Request for Proposals For a



Download 197.79 Kb.
Page3/6
Date05.05.2018
Size197.79 Kb.
#48290
TypeRequest
1   2   3   4   5   6

PROPOSAL SUBMISSION


All responses must be submitted to the Contact specified by the proposal due date and time.
      1. Submission of Proposals


Proposals must be submitted to:

Charlene Thompson, NSD

District 2 Public Health – WIC Program

1280 Athens Street

Gainesville, GA 30507
Telephone: 770-535-5865

Fax: 770-531-4544

Email: mcthompson@dhr.state.ga.us

      1. Date and Hour of Submission


Responses must be submitted by April 14, 2011 at 9:59 AM. Proposals that are late may be rejected. Proposals will be opened and publicly read aloud on April 14, 2011 at 10:00 AM.
      1. Number of Proposal Copies


  • Four (4) printed copies and one electronic copy.

  • In the event of any discrepancies between the original printed version and any duplications, the original printed version will be assumed to be accurate.

  • Please submit financial/cost proposals separately in a sealed envelope with “Sealed Bid” on the outside. See Invitation cover letter on our website for details.
      1. Presentations


D2PHWIC may request Supplier presentations from time to time. D2PHWIC will notify Suppliers if any presentations are required.
      1. D2PHWIC Questions


D2PHWIC may, at its sole discretion, seek clarification from any or all participating vendors regarding proposal information and may do so without notification to other responders.

Any and all clarifications required by D2PHWIC shall be sent through the D2PHWIC Contact to the Supplier.

The following process shall be employed by D2PHWIC if clarification is required regarding any Supplier responses:

D2PHWIC will issue questions to any or all Supplier(s) as deemed necessary by D2PHWIC. The D2PHWIC Contact will issue these questions by e-mail.

The Supplier is to send responses by e-mail to the D2PHWIC Contact by the response due date and time referenced on the question e-mail. Upon D2PHWIC’s reasonable request, if the new information provided in response to D2PHWIC’s questions represents significant changes to the Supplier’s original response, then the Supplier may be asked to re-issue their original response with the updated information included.

      1. Withdrawal


A Supplier may, without prejudice to itself, modify or withdraw its response by written request, provided that the request is received by the D2PHWIC Primary Contact prior to the proposal due date. In the case of an electronically delivered request, a written confirmation thereof bearing the authorized signature of the Supplier shall be received by the D2PHWIC contact within three (3) business days of issuance of the request.

Following withdrawal of a response prior to the due date, the Supplier may submit a new response providing delivery is prior to the due date.


      1. Financial Proposal Instructions


Pricing shall be provided for all functionality included in the Supplier’s response.

Pricing shall be broken down by each solution element covered in the Supplier’s response. An overall aggregated price for the entire response with no breakdown shall not be accepted.

Supplier shall state all assumptions used for pricing.
Please submit financial/cost proposals in a sealed envelope with “Sealed Bid” on the outside. See Invitation cover letter on our website www.phdistrict2.org/rfp.htm for details.

    1. EVALUATION CRITERIA


D2PHWIC will evaluate participating vendor proposals on all elements of each response including costs, technology, solution’s flexibility and capability, scope of the services provided, compatibility with D2PHWIC’s environment and other factors as described below.
      1. Evaluation Timeframe


Evaluation for the responses by D2PHWIC shall not commence before the Due Date.

The evaluation is expected to be complete within 30 days and a contract is expected to be awarded within 30 days of the evaluation.


      1. Review Criteria


D2PHWIC will review the information provided in response to this RFP to develop a solution for D2PHWIC’s telephony needs. Detailed evaluation criteria will not be shared with Suppliers; however, a high-level overview of important evaluation criteria follows:

Financial: D2PHWIC will evaluate each of the Supplier responses considering the overall value (costs and savings) to D2PHWIC to implement a Voice Telephony solution.

Technical Capability: D2PHWIC will analyze the responses to determine how completely the solutions proposed meet the requirements as documented in this RFP. Specifically, the proposed solution will be evaluated in terms of:


  • Service availability and resiliency;

  • Scalability, capacity and performance;

  • Capability

  • Compatibility with existing infrastructure, systems and processes;

  • Capability to accommodate a phased implementation;

  • Delivery / Time to implement and deploy;

  • Manageability;

  • Comprehensive security;

  • Longevity of the proposed service(s);

  • Service and support;

  • Product quality.

Innovation: D2PHWIC will value innovative recommendations and proposed solutions for D2PHWIC telephony technology, especially innovation that allows for cost effective initial implementations with the flexibility of phased growth based on need or business case justification. The ability of the solution to leverage D2PHWIC’s existing LAN & WAN infrastructure to reduce the overall cost of the solution will be important.

Value Add: If the Supplier has services or offerings relevant to D2PHWIC that set them above other Suppliers, please identify these services and/or offerings (be specific).



Additional Information: D2PHWIC is interested in obtaining the best possible solution. If there is anything else you would like to add about your company or the requested services, please do.


  1. Download 197.79 Kb.

    Share with your friends:
1   2   3   4   5   6




The database is protected by copyright ©ininet.org 2024
send message

    Main page