
The Offeror shall, in collaboration with DPSD, provide a comprehensive
reassessment and update document of the DPSD IT Architecture, due to DPSD no
later than 60 days before the expiration of each Contract Year.
4.2.5 Operating Plan
The Offeror shall provide an Operating Plan within the Management Plan. The
Operating Plan will include a Personnel Profile Summary. Key personnel must be
available immediately after the award of the contract. Key onsite personnel shall not
be replaced and/or reassigned without DPSD management review and approval. The
Offeror shall identify in their proposal if the proposed key personnel is a current
employee, a subcontractor, or a potential new hire.
The plan shall contain the following information:
● A transition plan that addresses Paragraph 4.2.2 which includes activities
and resources needed during this period.
● A Personnel Profile Summary, clearly defining skill sets, years of
experience and customer work references, along with a resume for each
team member proposed.
● A contingency plan that shows the ability to add more staff if needed to meet
the Contract’s performance requirements.
● A statement of the Offeror’s ability to be fully staffed for the Contract.
8
● A statement of the Offeror’s ability to provide qualified replacement
personnel.
● A statement of the Offeror’s Professional Development Strategy for its staff
and its staff’s ability to remain at the leading edge of IT support services
relative to the K-12 education industry. The Offeror shall be responsible for
the ongoing training costs of its staff.
● A statement of ability to operate and meet all requirements within this RFP.
● A statement of the Offeror’s ability to comply with the regulations of the
School Employees Retirement System (SERS).
● The approach of transitioning staff for each Contract Year. The Offeror must
consider the budget constraints of DPSD in their operating approach as well as
DPSD’s objective of improving the performance and stability of the IT
Architecture that may lead to a reduction of resources.
4.2.6 School Employees Retirement System
Offerors to this RFP, if awarded the Contract, will be required to comply with the
provisions of Ohio Revised Code Sections 3309, et. seq., relating to the Public School
Employees Retirement System, and will pay the costs for the employer’s share of
contributions for full time onsite employees to the Public School Employees
Retirement System. Proof of payment shall be provided monthly to DPSD as part of
the monthly report. Selected Offeror is responsible for SERS payment for all sub-
contractors.
4.2.7 Non-disclosure Stipulation on DPSD Confidential/Proprietary Data
The Offeror shall take all precautions necessary and appropriate to ensure the
confidentiality of DPSD record information. The Offeror shall limit access to the
DPSD records only to its authorized representatives. Except as authorized by DPSD,
the Offeror shall not reproduce any DPSD records. DPSD shall have the right to
review the Offeror’s procedures for handling DPSD records and may make such
inspections, as it deems necessary to ensure that the contractor is safeguarding the
DPSD record information adequately.
4.2.8 Supervision/Time & Attendance Accounting
In addition to the scope of work for the required support services, the Selected Offeror
shall be required to abide by the following:
● Helpdesk operations can be remote or onsite at DPSD Central Office
● Onsite individuals shall be required to work from DPSD buildings, unless another
facility is mutually agreed upon.
● The Offeror shall submit monthly invoices, on the 10th day of each month for the
service provided during the preceding month, to the DPSD key contact for their
review and approval. The monthly invoices must identify each service type and
description of project work charges if applicable. DPSD will process the invoice
and submit payment 30 days after receipt.
9
● The Offeror shall be required to provide helpdesk and onsite proposed services
covering all working hours of DPSD personnel using IT (7:30 a.m. – 5:00 p.m.).
● The Offeror shall discuss in the proposal if support for DPSD staff after working
after hours will be provided.
● The Offeror shall provide support, as required, for after normal working hours at
no additional cost to DPSD for critical events. Examples of this support include,
but is not limited to:
● Network Outages
● Disaster Recovery
● Testing
● Payroll Processing
● Software Upgrades
● End-Of-Year Processing
In the event of unforeseen circumstances identified by DPSD, the Offeror shall
provide DPSD, in writing, a formal plan when tasks require working after
normal business hours. If overtime is ever required and approved by DPSD, the
overtime rate will be at the normal billable hourly rate as depicted in the
Offeror’s Cost Proposal.
4.2.9 Performance Requirements
The Offeror shall propose performance metrics for the full scope of services. The
performance requirements will address NOC, helpdesk and onsite service response
time, resolution and network availability. Offeror must complete and submit
Attachment VII.
The Offeror shall agree to meet the approved performance requirements 90 days after
contract start. Performance penalties shall be calculated on a monthly basis as shown
below:
● If the contractor meets all performance requirements, no penalty shall be
calculated.
● If the contractor misses the Response Time performance requirement, the
contractor shall deduct 1% from the monthly DPSD invoice.
● If the contractor misses the Resolution Time, or the End-User Training
Satisfaction Rate performance requirements, the contractor shall deduct 2%
from the monthly DPSD invoice.
● If the contractor misses the Network Availability performance requirement,
the contract shall deduct 5% from the monthly DPSD invoice.
● To ensure that the service level goals and performance measurements can
meet the changing business and technology needs of the District, DPSD and
the contractor will review the performance requirements on a yearly basis.
The Offeror shall deliver Performance Requirements Documentation on a
monthly basis to be included in the Monthly Status Report and annually in the
Contract Annual Report.
10
4.2.10 Exit Plan
90 days prior to the expiration of the Contract Period and/or immediately upon the
termination of this Contract for any reason, the contractor shall perform the
following:
The Offeror shall establish a written plan and timeline (with milestones),
acceptable to DPSD Management, for the accomplishment of the Termination
Assistance Services and orderly transition of the services, as described in this RFP,
from the contractor (“Exit Plan”). The Exit Plan shall include but not limited to:
● Software Development Folders
● Updated DPSD IT Architecture
● Status of in-progress projects with all documentation
● Training Classes and Documentation
● Disaster Recovery Plan and Testing documentation
● Process of collecting employee badges, keys, etc.
● Location and description of all desktop images
● Contents of IT Documentation Library
● Process to inactivate all contractor staff network access
● Administrative passwords of all servers
● Diagram and documentation of all communication systems
The Offeror shall deliver the Exit Plan to DPSD 90 days prior to the expiration of
the Contract Base Period or any of the option years of the Contract, and/or
immediately upon the termination of the Contract, as directed by DPSD.
Immediately upon expiration or termination of the Contract, the Offeror shall
provide the Termination Assistance Services as listed in Paragraph 10.3 of this
RFP.
4.3 District Wide IT Requirements
The contractor shall provide district wide technical support to maintain/enhance the IT
architecture, to deployed applications, both organic and cloud. The Offeror shall provide the
support as listed in the Technical Support Requirements, Table 4.3, below. The Offeror shall
also provide support to the unique requirements listed within the following paragraphs of this
section.
11
Support requirements shall include, but are not be limited to:
Technical Support Requirements
Development, maintenance and update of interfaces to SunGard Business Systems
Enhancement of system performance
Ensuring connectivity to databases
Ensuring operational status
Facilitation of COTS maintenance
Installation, implementation, and management of upgrades/updates
Installation of new software
Maintenance of user security and user profiles
Ongoing enhancements of systems performance
Table 4.3 Technical Support Requirements
Ninety days prior to the end of each year of the contract, DPSD and the contractor shall
review support requirements to adjust current and add any new requirement based on DPSD
usage and need.
4.3.1 Local Area Network/Wide Area Network/Virtual Local Area Network/ Wi-Fi
(LAN/WAN/VLAN/Wi-Fi) Connectivity
4.3.1.1 LAN/WAN/VLAN/Wi-Fi Administration
The Offeror shall administer the various administrative and instructional (school)
LANs/VLANs and support their connectivity to the DPSD WAN. Each site contains
VLANs for network administration, the DPSD core network, site-specific networks,
wireless network, security, HVAC, and IVDL. As a result of this configuration,
network traffic can be more effectively managed, secured, and monitored.
Support shall include the requirements identified in the Technical Support
Requirements table above, as well as:
● Network backup and recovery
● Maintenance of user accounts
● Network configuration management
The Offeror shall support the connectivity of client workstations and peripherals
(where applicable) to the LAN/WAN/VLAN. This support shall include
upgrade/installation of client connectivity software and the facilitation of warranty
work for covered hardware and break/fix service for non-warranty hardware,
12
including routers, hubs, switches, and network interface cards (NICs). The contractor
shall also provide to DPSD recommendations as to whether it is more cost effective
to service or replace non-operational equipment. For the purchase of parts or
equipment replacement, the contractor shall submit a purchase request with
recommendations to DPSD management for approval/execution.
LAN/WAN/VLAN requirements shall include but not be limited to the following
areas.
● E-Mail Administration
● Network Design and Architecture
● Network Tuning
● Network Cabling
● Network Wireless
● Network Printing
Support requirements can be found in the following paragraphs.
4.3.1.2 E-Mail Administration
The contractor shall administer the DPSD district-wide Staff e-mail system across the
WAN and both the administrative and instructional LANs providing stability and
reliability of the systems. In addition, the Offeror shall support the student e-mail
application and maintain accounts.
Support shall include technical support identified in Table 4.3, as well as:
● System maintenance
● Account adds/moves/changes
● Policy creation
● System Integrations
● Maintenance of SPAM filter
● E-mail archiving
The contractor shall provide timely issue response and resolution at each of the e-
mail servers across the district, and/or will facilitate issue response and resolution
with hosted provider.
4.3.1.3 Network Design and Architecture
The Offeror, in conjunction with DPSD, shall be required to fully understand the
requirements of the eTech Ohio K-12 Network which defines a statewide network
architecture connecting all K-12 districts in the State of Ohio. The Ohio K-12
Network is a joint effort between eTech Ohio and the Ohio Department of Education
(ODE).
13
4.3.1.4 Network Cabling
The Offeror shall coordinate with DPSD Facilities and Operations staff to provide
maintenance for any DPSD owned existing CAT-5/6 and fiber optic cabling as well
as their associated connections throughout the district.
4.3.1.5 Network Printer/Scanner
The Offeror shall maintain and support network printer and scanner connections
throughout the district and coordinate services with outsourced printer management
company.
4.3.1.6 Internet Support
The Offeror shall maintain district-wide connectivity to the Internet via the WAN in
compliance with the terms and conditions of the DPSD Internet Acceptable Use
Policy.
4.3.1.7 E-Rate Support
The Offeror shall demonstrate in-depth knowledge and experience with the Federal
E-Rate program. DPSD’s annual E-Rate strategy is to continue to apply for local,
long distance, Internet service, and data network connectivity.
The Offeror shall provide technical consultant services for IT projects to be funded
by E-Rate. Consultant services may include, but not be limited to:
● Requirements analysis
● Ensuring technical feasibility and compatibility
● Definition of development/deployment approach
● Identifying associated cost
The contractor shall not bid on any procurements in which they provided technical
consulting services.
The Offeror, working in collaboration with DPSD, may provide support to include
but not limited to the following:
● Request for Proposal preparation
● Proposal evaluation
● Contract award assistance
● Post contract award support
14
4.3.4 Enterprise Data Management Support
4.3.4.1 PowerSchool (SunGard) Support
The Offeror shall provide support to the DPSD ERP PowerSchool (SunGard) system.
The PowerSchool (SunGard) system is a set of hosted services designed to help
teachers, administrators, and parents support student achievement. Connectivity to
the PowerSchool (SunGard) network is provided by a LAN-to-LAN VPN connection.
The Offeror shall have knowledge of the SunGard suite of software solutions and the
Offeror’s staff shall have practical experience in the support of the following
PowerSchool (SunGard) components:
● eSchoolPLUS
● IEPPLUS
● BusinessPLUS
4.3.4.2 Evaluation of DPSD IT Deployment Needs
The Offeror shall coordinate with DPSD Operations and Facilities staff in the
evaluation of the present and future electrical, environmental, and physical security
requirements of the DPSD IT architecture and provide DPSD Site Implementation
Plans, as needed, outlining those requirements as the architecture continues to evolve.
4.3.5 Client Software Technical Support
The Offeror shall provide technical/functional software support for the various client
desktops, laptops, and tablets as well as standalone computer equipment and
peripherals throughout the DPSD IT Architecture.
Support shall include technical support identified in Table 4.3, as well as:
● Operating system upgrades/maintenance
● Deployment of software on workstations (physical and/or remote
management)
● Reimaging, if applicable
● Software configuration
● System configuration, if applicable
● Connectivity to DPSD Local Area Network/Wide Area Network/Virtual
Local Area Network (LAN/WAN/VLAN) and the Internet, if applicable.
● Maintaining/ensuring full capability of installed software
● Knowledge of the educational processes involved with the given applications
● Knowledge of the DPSD business processes involved with the given
applications. This will include provision of Helpdesk support for:
● The standard set of educational software packages approved by DPSD and
used by teaching staff and,
● The standard set of administrative software applications, approved by DPSD
and used by administrative staff.
15
4.3.5.1 Instructional Software Technical Support
The Offeror shall, throughout the term of the Contract, and at the direction of the
DPSD Director, provide technical support for new or existing instructional
software applications. This will include provision of Helpdesk support.
4.3.5.2 Administrative Software Technical Support
The Offeror shall, throughout the term of the contract, and/or at the direction of
DPSD Executive Director, provide technical support for new or existing
administrative software applications, including version upgrades/updates, to be
used by administrative staff. This will include provision of Helpdesk support for
the standard set of administrative software applications, approved by DPSD and
used by administrative staff.
4.3.5.3 Technical Support of Government Mandated Non-Standard Support
The Offeror, in collaboration with DPSD, shall evaluate mandates from state and
federal agencies of any non-standard software application that is currently or may, in
the future, be mandated by state or federal agencies to be used by departments within
DPSD. The Offeror shall, in collaboration with DPSD, reallocate resources to support
the implementation and operation of government mandated software.
4.3.8 Information Technology Helpdesk
The Offeror shall establish and staff a Helpdesk from 7:30 a.m. – 5:00 p.m. and
extended hours if negotiated. Helpdesk will be the first line of support for all IT
issues across the district.
The Helpdesk will be responsible for providing support to approximately 15,400
users (13,000 students and 2,400 employees) across the full scope of the DPSD IT
architecture, receiving an average of 1,800 service tickets per month. Helpdesk staff
providing support must have extensive functional knowledge of the instructional and
administrative applications utilized throughout the district.
4.3.8.1 Helpdesk Support
The helpdesk shall be responsible for receiving service tickets, gathering information
on the end user issue. Helpdesk shall provide initial troubleshooting over the
telephone, if applicable, before escalating to onsite field service support.
Helpdesk staff shall be responsible for contacting end users who have placed service
tickets without resolution.
Helpdesk staff shall set up, remove, and manage user accounts in accordance to the
DPSD Acceptable Use Policy.
16
4.3.8.2 Helpdesk Performance Requirements
The Offeror shall provide resolution to Helpdesk tickets as per negotiated SLA, or
provide disposition to DPSD as to why timely resolution to the ticket(s) cannot be
provided.
4.3.8.3 Help Desk Log and Performance Report
The Help Desk shall maintain a database that logs all tickets, level of support
required, response times, resolution times, type of issue reported, and resolution to
the issue.
The Offeror shall assemble critical Help Desk performance statistics and provide
them to DPSD in the Monthly Report. The Monthly Help Desk Performance statistics
shall, at a minimum, include the following information:
● Total number of tickets opened and closed
● A breakout of tickets requiring support
● Minimum, maximum, and average response times
● Minimum, maximum, and average resolution times
● Types of issues reported
● Resolution to the issues
● A recommendation of better operability
The Offeror shall analyze the current DPSD Helpdesk structure, processes, and
methodologies and provide DPSD with recommendations for improvements.
4.3.9 Remote Management Technical Support
The Offeror shall fully implement and utilize existing remote management systems
by which troubleshooting and initial technical support can be executed remotely to
reduce response and resolution time.
4.3.10 System Security
4.3.10.1 Automated Backup
The Offeror shall develop and implement policies and procedures to automate the
routine backup of all servers across the district. The Offeror shall fully implement
existing automatic backup systems by which server backups can be executed with
minimal user intervention.
17
4.3.10.2 Backup/Disaster Recovery
The Offeror shall develop a DPSD Disaster Recovery Plan and provide
Backup/Disaster Recovery technical support ensuring the timely recovery of DPSD
Mission Critical Systems (as determined by DPSD) and their data, including annual
testing of backup/disaster recovery systems and procedures to ensure operational
status. DPSD budget constraints prohibit hot/cold/alternative site services for
backup/disaster recovery.
The Offeror shall deliver a Disaster Recovery Plan 180 days after contract start. This
plan will be updated on an annual basis. Recommendations for disaster recovery
services will be implemented 60 days after DPSD approval, pending funding.
4.3.10.3 Comprehensive Computer Virus Protection
The Offeror shall provide and maintain virus protection which at a minimum includes
communications, servers, and clients.
4.3.10.4 Data Security
The Offeror shall ensure the security of DPSD confidential and proprietary data
through the administration of user accounts and passwords, allowing varying levels
of access as directed by DPSD. The Offeror shall also protect DPSD data and the
network and architecture from external violations through the maintenance of a
secure firewall at the DPSD WAN’s connection to the Internet.
4.3.11 IT Acquisition Support
The Offeror shall configure and install at response of end users request, new
technology, facilitation of warranty and repair and esurance that equipment is
properly tagged and added/deleted to/from inventory.
4.4 Departmental Software Technical Support
The Offeror shall provide technical support, maintenance and facilitation of remediation for
business software applications.
The following table, Departmental Technical Support Cross Reference, and the paragraphs
that follow detail the technical support required.
18
Departmental Technical Support Requirements, identifies technical support requirements to
support the Departmental requirements in this section. Support requirements shall include,
but are not be limited to:
Departmental Technical Support Requirements
Ensure operational status
Maintain, and update interfaces to SunGard Business software solutions
Facilitation of COTS maintenance
Installation, implementation, and management of upgrades/updates
Installation of new software
Testing (e.g. unit/module, integration, system, regression)
Troubleshooting
Table 4.4 Departmental Technical Support Requirements
4.4.1 Instructional Applications Technical Support
DPSD currently has four dedicated Ed Tech Coaches. These coaches are teachers whose
primary responsibility is to work with colleagues to integrate technology and instruction.
The Offeror shall serve as a point of escalation for technical issues for the Ed Tech’s to
ensure operability of instructional software applications and hardware.
4.4.2 Facilities Support
The Offeror shall provide the technical support identified in support and interaction with
SunGard eSchoolPLUS as well as:.
● Maintenance, and update of interfaces to the WAN
● Maintenance of the Total Maintenance Application (TMA) used to enter work orders
for Operations staff
● Maintenance of the Facilities Department HVAC IES System
4.4.3 Nutrition Services
4.4.3.1 WINSNAP and Computrition Support
The contractor shall provide the technical support identified in Table 4.4, in
utilization and interaction with eSchoolPLUS.
4.4.3.2 WINSNAP Connectivity
The Offeror shall support network connectivity to the secondary school lunch points
of sale using WINSNAP to allow the electronic transfer of student free, reduced, and
full price meal data/counts back to Nutrition Services.
The Offeror shall provide the technical support identified in Table 4.4, as well as
maintenance of network drops at each school cafeteria location.
19
4.4.4 Transportation Support
The Offeror shall provide the technical support for utilization and interaction of
PowerSchool (SunGard) and eSchoolPLUS
4.4.4.1 School Bus Maintenance and Service Tracking Software
The Offeror shall provide technical support for Faster for which Transportation can
track school bus fuel usage and fleet management maintenance history.
4.4.4.2 School Bus Routing and Tracking Software
The Offeror shall provide technical support to maintain/enhance data interaction
between the VersaTrans bus routing system and PowerSchool (SunGard)
eSchoolPLUS. The Offeror shall facilitate hardware, software, and connectivity
technical support as required by Transportation to operate the VersaTrans system.
The Offeror shall provide the technical support for the GPS tracking software
Synovia.
4.4.5 Automated IT Inventory
The Offeror shall maintain an inventory process to detail the DPSD hardware and
software inventory for upload into PowerSchool (SunGard) BusinessPLUS. The
Offeror at a minimum should detail inventory:
● By building (school and support facilities) and by room
● By recipient and location
● By age of equipment
● By type of equipment
● By warranty status
4.5 Instructional Technical Support
The Offeror shall provide technical support to the instructional buildings within DPSD to
ensure the DPSD IT architecture provides a highly available network for staff and student
use. Table 4.5, Instructional Technical Support Requirements, identifies technical support
requirements to support the Technical Requirements identified in this section. Support
requirements shall include, but are not be limited to:
20
Instructional Technical Support Requirements
Ensuring operational status
Maintain, and update interfaces to PowerSchool (SunGard) Education
software solutions
Update/maintenance of user reports and queries
Facilitation of COTS application maintenance
Installation, implementation, and management of upgrades/updates
Project installation of new software
Provision of end-user training if requested
Testing (e.g. unit/module, integration, system, regression)
Troubleshooting
Table 4.5 Instructional Technical Support Requirements
4.5.1 PlascoTrac Support
The Offeror shall maintain existing installations of PlascoTrac deployed district-wide
at each school providing connectivity to the network and reporting capabilities to
SunGard eSchoolPLUS.
PlascoTrac is computer software containing application programs and databases used
for entering, tracking and maintaining students' attendance and disciplinary
violations. PlascoTrac System consists of the following four modules:
● PlascoTrac Badge (student identification badges)
● PlascoTrac Student Tracking
● PlascoTrac Mobile
● PlascoTrac Visitor Center
Reference the DPSD IT Architecture for technical details of the PlascoTrac system.
4.5.2 Individual Education Plan (IEP) Support
The Offeror shall provide support for the SunGard IEPPLUS used by Special
Education teachers and intervention team members throughout the district.
The Offeror shall provide the technical support identified in Table 4.5, Technical
Support Requirements, and ensure connectivity.
4.5.3 SchoolMessenger Support
The Offeror shall provide technical support to maintain the SchoolMessenger
attendance/parent callback system as it is deployed at DPSD buildings across the
district.
21
The Offeror shall provide the technical support identified in Table 4.5, Technical
Support Requirements, as well as:
● Ensuring connectivity
● Maintenance of interfaces to SunGard
● Menu management for authorized users
SchoolMessenger application is the Dayton Public Schools outbound calling
software. This software is used to make outgoing calls to students and staff. It has a
feature for scheduled re-occurring calls. Dayton Public Schools daily attendance and
evening transportation notifications have been setup. School administrators and their
office staff can schedule general notifications as needed.
4.5.4 Library Media Centers, Circulation, and Research Support
The Offeror shall provide technical support to maintain SirsiDynix Workflow in
Library Media Centers across the district. The Offeror shall provide the technical
support identified in Table 4.5, and, specifically, maintenance of internet connectivity
in support of the SirsiDynix system.
INFOhio's library automation software uses integrated library software from
SirsiDynix Corp. The software allows member schools to locate materials with a
Web-based catalog, loan materials with an integrated circulation component, and
manage materials using sophisticated circulation, cataloging, reports and inventory
components.
4.6 Deliverables Schedule
The Offeror shall develop and submit to DPSD the deliverables as depicted in the table
below.
5.0 INSTRUCTIONS TO OFFERORS
5.1 Technical Proposal
The Technical Proposal shall concisely describe the Offeror’s approach to satisfying all of the
requirements of this three year contract as depicted in Section 4.0 Scope of Services and the
following services. Any Technical Proposal not fulfilling all requirements as defined in this
RFP shall be excused from further consideration.
22
Help Desk Services:
A. Provide a detailed description of your suggested Helpdesk solution software and features
B. Provide a detailed description of the Helpdesk ticket lifecycle
C. Describe the SLA’s you will hold yourself accountable to and penalty if not met
D. Describe your remote management and monitoring (RMM) solution
E. Provide your average # of open tickets per technician
F. Provide your average # of people staffed at a remote help desk
G. Describe your ticket escalation and dispatch of onsite technicians process
H. Provide an example of a monthly performance report
I. Describe your process of communication with external vendors and manufacturers
J. Describe additional services that would support your response
NOC Services:
A. Describe your process and plan for data backup and disaster recovery
B. What virus protection software would you utilize?
C. Describe how you will provide security for data and other sensitive materials
D. Describe your process for maintaining IT inventory
Onsite Support Services:
A. List manufacturer repair certifications
B. Provide a detailed description of your suggested onsite support structure
C. Provide an organizational chart of proposed onsite support staff
D. Describe what inventory system you will utilize
Describe knowledge and experience with the following programs/applications:
A. COTS
B. G Suite
C. eSchool Plus
D. EMIS
E. School Messenger
F. Faster (Gasboy)
G. VersaTrans
H. ESRI
I. WINSNAP
J. Synovia
K. PlascoTrac
L. Sirsi Dynex
23
Describe in detail your knowledge and experience with the PowerSchool (SunGuard) platform. Both
as an organization, as a helpdesk/NOC staff, and as the onsite technicians.
5.2 Past Performance Proposal
Offerors shall demonstrate their experience in successfully providing comprehensive IT services that
were similar in their nature, size, and scope to this RFP.
The Offeror shall also include three (3) Past Performance references from contracts that were
completed in the past three (3) years as well as permission from those contacts to discuss their
performance. (See Attachment VI )
5.3 Cost Proposal
Offerors shall bid this Contract as a Fixed Fee Proposal. The Billable Rate is defined as the total
hourly rate that DPSD will be charged for any labor or project work outside the scope of the
agreement.
A Contract Year is defined as 365 days (e.g., July 1, 2018 through June 30, 2019). The Offeror’s
cost proposal should not contain any overtime hours, and reflect DPS administrator holiday calendar
5.4 Attachments
Offerors shall complete and submit all requested forms
5.4.1 Attachment I General Information Questionnaire
Firms must complete Attachment I - General Information Questionnaire.
5.4.2 Attachment II – Cost Proposal
Firms must complete Attachment II and Attachment IIA – Fee Schedule.
5.4.3 Attachment III – Non Collusion Form
Per the laws of the State of Ohio, no Respondent may engage in activities with any other firm or organization to manipulate pricing or hinder competition. All Respondent must complete and submit the non-collusion form with the solicitation Response.
5.4.4 Attachment IV –Affidavit of Disclosure of Delinquent Property Taxes
Based on Ohio Revised Code 5719.042, the Dayton Board of Education requires that all firms submit with their Qualifications an affidavit affirming status of delinquency on property taxes. The Affidavit affirming that there are no delinquent property taxes must be completed, signed, notarized and submitted with the solicitation response.
24
5.4.5 Attachment V –Affidavit for Affirmative Action Hiring Practices
Firms submitting Qualifications must affirm that hiring practices meet federal guidelines for
affirmative action. Upon contracting, the firm’s Affirmative Action plan must be approved by
the Human Relations Council (HRC) of the City of Dayton (or another approved agency) and
must submit with their evidence of such approval. Firms interested in bidding for future contracts
with DPSD should complete submit application at the link below. Approval by HRC must be
received prior to contract.http://www.cityofdayton.org/departments/hrc/Pages/default.aspx.
5.4.6 Attachment VI – References
The Respondent shall also include a list of at least three (3) firms on Attachment VI. Respondent shall be given special consideration if the past performances presented demonstrate similar experience in a K-12 school system equal to or larger in size than DPSD. It is the expectation that the DPSD evaluation team will attempt to verify the information on with the contact information as provided. It is the Respondent’s duty to ensure that the contact information provided is accurate and up-to-date at the time of submission, and to notify the references of the potential that DPSD personnel may attempt to make contact and the necessity of a prompt response.
5.4.7 Attachment VII – Performance Requirements
Firms must complete AttachmentVII – Performance Requirements
5.5 Contacts
The following person will represent the Dayton Public Schools during the Proposal
process and the period of performance of the contract:
Mr. Bobby Smith
115 South Ludlow Street
Dayton, OH 45402-1812
During the period of performance of the contract a DPS Representative will represent
DPSD and be the primary contact for matters relating to the contract. The Representative
will be designated in writing after the Contract Award.
5.6 Inquiries
Inquiries regarding this RFP can be made any time during the inquiry period listed in
the Calendar of Events. Offerors may submit inquiries using the following process:
● E-mail inquiries to Mr. Bobby Smith, Senior Contract Specialist at
● Responses to inquiries will be made available as described below. Offerors
submitting inquiries will not receive a personalized response.
25
Inquiries about a specific portion of this RFP shall reference the relevant part of this RFP,
the Paragraph Number and Title for the provision in question, and the page number of the
RFP where the provision can be found. The inquiry shall contain the name of the
prospective Offeror’s representative who is responsible for the inquiry, the prospective
Offeror’s name, and its representative’s business phone number.
5.9 Communication Restrictions
From the release of this RFP until a Proposal is selected and the Contract executed,
prospective Offerors may not communicate with any DPSD staff or Member of the Dayton
Board of Education concerning this RFP except through the inquiry method. This does not
apply to communication during the evaluation process if DPSD initiates the communication.
If an Offeror engages in any unauthorized communication, DPSD may reject that Offeror’s
proposal.
5.10 Bidders’ Conference
A Bidders’ Conference will be held at 9:00 AM, on Tuesday, January 16, 2018, at IUE
2705 Dryden Road Dayton, OH 45439. The purpose of this conference is to provide an
overview of the RFP to prospective Offerors. Any questions arising from the Offerors’
initial review of this RFP or the Bidders’ Conference should follow the format as defined in
Bonfire.
Attendance at the Bidders’ Conference is strongly recommended.
5.11 Schedule of Events
The schedule for this procurement is given below. If DPSD changes this schedule before the
Proposal due date, it will do so through an announcement on the DPSD Web site followed by
an amendment to this RFP. It is each prospective Offeror’s responsibility to check the DPSD
Web site for current information regarding this RFP. ANY and all notifications regarding
this solicitation will be communicated through this channel, including schedule changes.
26
Firm Dates
RFP Issued Monday January 8, 2018
Bidders’ Conference Tuesday January 16, 2018
Final Bidder’s
Questions
Tuesday January 23, 2018
Answers to Questions
Posted
Friday January 26, 2018
Proposal Due Date Monday February 5, 2018 12:00 p.m. EST
Estimated Dates
Proposal Evaluation and
Interviews
Tuesday
Friday
February 6, 2018 through
February 16, 2018
Contract Negotiations Monday
Friday
February 19, 2018 through
Mar 2, 2018
Contract Award Tuesday March 20, 2018
IT Services Transition Tuesday
Saturday
May 01, 2018, through
June 30, 2018
5.11.1 Format of Proposals
Dayton Public Schools wants clear and concise Proposals. But Offerors should take care
to completely answer questions and meet the RFP’s requirements. See Exhibit I
All Offerors are on notice that DPSD will not be liable for any costs incurred by an Offeror in
responding to this RFP, regardless of whether DPSD awards the Contract through this
process, decides not to go forward with the Contract, cancels this RFP for any reason, or
awards the contract through some other process or issuing another RFP.
27
5.11.2 Proposal Deadline
Proposals shall be received no later than Monday February 5, 2018 at 12:00 P.M, EST
Dayton Public Schools shall reject any Proposals or unsolicited Proposal amendments that
are received after the deadline.
Each Offeror shall carefully review the requirements of this RFP and the contents of its
Proposal.
5.11.3 Acknowledgement of Binding
By submitting a Proposal, the Offeror acknowledges that it has read this RFP, understands it,
and agrees to be bound by its requirements. The Offeror also agrees that the Contract will be
the complete and exclusive statement of agreement between DPSD and the Offeror and will
supersede all communication between the parties regarding the Contract’s subject matter.
5.11.4 Acceptance of Terms & Conditions and RFP Process
Dayton Public Schools may reject any Proposal if the Offeror takes exception to the terms
and conditions of the RFP, fails to comply with the procedure for participating in the RFP
process, or the Offeror’s proposal fails to meet any requirement of this RFP. Dayton Public
Schools may also reject any Proposal it believes is not in its interest to accept and may
decide not to do business with any of the Offerors responding to this RFP.
5.11.5 Ownership of Proposals
All Proposals and other material submitted will become the property of DPSD and will
not be returned. Proprietary information may not be included in a proposal or supporting
materials because DPSD will have the right to use , except for cost information, any
materials or ideas submitted in any Proposal without compensation to the Offeror. Dayton
Public Schools will retain all Proposals or a copy of them, as part of the contract file, for
at least three (3) years. After the retention period, DPSD will destroy, or otherwise
dispose of the Proposals or the copies.
28
5.12 Waiver of Defects
Dayton Public Schools has the right to waive any defects in any Proposal or in the
submission process followed by an Offeror. But DPSD will only do so if it believes that it
is in DPSD’ interest and will not cause any material unfairness to other Offerors.
5.13 Amendments to Proposals
Amendments to or withdrawals of Proposals will be allowed only if the amendment or
withdrawal is received before the Proposal due date. No amendment or withdrawals will
be permitted after the due date, except as expressly authorized by this RFP.
5.14 Alternate Proposals
All Offerors must respond to solicitation requirements. Any alternate proposals must be
submitted separately, and marked “Alternate Proposal”.
5.15 Ownership of Deliverables
All custom work done by the Offeror and covered by this Contract will be treated as “work
for hire” on the behalf of DPSD, with all rights, title, and interest in all intellectual
property that come into existence through the Offeror’s custom work being assigned to
DPSD. Additionally, the Offeror waives any author rights and similar retained interests in
custom-developed material.
5.16 Non-Appropriation of Funds
Any Contract resulting from this Request for Proposal is subject to appropriation of funds
BY THE DPSD for each fiscal year(s) for services listed herein. No legal liability on the
part of DPSD arises until funds are made available for this contract.
5.17 Offer Expiration
All offers shall remain open for 120 days following the date established for submission of
offers and for such longer time as is mutually agreeable.
6.0 SPECIAL PROVISIONS
6.1 Licenses:
The Offeror shall be required to obtain any necessary licenses and permits to comply with all
local, federal, state and government codes and ordinances without cost to the DPSD.
29
6.2 Non-Waiver of Defaults:
Any failure by the DPSD to enforce or require the strict keeping and performance of any
terms or conditions of the agreement shall not constitute a waiver of such terms and
conditions, nor shall it affect or impair the right of the DPSD to avail itself of such remedies
as it may have for any breach of the terms and conditions.
.
6.3 Inspection of Facilities:
The DPSD may require an inspection tour of Offeror's facilities at the location where the
services provided will be initiated.
6.4 Copyright and Patents:
Offerors shall hold the DPSD, its officers, agents, servants and employees harmless from
liability of any nature or kind because of any copyrighted composition, secret process,
patented or un-patented invention, articles or appliances furnished or used under this
proposal, and agrees to defend, at its own expense any and all actions brought against the
DPSD or themselves because of the unauthorized use of such articles.
6.5 Protection of Data:
The Offeror shall take all precautions necessary and appropriate to assure the confidentiality
of DPSD official record information. The Offeror shall limit access to DPSD official records
only to Offeror's authorized employees, except as authorized by the DPSD, and the Offeror
shall not reproduce any of the DPSD's official records. The DPSD shall have the right to
review Offeror's procedures for handling the DPSD's records and may make such inspections
as it deems necessary to assure that the Offeror is adequately safe-guarding the DPSD's
official record information.
6.6 Disclosure of Proposal Information:
Proposals submitted become a matter of public record. Where, in the course of making a
proposal, an Offeror submits technical or business information which claimed to be
confidential, the Offeror shall so indicate. The DPSD shall give consideration to the claim of
confidentiality.
7.0 INTERVIEWS AND PRESENTATIONS
Interviews and presentations shall be at the discretion and convenience of the evaluation
committee. The evaluation committee shall call for such interviews and presentations so as to
clarify and better understand Offerors submitted proposal. The Offeror shall be prepared to have in
attendance the key personnel as described in Section 4.
The evaluation committee will not numerically rank interviews and presentations. Rather, each
committee member may decide to revise his or her existing proposal evaluations based on the
interviews, presentations, and/or demonstrations as long as information was documented in the
original proposal.
30
8.0 PROPOSAL EVALUATION PROCESS
8.1 Disclosure of Proposal Contents
DPSD will seek to keep the contents of all Proposals confidential until the Contract is
awarded. DPSD will also prepare a registry of Proposals containing the name and address of
each Offeror. The registry will be made available for public inspection after the Proposals are
opened.
8.2 Rejection of Proposals
Dayton Public Schools shall reject any late Proposal. Dayton Public Schools may reject any
Proposal that is not in the required format, does not address all requirements of this RFP, or
that DPSD believes is excessive in price or otherwise not in its interests to consider or
accept. In addition, DPSD may cancel this RFP, reject all the proposals, and seek to execute
the contract through a new RFP or other means.
8.3 Proposal Evaluation Overview
The evaluation process may consist of up to five distinct phases:
1. The Procurement Representative’s Initial Review
2. The Evaluation Committee’s evaluation of the technical, cost, past performance and
compliance proposal
3. Interviews and/or Presentations
4. Negotiations
5. Award
If the committee finds that one or more Proposals should be given further consideration at
any phase, the committee may select one or more of the highest-ranking Proposals to forward
to the next phase. The committee may alternatively choose to suspend from further
consideration the lowest scoring Proposals, or any Proposal felt not to be in DPSD’s interest
to further consider.
The committee may also choose to bypass any or all subsequent phases and make an award
based solely on the current evaluation phase. Therefore, award may be made without
clarification requests, interviews, presentations, negotiations, or discussions.
It is within the purview of the evaluation committee to decide whether any phases are
necessary. The committee has the right to eliminate or add phases as deemed necessary to
ensure a complete, thorough, and impartial evaluation.
31
8.4 Initial Review
The Procurement Representative (or designee) will review all Proposals for timeliness,
format, and completeness.
The Procurement Representative will forward all timely, complete, and properly formatted
Proposals to an evaluation committee, which the Procurement Representative will chair.
These Proposals will be under active consideration.
8.5 Clarification Requests
During the evaluation process, the Contract Representative or the evaluation committee may
request clarifications from any Offeror under active consideration and may give any Offeror
the opportunity to correct any defects in its Proposal if doing so does not result in an unfair
advantage for the Offeror.
The Offeror shall have two (2) working days to respond to a DPSD Clarification Request
(CR). If the Offeror has not responded to the request within the specified timeframe, the
Offeror shall be considered non-compliant and may be withdrawn from active consideration.
The Contract Representative and/or their designee via telephone will notify an Offeror of a
CR. Once notified, the Offeror shall receive the CR via e-mail for response.
The Offeror shall e-mail the CR response directly to the Contract Representative within the
timeframe specified above. Receipt by DPSD of the CR response is solely the responsibility
of the Offeror. DPSD will not be responsible for non-receipt of CR responses (e.g., e-mail
failure).
8.6 Committee Review of the Proposals
The evaluation committee will evaluate and numerically score each Proposal that the
Procurement Representative has recommended. The evaluation will be according to the
evaluation criteria.
The evaluation committee may also have the Proposals or portions reviewed and evaluated
by independent third parties or other DPSD personnel with technical or professional
experience that relates to the Contract or to a criterion in the evaluation process. The
evaluation committee may seek reviews of end users of the Contract service, or the
evaluation or advice of other DPSD committees that have subject matter expertise or an
interest in the Contract.
Those Offerors submitting the highest rated Proposals will be scheduled for subsequent
phases, if applicable. The number of Proposals forwarded to the next phase will be within the
committee’s discretion, but regardless of the number of Proposals selected for the next phase,
they will always be the highest rated Proposals from each phase.
32
8.7 Selection Considerations
Evaluations of proposals will be based on, but not limited to the following criteria:
a. Service offering, pricing, quality, and prior experience with K12 school district of
relative scope and size
b. Value added considerations and benefits to the DPSD;
c. The experience, skill level, and availability of proposed personnel from Offeror's
organization, as determined solely by the DPSD;
d. The Offeror's relevant experience, qualifications, and success in providing a service of the
type described in this document;
e. The Offeror's reputation for quality service and problem solving within the marketplace;
f. The agreement terms proposed by the Offeror that would govern any contract relationship
with DPSD;
g. The Offeror's capability to provide requested services in a timely manner as agreed upon;
h. The Offeror's Past Performance references from three major projects within the past 3
years;
i. The firm’s ability to meet good faith efforts of the DPSD Community Inclusion Program.
j. The primary goal of this RFP is to ensure that DPSD obtains the highest quality of
Managed Information Technology Services at a reasonable cost. The Offeror’s cost proposal
will be analyzed and evaluated by utilizing but not be limited to the following criteria:
▪ Completeness: Cost should reflect fulfillment, to the fullest extent possible, of all
requirements depicted in the RFP.
▪ Reasonableness: Rates should be commensurate with the skill levels and experience
of the staff proposed.
▪ Realism: Costs are compatible with proposal scope and effort, being neither
excessive nor insufficient for the effort to be accomplished.
k. The firm's Dunn and Bradstreet standing.
This RFP asks for responses and submissions from Offerors, most of which represent
components of the above criteria. While each criterion represents one part of the total basis
for a decision to award the Contract to an Offeror, a failure by an Offeror to make a required
submission to meet a mandatory requirement will normally result in a rejection of that
Offeror’s Proposal.
Weighted Criteria for this solicitation is as follows:
Pricing-20%
Qualifications-45%
Experience-20%
DPS Inclusion Program-10%
Compliance to RFP request-5%
8.8 Financial Ability
Part of the Proposal evaluation criteria is the qualifications of the Offeror, which includes as
a component the Offeror’s financial ability to perform the Contract.
33
This RFP requires the submission of the Offeror’s Dunn and Bradstreet number.
In evaluating an Offeror’s financial ability, the weight the committee assigns, if any, to that
financial ability will depend on whether the Offeror’s financial position is adequate or
inadequate. That is, if the Offeror’s financial ability is adequate, the value assigned to the
Offeror’s relative financial ability in relation to other Offerors may or may not be significant,
depending on the nature of the Contract. If the evaluation committee believes the Offeror’s
financial ability is inadequate, this factor will be critical to acceptance of the Offeror’s
proposal, and the committee may reject the Proposal despite its other merits.
8.9 Contract Negotiations
The final phase of the evaluation process is Contract negotiations. Negotiations will be
scheduled at the convenience of the committee. The selected Offeror(s) must negotiate in
good faith.
Negotiations may be conducted with any Offeror who submits a competitive proposal, but
the committee may limit discussion to specific aspects of the RFP. Any clarifications,
corrections, or negotiated revisions that may occur during the negotiations phase will be
required in writing and incorporated in the RFP or the Offeror’s proposal as appropriate. Any
Offeror whose response continues to be competitive will be accorded fair and equal
treatment with respect to any clarification, correction, or revision of the RFP and will be
given the opportunity to negotiate revisions to its Proposal based on the amended RFP. But
should the evaluation process have resulted in a top-ranked Proposal, the committee may
limit negotiations to only that Offeror and not hold negotiations with any lower-ranking
Offeror. If negotiations are unsuccessful with the top-ranked Offeror, the committee may
then go down the line of remaining Offerors, according to rank, and negotiate with the next
highest-ranking Offeror. Lower-ranking Offerors do not have the right to participate in
negotiations conducted in such a manner.
Any oral modification of a Proposal will be reduced to writing by the Offeror as described
below.
It is entirely within the discretion of the committee whether to allow negotiations. An Offeror
must not submit a Proposal assuming there will be an opportunity to negotiate any aspect of
the Proposal. The committee is free to limit negotiations to particular aspects of any
Proposal, to limit the Offerors with whom the committee wants to negotiate, or to dispense
with negotiations entirely.
8.10 Failure to Negotiate
The negotiations will normally be held to correct deficiencies in the preferred Offeror’s
Proposal. If negotiations fail with the preferred Offeror, the committee may negotiate with
the next Offeror in ranking. Alternatively, the committee may decide that it is in the interests
of DPSD to negotiate with all the remaining Offerors to determine if negotiations lead to an
adjustment in the ranking of the remaining Offerors.
From the opening of the Proposals to the award of the Contract, everyone working on the
behalf of DPSD to evaluate the Proposals will seek to limit access to information contained
in the Proposals solely to those people with a need to know the information. They will also
34
seek to keep this information away from other Offerors, and the evaluation committee will
not be allowed to tell one Offeror about the contents of another Offeror’s Proposal in order to
gain a negotiating advantage.
Before the award of the Contract or the cancellation of the RFP, any Offeror that seeks to
gain access to the contents of another Offeror’s Proposal may be disqualified from further
consideration.
Negotiated changes will be reduced to writing and become part of the contract file open to
inspection to the public. The written changes will be drafted and signed by the Contractor
and submitted to the evaluation committee. The negotiated changes to the successful Offeror
proposal will become part of the Contract.
If an Offeror fails to provide the necessary information for negotiations in a timely manner,
or fails to negotiate in good faith, DPSD may terminate negotiations with that Offeror.
8.11 Contract Award
DPSD intends to award a contract resulting from this solicitation to the responsible Offeror
whose Proposal represents the best value to DPSD in accordance with the factors stated in
the RFP.
Best value may not necessarily be the lowest cost. DPSD defines best value as a
combination of a sound and qualified Technical/Management Proposal with a thorough, and
reasonable Cost that best meets the needs of DPSD.
9.0 TERMS AND CONDITIONS
All conditions and provisions of the RFP are deemed to be accepted by the firm and
incorporated by reference in the statement of qualifications and will apply to subsequent
maintenance agreement arrangements.
9.1 Late:
Late proposals will be accepted; but will not be considered for this project; however, they
may be filed for future requirements.
9.2 Indemnity:
The firm shall indemnify the DPSD all damage caused to the DPSD property as a result of
the negligent actions or wrongful acts of the firm, its employees, servants, and/or agents.
The firm shall indemnify and hold harmless the District, its employees, servants and/or
agents from all claims, demands, actions, suits, or proceedings initiated by third parties
arising from the negligence of the firm, its employees, servants, and/or agents.
35
9.2.1 Protection of Persons and Property:
The firm shall take all reasonable precautions for safety and reasonable protection to prevent
damage, injury, or loss to all of his employees and other persons.
9.3 Liability Insurance
Before starting any work under the agreement, the firm shall except, as otherwise approved
by DPSD, take out and maintain at own cost and expense, the following insurance. Such
insurance shall be with companies and with limits satisfactory to DPSD, and not less than
required by law.
9.3.1 Worker’s Compensation:
The selected firm agrees to furnish an official certificate or receipt of the Industrial
Commission of Ohio showing payment of necessary premiums to the State Insurance
fund when such certificates are required in the Request for proposal.
9.3.2 General Liability:
The selected firm shall carry general liability (to include): Contractor’s Liability and
Product Liability, and Personal Injury and Property. Bodily Injury, including
Personal Injury and Damage of $1,000,000.00 for each occurrence/or as required by
law, whichever is greater.
9.3.3 Automobile Liability:
The selected firm shall carry automobile liability, including non-ownership and hired
car coverage as well as owned vehicles, bodily injury and damage of $1,000,000.00
for each occurrence or as required by law, whichever is greater.
9.3.4 Certificates of Insurance:
Certificates of insurance which are acceptable to DPSD legal department shall be
filed with the District prior to the commencement of any work. These certificates
shall contain a provision that coverage afforded under the policies will not be
canceled unless a fifteen day (minimum) prior written notice has been given to the
District. Alternate Bids for insurance requirements may be submitted however, it
shall be at the sole discretion of
the District to accept the alternate.
36
9.4 Applicable Regulations
All services provided shall comply with all applicable federal, state and local regulations.
9.5 Governing Law
Any agreement resulting from this Request for proposal is subject to the DPSD’s policies
and other applicable federal, state, and local laws.
The Offeror hereto expressly agree that this Agreement will be construed and enforced in
accordance with the laws of the State of Ohio.
The Offeror shall obtain Bureau of Criminal Identification and Investigation (BCII) reports
on all Offeror staff who will be working with DPSD students within the MITS contract.
Only those Offeror staff members whose backgrounds are compliant with all relevant Ohio
laws will be permitted to participate on the contract.
The Offeror will maintain strict confidentiality regarding the pupils of Dayton Public
Schools. Any research or writing based in whole or part upon this effort shall not be
published without the written consent of the other party, except that the parties may share
information for educational purposes or for the purposes of presentation at educational
conferences provided complete anonymity is maintained regarding personally identifiable
student information. The parties shall comply with the Family Educational Rights and
Privacy Act, 20 U.S.C Section 1232g, as applicable.
9.6 Equal Opportunity
The firm to whom the agreement is awarded shall comply fully with the provisions of
Sections 153.59 and 153.60, Revised Code of Ohio, relative to discrimination and
intimidation of employees. The firm agrees that it will not discriminate against any
employees or applicant for employment, because of race, sex, color, creed, national origin, or
ancestry, which action shall include, but not be limited to the following: employment,
upgrading, demotion, transfer, rates for pay or other forms of compensation, and selection for
training, including apprenticeship. The firm further agrees to post in conspicuous places
available to employees and applicants for employment, notices, to be provided by the City of
Dayton, setting forth the provision of this equal opportunity employment clause.
The firm agrees in its solicitations for employees, to state that all qualified applicants will
receive consideration for employment without regard to race, sex, color, creed, national
origin or ancestry.
The firm agrees to cooperate fully with the DPSD to ensure that the provision of this equal
opportunity employment clause is being carried out.
37
10.0 TERMINATION CLAUSES
10.1 Termination for Convenience:
DPSD may terminate the agreement, in whole or in part, whenever it is determined that such
termination is in the best interest of the District, without showing cause, upon giving 90 days
written notice to the firm. DPSD shall pay all reasonable cost incurred by the firm up to the
date of termination. The firm shall not be reimbursed for any profits which may have been
anticipated but which have not been earned up to the date of termination.
10.2 Termination for Default:
When the firm has not performed or has unsatisfactorily performed the repairs DPSD may
terminate the agreement for default. Upon termination for default, payment may be withheld
at the discretion of DPSD. Failure on the part of a firm to fulfill the agreement obligations
shall be considered just cause for termination of the agreement. The firm will be paid for
work satisfactorily performed prior to the termination less any excess costs incurred by the
Dayton Board of Education in procuring and completing the terms of the agreement. If at
any time during the term of the agreement, the school district determines that the firm has not
kept and observed the conditions of the agreement, and has not corrected the breach within
five (5) working days following receipt of written notice, DPSD shall have the right, in its
sole discretion to terminate said agreement upon five (5) days additional written notice.
10.3 Termination Assistance
In the event of the expiration or termination of the Contract resulting from this RFP for any
reason, the contractor shall (1) cooperate with DPSD in effecting the orderly transfer of the
services to a third party or the resumption of the services by DPSD (2) transfer, license, or
obtain for DPSD, as appropriate, any tools and equipment used by the contractor in the
provision of the services that are not used exclusively for DPSD’s account (tools and
equipment used exclusively for DPSD’s account shall be owned by DPSD), and (3) continue
to perform those services and deliverables requested by DPSD in accordance with this
Contract (the “Termination Assistance Services”). With respect to the Termination
Assistance Services to be provided in connection with the expiration of the Term, such
services will be provided during the last 12 months of the Term during, and as part of, the
performance of the services hereunder at no additional cost.
Termination Assistance Services in all other events of termination shall be provided for up to
180 days after the effective date of the termination. The allocation of costs associated with
termination shall consist of only the labor hours specified as necessary per DPSD for
Termination Assistance, and there shall be no additional costs to DPSD other than specified.
Notwithstanding the reasons for any termination of this Contract, termination shall have no
effect on the parties’ rights and obligations under: Ownership and Licensing, Confidentiality,
and Limitation of Liability.
38
ATTACHMENT I General Information Questionnaire
1. Respondent Information: Provide the following information regarding the Respondent.
(NOTE: Co-Respondents are two or more entities proposing as a team or joint venture with
each signing the contract, if awarded. Sub-contractors are not Co-Respondents and should
not be identified here. If this proposal includes Co-Respondents, provide the required
information in this Item #1 for each Co-Respondent by copying and inserting an additional
block(s) before Item #2.) A Sub-contractor teaming agreement shall be required for all
sub-contractors with proposal submission.
Respondent Name:
(NOTE: Give exact legal name as it will appear on the contract, if awarded.)
Principal Address:
City: State: Zip Code: __ _
Telephone No. Fax No:
Website address: Year established:
Provide the number of years in business under present name:
Social Security Number or Federal Employer Identification Number:
Comptroller’s Taxpayer Number, if applicable:
(NOTE: This 11-digit number is sometimes referred to as the Comptroller’s TIN or TID.)
Dun and Bradstreet Number_________________________________________________
Business Structure: Check the box that indicates the business structure of the Respondent.
Individual or Sole Proprietorship. If checked, list Assumed Name, if any:
Partnership
Corporation If checked, check one: __ For-Profit ___ Nonprofit
___Domestic ___Foreign
Also, check one:
Other If checked, list business structure:
39
Printed Name of Contract Signatory:
Job Title:
(NOTE: This RFP solicits proposals to provide services under a contract which
has been identified as “High Profile”. Therefore, Respondent must provide the
name of person that will sign the contract for the Respondent, if awarded.)
Provide any other names under which Respondent has operated within the last 10 years and length
of time under for each:
Provide address of office from which this project would be managed:
City: State: Zip Code:
Telephone No. Fax No:
Annual Revenue: $
Total Number of Employees:
List Percentage of Employees that reside in the following:
DPSD _% City of Dayton _% Montgomery County % Ohio %
Briefly describe other lines of business that the company is directly or indirectly affiliated with:
List Related Companies:
2. Contact Information: List the one person who DPSD may contact concerning your proposal
or setting dates for meetings.
Name: Title:
Address:
City: State: Zip Code:
Telephone No. Fax No:
Email:
40
3. Does Respondent anticipate any mergers, transfer of organization ownership, management
reorganization, or departure of key personnel within the next twelve (12) months?
Yes No
4. Is Respondent authorized and/or licensed to do business in Ohio?
Yes No
If “Yes”, list authorizations/licenses.
5. Where is the Respondent’s corporate headquarters located?
_____________________________________________________________
6. Local/County Operation: Does the Respondent have an office located in Dayton, Ohio?
Yes No
If “Yes”, respond to a and b below:
a. How long has the Respondent conducted business from its Dayton office?
Years____ Months____
b. Choose only one (1) Is the firm headquartered in the following:
DPSD? City of Dayton Montgomery County Ohio
7. Debarment/Suspension Information: Has the Respondent or any of its principals been
debarred or suspended from contracting with any public entity?
Yes No
If “Yes”, identify the public entity and the name and current phone number of a
representative of the public entity familiar with the debarment or suspension, and state the reason for or circumstances surrounding the debarment or suspension, including but not
limited to the period of time for such debarment or suspension.
41
8. Surety Information: Has the Respondent ever had a bond or surety canceled or forfeited?
Yes__ No___
If “Yes”, state the name of the bonding company, date, amount of bond and reason for such
cancellation or forfeiture.
9. Bankruptcy Information: Has the Respondent ever been declared bankrupt or filed for
protection from creditors under state or federal proceedings?
Yes____ No__
If “Yes”, state the date, court, jurisdiction, cause number, amount of liabilities and amount of assets.
10. Disciplinary Action: Has the Respondent ever received any disciplinary action, or any pending
disciplinary action, from any regulatory bodies or professional organizations?
Yes __ No
If “Yes”, state the name of the regulatory body or professional organization, date and reason for
disciplinary or impending disciplinary action.
11. Previous Contracts:
a. Has the Respondent ever failed to complete any contract awarded? Yes _ No
If “Yes”, state the name of the organization contracted with, services contracted, date, contract
amount and reason for failing to complete the contract.
b. Has any officer or partner proposed for this assignment ever been an officer or partner of some
other organization that failed to complete a contract?
Yes _ No_
If “Yes”, state the name of the individual, organization contracted with, services contracted,
date, contract amount and reason for failing to complete the contract.
c. Has any officer or partner proposed for this assignment ever failed to complete a contract
handled in his or her own name?
Yes _ No _
If “Yes”, state the name of the individual, organization contracted with, services contracted, date,
contract amount and reason for failing to complete the contract.
42
ATTACHMENT II
PRICE PROPOSAL FORM
OFFEROR:
TO: THE DAYTON BOARD OF EDUCATION
115 S. Ludlow Street
Dayton, OH 45402-1812
The base Rate will be used for evaluation and budgetary purposes and should not be construed as a guaranteed
cost. Identify separate cost for in detail as “Attachment IIA. DPSD will pay only for services provided.
Cost Proposal Matrix
Year 1 $
Year 2 $
Year 3 $
Option Year 4 $
Option Year 5 $
Total Price $
Maximum Hourly Rate (for projects outside contract scope) $
43
ATTACHMENT IIA
Pricing Schedule
SERVICES Annual Cost
NOC Services $
Help Desk Services $
Onsite Support Services $
The undersigned as Offeror declares that the only parties interested in this proposal as principals are named
herein; and that this proposal is made without collusion with any other person, firm or corporation; and that no
officer or agent of the owner is directly or indirectly interested in this proposal.
Offeror hereby attests that any agreement for services required by DPSD resulting from this solicitation will be
provided at the rates as submitted on the firm’s proposed Pricing, Attachment I and Pricing Schedule,
Attachment IA. Any amendment, increases or elimination of offerings, subsequent to this agreement must be
agreed upon by both the Offeror and DPSD.
Firm Name:_______________________________________________________________
Firm’s City/State
address_________________________________________ Zip________________________
Signature of
authorizedAgent__________________________email________________________phone_____________
Print Name/Title_____________________________________date________________________
Signature of
authorizedAgent__________________________email________________________phone______________
Print Name/Title____________________________________date ______________________
44
ATTACHMENT III
NON-COLLUSION STATEMENT
DECLARATION UNDER PENALTY OF PERJURY
The undersigned declares that: he/she holds the position indicated below as a corporate officer or the
owner or partner in the business entity submitting these Proposals; that the undersigned is informed of all the
relevant facts surrounding the preparation and submission of these Proposals; that the undersigned knows and
represents and warrants to the Dayton Public School District that these Proposals are prepared and submitted
without collusion with any other person, business entity or corporation; and, that the Firm submitting these
Proposals is the only person, business entity, or corporation with any interest in the resultant contract.
I declare under penalty of perjury that the foregoing is true and correct.
FIRM: _________________________________________
BY: _________________________________________
(Signature)
TITLE: _________________________________________
ADDRESS: _________________________________________
DATE: _________________________________________
45
ATTACHMENT IV
AFFIDAVIT ON DISCLOSURE OF
DELINQUENT PERSONAL PROPERTY TAXES
(R.C. 5719.042)
State of Ohio
County of Montgomery
The undersigned being duly authorized officer (s) or owner (s) of (company) do solemnly swear or affirm that
charges of personal property taxes of any county in which the Dayton Board of Education has territory (have)
(have not) been made against (company).
___________________________________
Signature of Officer or Owner
Sworn or affirmed to before me and subscribed in my presence this
_____________________ day of ___________________________
___________________________________
Notary Public
My Commission Expires _____________________
46
ATTACHMENT V
ATTACH
47
ATTACHMENT VI
REFERENCE SHEET
Please complete this sheet on at least three (3) clients to whom you have furnished similar services being
proposed, within the last five (5) years.
CLIENT’S NAME:
CLIENT’S ADDRESS:
CONTACT PERSON
CONTACT PHONE ( ) /
CONTACT EMAIL / @
DOLLAR VOLUME OF SALES:
CONTRACT DURATION:
BRIEF DESCRIPTION OF PRODUCTS/SERVICES PROVIDED:
48
Performance Requirement Category Metric
Response Time - Defined as elapsed time in business
hours from when a helpdesk ticket is forwarded to an
action group to the first client contact (voicemail, email
or onsite visit)
Resolution Time - Defined as elapsed time in business
hours and/or days from initial escalation to an action
group to the resolution of the problem
Network Availability - Computed on a monthly basis
and excludes scheduled maintenance
Customer Satisfaction Score - average customer
satisfaction score obtained from completed surveys at
completion of service ticket. (survey software at
offeror’s discretion)
ATTACHMENT VII
49
EXHIBIT IP I PROPOSAL SUBMISSION INSTRUCTIONS for
DPS COMMUNITY INCLUSION PROGRAM
EDBE PARTICIPATION
Dayton Public Schools Community Inclusion Program has two major initiatives. The first is the utilization of
disadvantaged firms in Dayton Public Schools contracts. The District has a goal of 35% participation with
Economically Disadvantaged Business Enterprises (EDBE). Each contractor is expected to utilize good faith efforts to
solicit and engage EDBE(s) as vendors/suppliers to meet this goal. Please review the criteria for Good Faith Effort
Determination IV included in Exhibit IP included with this document.
The EDBE Participation form, located in Exhibit IP section of the Proposal specifications, should be used to
record participation of EDBE subcontractors. The completed form should be submitted at the time Proposal,
and should contain all relevant data, including EDBE name, types of service or supplies, or construction,
amount of contract to EDBE and % of EDBE contract to base Proposal. If the proposal does not include a firm
price, the anticipated scope of service and estimated percentage to base Proposal should be indicated.
WORKER UTILIZATION
In addition to the EDBE goal, the Dayton Public Schools’ Community Inclusion Plan has a goal, when
applicable, for 25% of on-site workforce associated with the procurement to be Dayton Public Schools District
residents. Estimated percentage of on-site workforce should be entered in the appropriate section of the
EDBE/Workforce participation form.
FORM COMPLETION
The EDBE/EDGE Provider and Workforce Participation form should be completed as indicated above, and
must be signed by an authorized company agent and witnessed and signed by a public notary. The Proposal
should provide copies of request for quotes, phone logs, fax verification forms and other supporting documents
which can be used in the determination of good faith efforts (See Good Faith Effort Determination IV
document) Upon award of contract, firms will be required to complete a manpower utilization form for on-site
hours worked by all staff, where applicable.
SPECIAL NOTE: There will be certain conditions, such as sole source, industry related restrictions,
availability of resources that could adversely affect, or eliminate the potential of utilization of EDBEs. In
all cases, the Proposal should submit the Provider and Workforce participation form, indicating any
limitations for consideration and determination of good faith effort by the DPS evaluation team. Failure
to submit the form could be lead to the determination of “Proposal non-responsiveness”, or “no good
faith effort”.
VENDOR CERTIFICATION
The DPS Community Inclusion program uses race/gender neutral measures to meet good faith effort goals for
subcontracting. Currently the District will accept the City of Dayton PEP certification for S/DBE firms
http://www.cityofdayton.org/departments/hrc/Pages/ContractCompliance.aspx as well as, State of Ohio EDGE
http://eodreporting.oit.ohio.gov/searchEDGE.aspx certification toward our inclusion goals. Visit the respective
links for a list of current certified contractors. A copy of the certification of each firm listed on the
EDBE/Workforce Participation form is to be submitted with the form.
CONTACT INFORMATION
Any questions regarding the Community Inclusion Program, certified EDBEs or required documentation for
Proposal submission should be addressed to: Terri Allen, Director;
DPS Purchasing & Contract Administration [email protected]
50
EXHIBIT IP II
DEFINITIONS TO PROVIDERS FOR DPS COMMUNITY INCLUSION PROGRAM
1.0 Diversity and Inclusion Goals/Outreach to Economically Disadvantaged Business Enterprises
and Local Businesses and Local Residents
1.1 Purpose. The Owner is committed to assuring that all qualified workers, providers of goods and
services, suppliers, contractors, subcontractors have an equal opportunity to participate on the Project and have
established The Community Inclusion Program (the “Program”) in furtherance of this commitment. In
addition to the foregoing, the Program is established for four primary purposes: (1) equal opportunity for
employment on all Projects; (2) promoting the participation of Economically Disadvantaged Business
Enterprises (as defined in capable of providing labor, materials, and services in connection with the Project; (3)
advancing local economic revitalization, and achieving non-discrimination in the award and administration of
Project contracts to include Local Businesses; and (4) to provide meaningful job opportunities for workers
whose tax dollars fund the construction who are Local Residents.
1.2 Goals. The goal of the Program is to achieve 35% participation in the project at all levels by
Economically Disadvantaged Business Enterprises. Further, the goal as it relates to on-site workforce
participation by Local Residents is twenty-five percent (25%) participation. While the Owner encourages
Economically Disadvantaged Business Enterprises and Local Businesses to participate in the Project as Prime
Proposals, all Proposals, whether they are themselves an Economically Disadvantaged Business or not, are
required by the Program to use good faith efforts to locate and engage the services of Economically
Disadvantaged Business Enterprises and (to employ Local Residents) that are ready, willing, and able to supply
labor, materials, and services in connection with the Project. These goals are not race-based or gender-based
quotas or set-asides. Each Proposal must demonstrate its good faith efforts to meet or exceed these goals.
Although, failure of a Proposal to meet these goals shall not be a reason for rejection of Proposal, failure to
meet good faith effort requirements will be considered in the determination of Proposal responsiveness and/or
responsibility.
2.0 Definitions
2.1 “Economically Disadvantaged Business Enterprise” or “EDBE” means an enterprise that is at least 51%
owned and controlled directly or indirectly by one or more individuals, each with a personal net worth equal
to or less than $750,000. Personal net worth includes any personal net worth of the individual’s spouse but
does not include (1) the individual’s ownership interest in the enterprise being considered in connection with
the contracting opportunity or (2) the individual’s equity in his or her primary residence. Additionally, a
contingent liability does not reduce an individual’s personal net worth. For purposes hereof, the word
“enterprise” means a sole proprietorship, joint venture, partnership, limited liability company, or corporation
that has been in business for at least one year prior to the date of contract award and that meets the size
limitations of the Small Business Administration set forth in 13 CFR 121.201. Currently the District will
accept certifications from both the City of Dayton S/DBE and State of Ohio EDGE, as certification for the DPS
Community Inclusion Program.
51
2.2 “EDGE Certification” means an enterprise that having met the criteria of the State of Ohio’s Encouraging
Diversity Growth and Equity is a certified EDGE business.
2.3 "Local Resident" means (a) a person who resides in the school district of the Owner; (b) a person who
resides in Montgomery County
2.4 "Local Business" means (i) a business entity having its principal place of business in the territory of the
school district of the Owner; (ii) a business entity having its principal place of business in the City of Dayton;
or (iii) a business entity having its principal place of business the County of Montgomery, without limiting or
expanding the definition of Local Business or Local Resident, the Owner’s stated purpose relating to Local
Business and Local Resident participation is to provide meaningful contracting/subcontracting and job
opportunities for business and individuals whose tax dollars fund the construction. Related, but secondary,
purposes and goals are to include those who are a Local Resident or Local Business described in (b), and (ii)
and (iii), of this Section 1.2.3.
3.0 Good Faith Efforts. Each Proposal must make good faith efforts to locate, engage, and retain
Economically Disadvantaged Business Enterprises and Local Businesses in connection with the Project. The
Proposal’s compliance with the requirement to make these good faith efforts shall be a matter of low Proposal
responsibility.. Each Proposal will be required to complete the DPS EDBE Participation Form (contained
within this Project Manual and following these Instructions to Proposals) to: (i) provide a list of
supplier/subcontractors said low Proposal intends, in good faith, to use who are Economically Disadvantaged
Business Enterprises and/or an EDGE Business; or (ii) provide a description of a joint venture said low
Proposal intends, in good faith, to enter into with an Economically Disadvantaged Business Enterprises and/or
an EDGE Business; or (iii) certify as to good faith efforts made; including but not limited to all EDBE/EDGE
contractors contacted, if not used, reason why; attempts to negotiate with EDBE/EDGE contractor, attempts to
carve out a smaller scope of work for which the EDBE/EDGE contractor can perform., and the intent to use
local residents. (A complete list of criteria for determining good faith efforts is contained within this Project
Manual and following these instructions to Proposals.) The DPS Participation Form must be signed by an
authorized agent of the company, as well as signed and sealed by a certified notary public, documenting the
attempts to meet the goals of utilization of Economically Disadvantaged Business Enterprises and/or EDGE
Business.
4.0 Forms Required. Each Proposal shall submit with the Proposal, a DPS EDBE/EDGE Provider and
Workforce Participation Form indicating the Proposal fulfills the requirement of the DPS Community
Inclusion Program. All Proposals who are awarded a contract may be required to submit periodic reports
during the term of the Contract to the Office of Diversity or a Program office to be established by the Owner. If
this proposal results in contracted firms employees working at a DPS site, a Manpower Utilization form will be
required monthly (see copy in this section). All Proposals who are awarded a Contract with the Owner may be
required to submit a Contract Completion Survey (to be provided by the Owner after all work is completed.
Failure to provide any requested information about utilizing Economically Disadvantaged Business
Enterprises, Local Businesses and Local Residents during the Contract term, can be a determination of
contractual deficiency and may require a remedy, or contract termination as determined by the owner.
52
5.0 Race-Neutral Devices: The Owner supports the use of race-neutral devices to aid Economically
Disadvantaged Business Enterprises and Local Businesses in the Proposalding process, to the extent that such
devices are legal and economically feasible. In order to facilitate the participation of such businesses, the
Owner will do the following:
5.1 Advertise and promote the availability of Project prime contracts, subcontracts and employment in a
broad-based manner to include Economically Disadvantaged Business Enterprises and Local Businesses;
5.2 Hold meetings and provide other resources to acquaint Economically Disadvantaged Business
Enterprises and Local Businesses with the requirements and Scope of Work, and coordinate such efforts with
organizations familiar with and willing to reduce the problems Proposals may experience in getting quotes
from Economically Disadvantaged Business Enterprises and Local Businesses in the course of Proposalding
the Work;
5.3 Provide apprenticeship support and referral resources to Local Residents who maintain a certain level
of participation and are actively seeking licensure and assistance;
5.4 Publicize capacity building programs in a broad-based manner for the purposes of notifying
Economically Disadvantaged Business Enterprises, Local Businesses and Local Residents and coordinate
efforts with other organizations such as MCBAP, SCOMBC, and NAACP, among others, in the Dayton area
that have capacity building programs;
5.5 Break down the scope of large prime Contracts within the Project into smaller contractual parts to
facilitate the participation of Economically Disadvantaged Business Enterprises and Local Businesses;
5.6 Arrange adequate time for the submission of Proposals and specifications review so as to facilitate the
participation of Economically Disadvantaged Business Enterprises and Local Businesses;
5.7 Require Proposals on Project prime contracts to use good faith efforts to locate and engage the services
of Economically Disadvantaged Business Enterprises, Local Businesses and Local Residents ready, willing
and qualified to supply labor, materials and services in connection with the Project. The Goals include no less
than thirty-five (35%) participation of Economically Disadvantaged Business Enterprises. and Local
Businesses and twenty-five percent (25%) workforce participation by School District Residents.
5.8 Develop and implement outreach programs for the economically disadvantaged business community;
5.9 Actively seek out and include qualified Economically Disadvantaged Business Enterprises and Local
Businesses on Proposal invitation publications that are also available to the public in general and ensure that
Goals are understood by all Proposals; and
5.10 Provide resources and information to Economically Disadvantaged Business Enterprises, Local
Businesses and Local Residents seeking opportunities to participate on this Project.
53
EXHIBIT IP III
54
EXHIBIT IP IV
GOOD FAITH EFFORTS DETERMINATION
DPS and/or it authorized compliance agency will utilize the following factors, as consistent with Ohio
Revised Code 123:2-16-09 in the determination of a vendor’s good faith efforts to meet the goals of the DPS
Community Inclusion program. Determination of good faith efforts will be made by information provided
on and with the DPS EDBE/EDGE Participation form to be completed and provided with the respondents
bid. Additional supporting documentation may be required at the request of the Diversity Office.
1. The bidder utilized reasonable and available means to identify and solicit all certified EDBE/EDGEs* business
enterprises that have the capability to perform the work of the contract by providing copies of written notification
that their interest in the subcontract is solicited.
2. The bidder must provide evidence of efforts to divide the work into economically feasible portions of the
contracted work to increase the likelihood of the participation by EDBE/EDGEs certified business enterprises.
3. Evidence that the bidder provided all appropriate certified EDBE/EDGE business enterprises with adequate
information about the plans, specification and requirements of the contract in time for EDBE/EDGE certified
business enterprises to bid on the project.
4. The bidder negotiated in good faith with interested certified EDBE/EDGEs business enterprises. To
demonstrate good faith negotiations, the vendor shall provide the evidence of such negotiations, including but not
limited to:
5. Names, addresses, dates, and telephone numbers of the EDBE/EDGEs certified business enterprises considered.
6. A description of the information provided to the EDBE/EDGEs bidder regarding the RFP/Bid specifications for
portions of the work to be performed.
7. A statement of the reasons why additional agreements with EDBE/EDGEs were not reached.
8. Copies of written quotes from all EDBE/EDGEs seeking subcontract work with prime at the time of the bidding
9. The bidder or vendor shall properly evaluate an interested certified EDBE/EDGE business enterprise as being
qualified for the work of the contract. A bidder must give equal consideration to an EDBE/EDGE certified
business enterprise regardless of it’s standing within an appropriate industry, membership, or affiliation in a
business, union, social or political group. A written statement of the reasons an EDBE/EDGE’s quote was not
accepted, must be documented and submitted.
10. Evidence that the bidder utilized the services of the District and/or its authorized representative and/or
organization that provides vendor assistance in the identification and recruitment of EDBE/EDGE certified
business enterprises.
55
11. The bidder utilized the list of qualified EDGE certified business enterprises as provided by the equal
employment opportunity division of the department of administrative services.**
12. Evidence of efforts to assist EDBE/EDGE’s who need assistance in obtaining bonding and/or insurance
which the bidder requires.
*EDBE/EDGE; Dayton Public Schools will accept State of Ohio EDGE certification as well as other EDBE,
SDBE certifications. Any question regarding acceptable certification should be addressed to the Director of
Purchasing & Contract Administration
**Imperative to the determination of good faith efforts is the vendor’s attempt to identify and engage
EDBE/EDGE certified business enterprises. Consistent with this effort will be the vendor’s contact of the
District’s Purchasing Office at 937-542-3020.
56
EXHIBIT I
Submission Instructions to Suppliers Bonfire Software Please follow these instructions to submit via our Public Portal. In order to prepare a submission, please log in. If
you do not have a Bonfire account, you can create an account by clicking the Log in / Register button on the website
at the link below. Vendors new to this process are encouraged to watch the short video completely before
starting.
1. Prepare your submission materials. and upload the following requested information
Name Type # Files Requirement
Attachment I General Information PDF Multiple Required
Attachment II Cost Proposal PDF Multiple Required
Attachment IIA Pricing Schedule PDF Multiple Required
Attachment III Non collusion PDF Multiple Required
Attachment IV Tax Affidavit PDF Multiple Required
Attachment V HRC Letter PDF Multiple Required
Attachment VI References PDF Multiple Required
Attachment VII Performance Requirement PDF Multiple Required
Section 4.0 - 4.6 Requirement Response PDF Multiple Required
4.2.1 Managed Service Plan PDF Multiple Required
4.2.5 Key Personnel Resumes PDF Multiple Required
4.2.5 Representative Resumes PDF Multiple Required
Section 5.1 Technical Proposal PDF Multiple Required
Sub-contractor Teaming Agreements PDF Multiple Optional
Requested Documents:
57
Please note the type and number of files allowed. The maximum upload file size is 100 MB.
Please do not embed any documents within your uploaded files, as they will not be accessible or evaluated.
2. Upload your submission at:
https://dps.bonfirehub.com/opportunities/6225
Your submission must be uploaded, submitted, and finalized prior to the Closing Time of Feb 05, 2018 12:00
PM EST. We strongly recommend that you give yourself sufficient time and at least ONE (1) day before
Closing Time to begin the uploading process and to finalize your submission.
Important Notes:
Each item of Requested Information will only be visible after the Closing Time.
Uploading large documents may take significant time, depending on the size of the file(s) and your Internet
connection speed.
You will receive an email confirmation receipt with a unique confirmation number once you finalize your
submission.
Minimum system requirements: Internet Explorer 11, Microsoft Edge, Google Chrome, or Mozilla Firefox.
Javascript must be enabled. Browser cookies must be enabled.
Need Help?
Dayton Public Schools uses a Bonfire portal for accepting and evaluating proposals digitally. Please contact
Bonfire at [email protected] for technical questions related to your submission. You can also visit their
help forum at https://bonfirehub.zendesk.com/hc
END