state of california


[PDF]state of california - Rackcdn.comac1950af3ceefeabf780-5a080c52246e50dbf3394147fb757de2.r62.cf1.rackcdn.com/...

22 downloads 145 Views 754KB Size

STATE OF CALIFORNIA Department of Motor Vehicles

REQUEST FOR QUOTATION – ISD14-0119B QUOTE DUE DATE: April 9, 2015 @ 10AM PST Supplier name and address: Contact: Phone: Fax: Name (Print):

Sealed Bid Responses must be delivered before 10:00AM on the due date to: Cathleen Guilday ASD IT Acquisitions Department of Motor Vehicles 2415 First Ave, Mail Stop E184 Sacramento, CA 95818 Phone# (916) 657-0304 Fax# (916) 657-6840 [email protected]

_______________________________ Title: _______________________________

SOLICITATION #: ISD14-0119B REV. #: 0 DATE: March 24, 2015

Signature: _____________________ Date: _______ Federal Employer Identification Number:

IS BIDDER CLAIMING PREFERENCE AS A SMALL BUSINESS: YES ________ NO ________ IF YES, MANUFACTURER? YES ________ NO ________ IS BIDDER A NON-SMALL BUSINESS CLAIMING AT LEAST 25% SMALL BUSINESS SUBCONTRACTOR PREFERENCE? YES ________ NO ________ $_________________________ SECTION 14838 ET SEQ. OF THE CALIFORNIA GOVERNMENT CODE REQUIRES THAT A 5% PREFERENCE BE GIVEN TO BIDDERS WHO QUALIFY AS A SMALL BUSINESS AS A NON-SMALL BUSINESS CLAIMINIG AT LEAST 25% CALIFORNIA CERTIFIED SMALL BUSINESS PARTICIPATION FOR REQUIREMENTS SEE TITLE 2, CALIFORNIA CODE OF REGULATIONS SECTION 1896 ET SEQ. THE REQUIREMENTS FOR NONPROFIT VETERAN SERVICE AGENCIES QUALIFYING AS A SMALL BUSINESS ARE CONTAINED IN SECTION 999.50 ET SEQ. OF THE MILITARY AND VETERANS CODE.

_______________________________

Bidder offers and agrees if this response is accepted within 45 calendar days following the date the response is due to furnish all the items upon which prices are quoted, at the prices set opposite each item, delivered at the designated point(s) by the method of delivery and within the times specified and subject to the attached General Provisions. DECLARATIONS UNDER PENALTY OF PERJURY; By signing above, with inclusion of the date of signature, the above signed bidder DECLARES UNDER PENALTY OF PERJURY under the laws of the State of California as follows: (1) (STATEMENT OF COMPLIANCE). The above signed as complied with the non-discrimination program requirements of Government Code 12990 and Title 2, California Administrative Code Section 8103, and such declaration is true and correct. (2) The National Labor Relations Board declaration set forth in Paragraph 48 of the General Provisions is true and correct. (3) If a claim is made for the Small Business or Disabled Veterans Business preference, the information set forth within is true and correct.

DESCRIPTION The purpose of this Request for Quotation (RFQ) for Information Technology (IT) Goods is to provide Bar Code Scanners to include the flash of each scanner to ensure that each scanner functions with DMV’s thin client technology. The following Sections are incorporated as part of this Request for Quotation: Section I: Section II: Section III: Section IV:

General Information Evaluation Information Statement of Work Attachments

Page 1 of 37

State of California Department of Motor Vehicles

SECTION I A) B) C) D) E) F) G) H) I)

EVALUATION INFORMATION/RESPONSE CHECKLIST ................................................ 10

EVALUATION.................................................................................................................................................. 10 AWARD .......................................................................................................................................................... 11

SECTION III A. B. D.

GENERAL INFORMATION ........................................................................................................3

PURPOSE OF THIS REQUEST FOR QUOTATION (RFQ) ..................................................................................3 PERIOD OF PERFORMANCE AND AVAILABILITY .............................................................................................3 KEY ACTION DATES ........................................................................................................................................3 WRITTEN QUESTIONS .....................................................................................................................................4 BIDDER’S INSTRUCTIONS AND PROVISIONS ...................................................................................................4 AWARD OF CONTRACT ...................................................................................................................................4 PROTESTS .......................................................................................................................................................5 RFQ RESPONSE GUIDELINES ........................................................................................................................5 RFQ RESPONSE CONTENT ............................................................................................................................6 1) ATTACHMENT 1 – COVER LETTER ..................................................................................................6 2) ATTACHMENT 2 – COST SHEET .......................................................................................................6 3) ATTACHMENT 3 – PAYEE DATA RECORD .....................................................................................6 4) ATTACHMENT 4 – CALIFORNIA SELLER’S PERMIT....................................................................6 5) ATTACHMENT 5 – BIDDER DECLARATION FORM......................................................................6 6) ATTACHMENT 6 – SECRETARY OF STATE (SOS)/FICTITIOUS BUSINESS NAME ..............6 7) ATTACHMENT 7 - DVBE SUBCONTRACTOR AGREEMENT ......................................................7 8) ATTACHMENT 8 – SMALL BUSINESS AND NON-SMALL BUSINESS PREFERENCE (SUBMIT ONLY IF BIDDER IS CLAIMING PREFERENCE) .....................................................................7 9) ATTACHMENT 9 – DVBE REQUIREMENT AND INCENTIVE .......................................................8 10) ATTACHMENT 10 – COMMERCIALLY USEFUL FUNCTION FOR SMALL BUSINESS AND/OR DVBE SUBCONTRACTORS .........................................................................................................9 11) ATTACHMENT 11 –TACPA (SUBMIT ONLY IF BIDDER IS CLAIMING PREFERENCE) ...9

SECTION II A) B)

RFQ ISD14-0119B

STATEMENT OF WORK ........................................................................................................... 12

BACKGROUND .......................................................................................................................................... 12 CONTRACT DESCRIPTION AND SCOPE ............................................................................................ 12 PAYMENT SCHEDULE............................................................................................................................. 15

SECTION IV ATTACHMENTS ............................................................................................................................ 27 ATTACHMENT 1 – COVER SHEET ................................................................................................................. 27 ATTACHMENT 2 – COST SHEET .................................................................................................................... 28 MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE .................................................................................... 28 ATTACHMENT 3 – PAYEE DATA RECORD, STD. 204 ................................................................................ 29 ATTACHMENT 4 – CALIFORNIA SELLER’S PERMIT ........................................................................... 30 ATTACHMENT 5 – BIDDER DECLARATION FORM .................................................................................... 31 ATTACHMENT 6 – SECRETARY OF STATE (SOS)/FICTITIOUS BUSINESS NAME ............................ 32 ATTACHMENT 7 - DVBE SUBCONTRACTOR AGREEMENT ........................................................................ 33 ATTACHMENT 8 – SMALL BUSINESS / NON-SMALL BUSINESS PREFERENCES ............................ 34 ATTACHMENT 9 - CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) .............. 35 PROGRAM INCENTIVE .................................................................................................................................... 35 ATTACHMENT 10 – COMMERCIALLY USEFUL FUNCTION FOR ......................................................... 36 SMALL BUSINESS AND/OR DVBE SUBCONTRACTORS .......................................................................... 36 ATTACHMENT 11 – TACPA PREFERENCE .................................................................................................. 37

Page 2 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B SECTION I

GENERAL INFORMATION

You are invited to review and respond to this Request for Quotation, entitled ISD14-0119B. In submitting your quote, you must comply with the instructions found herein. The goods and services required are delineated in the Statement of Work (Section III). Please read the enclosed document carefully. Quotes must be received no later than the date and time specified on the face of this RFQ and in Section I.C. Key Action Dates.

A) Purpose of this Request for Quotation (RFQ) The purpose of this RFQ is to purchase 2663 Bar Code Scanners including the flash of each scanner to ensure that each scanner functions with DMV’s thin client technology. B) Period of Performance and Availability Contract award is expected April 29, 2015, and delivery of all equipment to field offices must occur between May 11 thru May 29, 2015 with a staged delivery schedule. C) Key Action Dates Listed below are the key action dates and times by which the actions must be taken or completed. If the State finds it necessary to change any of these dates, it will be accomplished via an addendum to this RFQ. Key Action Dates 1. Submission of written questions 2. Departments response to written questions 3. Submission of Quotes 4. Intended Demonstration Date(s): if bidders are contacted for a demonstration, they must be available during these dates; additional dates may be added if necessary. 5. Issue Intent to Award 6. Contract Award 7. Delivery of Equipment to Field Offices

Date/Time April 1, 2015@ 10:00 AM PST April 3, 2015@ 10:00 AM PST April 9, 2015 @10:000 AM PST April 13 thru April 17, 2015

April 20, 2015 April 28, 2015 May 11 thru May 29, 2015 (staggered)

*Note: ALL DATES AFTER THE SUBMISSION OF QUOTES DEADLINE (#3 IN THE KEY ACTION DATES TABLE) ARE APPROXIMATE AND MAY BE CHANGED IF NEEDED TO ALLOW THE STATE ADDITIONAL TIME FOR EVALUATION AND CONTRACT EXECUTION, WITHOUT ADDENDUM TO THIS RFQ.

Page 3 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B D) Written Questions All questions regarding the content of this RFQ must be submitted electronically to the Department of General Services eprocurement system (www.eprocure.dgs.ca.gov). All questions must be received by the Key Action Date identified above. Questions not submitted in writing by the Key Action Date for submission of written questions (#2 in the Key Action Date matrix above) shall be answered at the State’s option. When the State has completed its review of the questions, all questions and answers will be posted to the Department of General Services’ eProcurement System at the following website: www.eprocure.dgs.ca.gov. E) Bidder’s Instructions and Provisions The following information is incorporated into this RFQ. Please read the documents carefully. By signing Section IV - Attachment 1 – Cover Sheet, bidders agree to the terms and conditions listed below: Bidder’s Instructions: http://www.documents.dgs.ca.gov/pd/modellang/GSPD451-110911.pdf General Provisions – Information Technology http://www.documents.dgs.ca.gov/pd/poliproc/gspd401IT14_0905.pdf

F) Award of Contract Award of contract, if made, will be in accordance with the RFQ information on Evaluation to a responsible bidder whose bid complies with all the requirements of the RFQ documents and an addenda thereto, except for such immaterial defects as may be waived by the State. Award, if made, will be made within forty-five (45) days after the scheduled date for Contract Award as specified in the RFQ; however, a bidder may extend the offer beyond 45 days in the event of a delay of contract award. The State reserves the right to determine the successful bidder(s) either on the basis of individual items or on the basis of all items included in its RFQ, unless otherwise expressly provided in the State’s RFQ. Unless the bidder specifies otherwise in its bid, the State may accept any item or group of items of any bid. The State reserves the right to modify or cancel in whole or in part it’s RFQ. Written notification of the State’s intent to award will be made to all bidders. If a bidder, having submitted a bid, can show that its bid, instead of the bid selected by the State, should be selected for contract award, the bidder will be allowed five (5) working days to submit a protest to the Intent to Award, according to the instructions contained in the paragraph titled “Protests” of this RFQ. Note 1: If the winning vendor cannot fulfill the terms of the contract then the contract may be awarded to the next responsive lowest bid response. Note 2: If a single response is received, the department will not post an Intent to Award notification.

Page 4 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B G) Protests Any bidder’s issues regarding solicitation requirements must be resolved (or attempts to resolve them must have been made) before a protest may be submitted according to the procedure below. These issues will first be resolved by the contact for the solicitation or if they result in a protest, the protest will be submitted to DGS Procurement Division Deputy Director to hear and resolve issues and whose decision will be final. If a bidder has submitted a bid which it believes to be totally responsive to the requirements of the RFQ and to be the bid that should have been selected according to the evaluation procedure in the solicitation section on Evaluation and the bidder believes the State has incorrectly selected another bidder for award, the bidder may submit a protest of the selection as described below. Protests regarding selection of the “successful vendor” will be heard and resolved by the Victim Compensation and Government Claims Board whose decision will be final. All protests of award must be made in writing, signed by an individual authorized to bind the bidder contractually and financially, and contain a statement of the reason(s) for protest; citing the law, rule, regulation or procedure on which the protest is based. The protester must provide facts and evidence to support the claim. Protests must be mailed or delivered to: Street and Mailing Address: Deputy Director Procurement Division 707 Third Street, Second Floor South West Sacramento, CA 95605 Facsimile No.: (916) 376-6226 All protests to the RFQ or protests concerning the evaluation, recommendation, or other aspects of the selection process must be received by the DGS Procurement Division Deputy Director as promptly as possible, but not later than the date indicated in the Notification of Intent to Award. Certified or registered mail must be used unless delivered in person, in which case the protester should obtain a receipt of delivery. H) RFQ Response Guidelines This RFQ and the Contractor’s quote in response to this document will be made a part of the contract. Responses to this RFQ must contain all data/information requested and must conform to the format described in this RFQ. It is the Contractor’s responsibility to provide all required data and any other information deemed necessary for the State’s evaluation team to determine and verify the Contractor’s ability to perform the tasks and activities defined in the Contractor’s Statement of Work. At the State’s option prior to award, bidders may be required to submit additional written clarifying information. Failure to submit the required written information as specified may be grounds for bid rejection. It is the vendor’s responsibility to ensure responses are received by the due date and time. Postmark dates are not acceptable. FACSIMILE MACHINE BIDS WILL NOT BE ACCEPTED. BIDS MUST BE SEALED.

Page 5 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B I)

RFQ Response Content

Acceptable responses to this RFQ must contain one (1) original of all data/information requested. Refer to Section IV – Attachments – for more information on the documents required for the RFQ Response Content. To be deemed responsive, the following items must be submitted with your RFQ response: 1) ATTACHMENT 1 – COVER LETTER Complete and attach the cover letter included in this RFQ as Attachment 1

2) ATTACHMENT 2 – COST SHEET Bidder must complete the cost sheet using the format in Attachment 2 – Cost Sheet and it must be in a separate sealed envelope separate from other required documentation. Project costs related to items such as shipping costs, programming of the software/firmware on the scanners and flashing each scanner to use the code, along with attaching the cable/wedge to each unit are costs that need to be included within the cost of each barcode scanner. DMV shall not pay for such costs as a separate item. 3) ATTACHMENT 3 – PAYEE DATA RECORD Bidder must submit a Payee Data Record, Std. 204, listing their Taxpayer Identification Number as Attachment 3. 4) ATTACHMENT 4 – CALIFORNIA SELLER’S PERMIT A copy of each bidder’s (and any affiliate that makes sales for delivery into California as applicable) current seller’s permit or certification of registration issued by the California State Board of Equalization must be included in the bidder’s response as Attachment 4. This solicitation and any resulting contract shall be subject to all requirements as set forth in Sections 6487, 7101 and Sections 6452.1, 6487.3, 18510 of the Revenue and Taxation Code, and Section 10295.1 of the Public Contract Code. 5) ATTACHMENT 5 – BIDDER DECLARATION FORM All bidders must complete the Bidder Declaration GSPD-05-105 and include it with the bid response as Attachment 5, even if no subcontractors are being submitted. When completing the declaration, bidders must identify all subcontractors proposed for participation in the contract and a description of the product and/or services the subcontractor will provide in the solicitation. Bidders awarded a contract are contractually obligated to use the subcontractors for the corresponding work identified unless the State agrees to a substitution and it is incorporated by amendment to the contract. 6) ATTACHMENT 6 – SECRETARY OF STATE (SOS)/FICTITIOUS BUSINESS NAME A copy of each bidder’s current Secretary of State’s listing or Fictitious Business Name listing, if applicable, must be included in the bidder’s response as Attachment 6 at the time bid is due. If your company is a Corporation, a Limited Liability Company (LLC), a Limited Liability Partnership (LLP), or a Limited Partnership (LP), you must be registered with the California Secretary of State (SOS) to be awarded a CMAS contract. For Corps, LLCs, and LPs, a Page 6 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B screen print from the SOS website showing your status as active will meet this requirement. For LLPs, a copy of your Certificate of Status from the SOS dated within the last 6 months is required. The contact information for the SOS is http://kepler.ss.ca.gov or call (916) 6575251. If your company is a Sole Proprietor or a Partnership, registration with the SOS is not required. Fictitious business name Companies “doing business as” (dba) a different name than as registered with the California Secretary of State, must include a valid Fictitious Business Name Statement with their application. This statement is filed with the California County in which your firm conducts business, and is valid for five years from the date it was filed in the office of the County Clerk. When a company has no place of business in California, they shall file with the County Clerk of Sacramento County at www.finance.saccounty.net/Tax/BusLicForms.asp. 7) ATTACHMENT 7 - DVBE SUBCONTRACTOR AGREEMENT If utilizing a DVBE subcontractor, as indicated in method A1.c or A2.c in the link provided, bidder must submit the signed (by the prime and DVBE subcontractor) agreement from Attachment 7 with bid response. Refer to this website for additional information: http://www.documents.dgs.ca.gov/pd/poliproc/MasterDVBEIncentiveRequireGoodIT11_1215.pdf. 8) ATTACHMENT 8 – SMALL BUSINESS AND NON-SMALL BUSINESS PREFERENCE (SUBMIT ONLY IF BIDDER IS CLAIMING PREFERENCE) (a) REGULATIONS The Small Business regulations, located in the California Code of Regulations (Title 2, Division 2, Chapter 3, Subchapter 8, Section 1896 et. Seq.), concerning the application and calculation of the small business preference, small business certification, responsibilities of small business, department certification, and appeals are revised, effective 09/09/04. The new regulations can be viewed at (http://www.dgs.ca.gov/pd/Programs/OSDS.aspx). Access the regulations by Clicking on “Small Business Regulations” in the right sidebar. For those without Internet access, a copy of the regulations can be obtained by calling the Office of Small Business and DVBE Services at (916) 375-4940. (b) SMALL BUSINESS CERTIFICATION Bidders claiming the 5% small business preference must be certified by California as a small business or must commit to subcontract at least 25% of the net bid price with one or more California certified small businesses. Completed certification applications and required support documents must be submitted to the Office of Small Business and DVBE Services (OSDS) no later than 5:00 p.m. on the bid due date, and the OSDS must be able to approve the application as submitted Small business nonprofit veteran service agencies (SB/NVSA) claiming the small business preference must possess certification by California prior to the day and time bids are due. Questions regarding certification should be directed to the OSDS at (916) 375-4940. (c) NON-SMALL BUSINESS SUBCONTACTOR PREFERENCE A 5% bid preference is now available to a non-small business claiming 25% California certified small business subcontractor participation. If applicable, claim the preference in the Page 7 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B box on the right hand side of the first page of this solicitation. If claiming the non-small business subcontractor preference, the form must list all of the California certified small businesses with which the bidder commits to subcontract in an amount of at least twenty-give percent (25%) of the net bid price. All certified small businesses must perform a “commercially useful function” in the performance of the contract as defined in Government Code Section 14837(d)(4). (d) SMALL BUSINESS NONPROFIT VETERAN SERVICE AGENCIES (SB/NVSA) SB/NVSA prime bidders meeting requirements specified in the Military and Veterans Code Section 999.50 et seq. and obtaining a California certification as a small business are eligible for the 5% small business preference. If applicable, claim the preference in the box on the right hand side of the first page of this solicitation. All certified small businesses must perform a “commercially useful function” in the performance of the contract as defined in Government Code Section 14837(d)(4). 9) ATTACHMENT 9 – DVBE REQUIREMENT AND INCENTIVE DVBE REQUIREMENT: THE CA DVBE REQUIREMENT HAS BEEN WAIVED FOR THIS SOLICITATION. DVBE INCENTIVE: In order to meet the California Disabled Veteran Business Enterprise Incentive, bidders must be, or partner with, a California Certified DVBE. All certified DVBE’s must perform a “commercially useful function” in the performance of the contract. For more information regarding the DVBE incentive, please review the Department of General’s website at http://www.documents.dgs.ca.gov/pd/poliproc/MasterDVBEIncentiveRequireGoodIT11_1215.pdf. Note: DVBE Incentive is applied during the evaluation process and is only applied for responsive bids from responsible bidders proposing the percentage(s) of DVBE participation for the incentive(s) specified below:

Confirmed DVBE Participation of: DVBE Incentive: 5% and Over 4% - 4.99% inclusive 3% - 3.99% inclusive

5% 4% 3%

ADDITIONAL INFORMATION: Certified small businesses and disabled veteran businesses listed as subcontractors must perform a “commercially useful function” in the performance of the contract. The term “commercially useful function” is defined in Government Code Section 14837(d) (4) and in Military and Veterans Code Section 999(b) (5) (B). The Disabled Veteran Business Enterprise Declarations (STD. 843) form is completed by a California certified DVBE owner and DVBE managers of the DVBE who will be participating in the awarded purchase document. The Std 843 must be submitted with the bid response if the bidder is either a certified CA DVBE or subcontracting with a certified CA DVBE. Page 8 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B The STD 843 may be found on the following website: http://www.documents.dgs.ca.gov/pd/poliproc/STD-843FillPrintFields.pdf Note: Per Senate Bill 548…If for this agreement contractor made a commitment to achieve disabled veteran business enterprise (DVBE) participation, then contractor must within 60 days of receiving final payment under this agreement (or within such other time period as may be specified elsewhere in this agreement) certify in a report to the awarding department: (1) the total amount the prime contractor received under the contract; (2) the name and address of the DVBE(s) that participated in the performance of the contract; (3) the amount each DVBE received from the prime contractor; (4) that all payments under the contract have been made to the DVBE(s); and (5) the actual percentage of DVBE participation that was achieved. A person or entity that knowingly provides false information shall be subject to a civil penalty for each violation. (Military & Veterans Code (M&VC) § 999.5(d)). Contractor understands and agrees that should award of this contract be based in part on their commitment to use the Disabled Veteran Business Enterprise (DVBE) subcontractor(s) identified in their bid or offer, per Military and Veterans Code 999.5 I, a DVBE subcontractor may only be replaced by another DVBE subcontractor and must be approved by the Department of General Services (DGS). Changes to the scope of work that impact the DVBE subcontractor(s) identified in the bid or offer and approved DVBE substitutions will be documented by contract amendment. Failure of Contractor to seek substitution and adhere to the DVBE participation level identified in the bid or offer may be cause for contract termination, recovery of damages under rights and remedies due to the State, and penalties as outlined in M&VC § 999.9; Public Contract Code (PCC) § 10115.10. 10) ATTACHMENT 10 – COMMERCIALLY USEFUL FUNCTION FOR SMALL BUSINESS AND/OR DVBE SUBCONTRACTORS Bidder must provide a written explanation delineating what Commercially Useful Function each certified small business or certified disabled veteran business will provide for this RFQ. In addition, please answer the questions on Attachment 10 for each certified small business and/or certified DVBE subcontractor listed on the bid response. 11) ATTACHMENT 11 –TACPA (SUBMIT ONLY IF BIDDER IS CLAIMING PREFERENCE) If bidders qualify for more than one bidding preference (TACPA, Small Business), the maximum preference allowed by law is 15% or $100,000. If any of these “acts” apply complete the appropriate form and attach it to the response. (a) TARGET AREA CONTRACT PREFERENCES ACT (TACPA) Preference will be granted to California-based Contractors in accordance with Government Code Section 4530 whenever contract for goods and services are in excess of $85,000 and the Contractor meets certain requirements as defined in the California Code (Title 2, Section 1896.30) regarding labor needed to produce the goods or provide the services being procured. Bidders desiring to claim Target Area Contract Preferences Act shall complete Std. Form 830 and submit it with the bid response. Bidders must also submit the BIDDER’S SUMMARY OF CONTRACT ACTIVITIES AND LABOR HOURS and MANUFACTURER’S SUMMARY OF CONTRACT ACTIVITIES AND LABOR HOURS forms (refer to Section IV, Attachment 10 for more information).

Page 9 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B SECTION II EVALUATION INFORMATION/RESPONSE CHECKLIST A) Evaluation Each RFQ ISD14-0119B response will be checked for the presence of required information in conformance with the submission requirements of this RFQ. The department will evaluate each RFQ ISD14-0119B bid response to determine its responsiveness to the requirements. Bids must be submitted as a 2 envelope sealed bid process with the solicitation number and the bid due date and time clearly marked on the outside of each envelope/package; faxed orders will not be accepted. One sealed bid must be labeled “cost” (Attachment 2) and a separate sealed bid for all other required documents. Only bids quoted on the State’s own quotation forms will be considered. The bid response must be completely sealed. One (1) printed copy must be submitted by the time and date identified in Section I.C: Key Action Dates. Mail or deliver bid responses to the DMV Procurement Official listed on Page 1 of this RFQ. Sealed Cost Proposal (Attachment 2) must be sealed in a separate envelope and submitted at the same time as the bid response. Bids received after the bid submission date and time will not be considered Bidders should be sure that no cost information of any type is shown in their bid response, except in the “SEALED COST PROPOSAL” envelope. The inclusion of costs in any fashion or format in any other place in the bid response except for the Sealed Cost Proposal in the bid response may result in immediate rejection of the proposal. 1. Administrative Requirements Evaluation Criteria (Pass/Fail) Administrative Requirements Attachment Attachment has been has not been submitted & submitted is complete or is not complete Attachment 1 – Cover Letter (Required) Attachment 2 – Cost Sheet (Required) Sealed in Separate Envelope. Attachment 3 – Payee Data Record  Std 204 Payee Data Record (Required) Attachment 4 – Seller’s Permit (Required) Attachment 5 – Bidder Declaration Form (GSPD-05-105) Bidder Declaration (Required) Attachment 6 – Secretary of State (SOS)/Fictitious Business Name (if applicable) Attachment 7 – DVBE Subcontractor (submit only if utilizing a DVBE)  Signed Bidder/DVBE Subcontractor Agreement per DVBE Method A1.c and A2.c Attachment 8 – Small Business and Non-Small Business Preference (submit only if bidder is claiming preference)  If bidder is subcontracting with a certified CA small Business to obtain the 5% credit, bidder must provide A description of the sub’s commercially useful function (refer to Attachment 9) Attachment 9 – DVBE Incentive (provide only if bidder claiming incentive)  Std 843 Attachment 10 – Commercially Useful Function (submit only if Bidder is including a certified small business and/or DVBE Subcontractor as part of bid response) Attachment 11 – TACPA (submit only if bidder is claiming preference) Page 10 of 37

Is Bidder claiming Preference*? (yes or no)

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B   

Std. 830 TACPA DGS/PD 526 Bidder’s Summary DGS/PD 525 Manufacturer’s Summary

B) Award The award will be made to the lowest cost bidder after meeting all requirements and passing the demonstration. Refer to Section I.F regarding Award of Contract Language.

Page 11 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B SECTION III

STATEMENT OF WORK

Exhibit A – Statement of Work A. BACKGROUND The Department of Motor Vehicles utilizes Hewlett-Packard t5745 thin client computing devices as the primary method of interfacing with the two programs used to process customer transactions. The t5745 provide the platform for accessing the DMV Automation (DMVA) program and the Enterprise Application Services Environment (EASE) at the customer point of contact within DMV Field Offices (FO). Barcodes are utilized on standard DMV forms such as the Driver License or Identification Card Application (DL44) and various Vehicle Registration renewal forms. These barcodes enable FO technicians to process customer information in an expedient and error-free fashion. The DMVA and EASE applications, running on thin client technology, can accept as input, the output from barcode technology that adheres to international standards, in this case Uniform Symbology Specification (USS) Code 39, Uniform Code Council (UCC) Code 128, and International Organization for Standardization (ISO) 15438:2006. DMV’s current barcode scanning environment today is a mix of legacy scanners from Motorola/Symbol. Recent legislation, Assembly Bill 60 (AB-60 2013) will have an appreciable impact to DMV FOs and Driver License and Identification Card (DL/ID) and Vehicle Registration (VR) transaction processing times in each office. To better manage the impact of this legislation to DL/ID and VR processing in FOs, new barcode scanners are necessary. In addition, requirements associated with AB60 to read and transcode diacritical marks from foreign identity documents require the procurement of new barcode scanners to meet this requirement, since existing barcode scanners do not transcode diacritical markings. B. CONTRACT DESCRIPTION AND SCOPE The purpose of this contract is to acquire barcode scanner firmware and/or software to successfully implement barcode scanners on DMV’s HP t5745 thin clients, with HP Thin Pro - a debian linux based operating system. The contract seeks the provisioning of a handheld barcode scanner with a Parsing PS/2 Scanner Kit (Wedge or Y) cable, a separate barcode stand, and the professional services necessary to program the software/firmware on the scanners to read USS Code 39, UCC Code 128, and ISO 15438 PDF417 barcodes, as well as transcode diacritical marks as specified in the attached Bid Specification titled Exhibit B. Bidders responsive to all the Administrative Requirements will be required to conduct a Performance Test with DMV personnel at a DMV facility in Sacramento, CA after bid closure, before contract award. The Performance Testing requirements are identified in Section C. Demonstration. Bids not passing the Administrative Requirement will be deemed non-responsive and no performance test conducted. Bidder products not passing the performance test will also be deemed non-responsive. The awarded bidder will flash each scanner to use the software/firmware code, attach the stand and attach the cable to each unit. Units must be delivered to DMV Field Offices at the addresses and in the quantities identified in Exhibit C Field Office Locations by May 11, 2015 through May 29, 2015 (staggered delivery). Page 12 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B The term of the contract shall be six (6) months from the date of contract execution. The awarded Contractor tasks include the following: 1. Develop the software and/or firmware necessary to allow a compatible barcode scanner to read USS Code 39, UCC Code 128 barcodes, ISO 15438 PDF417 barcodes, and transcode diacritical marks contained within barcodes consistently. 2. Successfully complete Performance Testing as identified in Section C.2. 3. Procure the appropriate number of barcode scanners to fill the volume requested by the contract. 4. Flash (i.e. install software/firmware) on each of the barcode scanners to ensure that each scanner functions with DMV’s t5745 thin clients. 5. Complete each unit by installing the Parsing PS/2 Scanner Kit (Wedge or Y cable) onto each barcode scanner and perform burn-in testing to ensure functionality. 6. Provide DMV with the completed order (fully flashed and assembled) of barcode scanners delivered to each of DMV Field Offices by XXXXX XX, XXXX. C. DEMONSTRATION The scanners are subject to a demonstration. The demonstration is intended to ensure that the barcode scanners acquired under this contract result in implementation and continued satisfactory levels of performance of projects/systems that meet DMV's business requirements, technical specifications and performance requirements; meet the Contractor's specification, performance standards and warranties; and evidence a satisfactory level of performance reliability prior to acceptance by the DMV. The demonstration shall include verification by DMV and bidder that the proposed scanner meets the required objective and functional requirements identified in Exhibit B - Bid Specification, and the Performance Testing Criteria identified in Section C.3. Demonstration will include: 1. All bidders that pass the Administrative portion will then be scheduled for a demonstration. 2.

Cost:

a.

3.

All bidders that pass the Administrative review and Performance test shall have their Cost opened and the lowest cost bidder (after applicable preferences/incentives are applied) shall be awarded the contract.

Performance Testing:

a.

Each accepted bidder will be provided DMV supervised access to an operable DMV t5745 thin client utilizing the applications required. The demonstration period will not exceed two (2) hours.

b.

DMV will schedule demonstration windows with each bidder based on the order in which accepted bids were received.

c.

Accepted bidder will be required to sign Non-Disclosure Agreements prior to the demonstration (all in attendance). Page 13 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B d.

Accepted bidder will not be permitted to take photos, record, transmit or otherwise retain any information from the demonstration location.

e.

Accepted bidder will not be permitted to perform software changes (i.e. flashing, code changes, etc.) in the demonstration area to barcode equipment being tested. DMV will provide a separate area (without LAN/WiFi) for equipment/software changes.

f.

During the two (2) hour demonstration window, each bidder will be required to demonstrate the performance of the selected barcode scanner unit against the following criteria:

i.

Install barcode scanner onto the t5745 thin client utilizing a Ycable between the barcode scanner and the thin client.

ii.

Install/rest barcode scanner onto barcode stand.

iii.

Barcode scanner must power on without any additional cabling.

iv.

Successfully read one (1) 1D barcode up to 7” in length and up to 1” in height.

v.

Successfully read one (1) 2D barcode up to 7” in length and up to 2” in height.

vi.

Successfully read ten (10) preselected DMV DL44 Form barcodes in acceptable (nearly new) condition and transmit to the thin client EASE application.

vii.

Successfully read ten (10) preselected DMV Vehicle Registration Renewal Forms in acceptable (typical of those received in DMV offices) condition and transmit to the thin client DMVA application.

viii.

Successfully read five (5) preselected 2D barcodes containing Latin script with diacritical markings and transcode all characters into the standard Latin character sans diacritical mark and transmit to the thin client EASE application. Preselected 2D barcodes will not have encrypted fields.

ix.

Successfully read three (3) DMV Vehicle Registration Renewal barcodes for processing into the DMVA application by a DMV employee.

g.

DMV will not perform any software or configuration changes on the t5745 thin client to enable bidder’s hardware to function.

h.

Items in Section C.2.e.i-viii are each a Pass/Fail criteria. Failing any one (1) item is deemed to have failed Performance Testing and DMV will proceed to the next bidder for testing. For example, Bidder A is unable to meet item C.2.e.iii, the bidder will fail Performance Testing.

i.

Bidders will retain all hardware provided by the bidder for utilization during the Demonstration. Page 14 of 37

Department of Motor Vehicles Contractor: Contract Number:

EXHIBIT A – STATEMENT OF WORK ISD14-0119B 4.

Acceptance:

a.

b.

Following Demonstration, responsive bidders’ sealed cost envelopes will be opened and an Intent to Award will be issued to the lowest cost responsive bid after application of all applicable preferences/incentives. Delivery of units is expected four (4) weeks following Contract Execution.

D. PAYMENT SCHEDULE 1. Payment shall be in one lump payment once all Demonstration Criteria in section C.3 are met and all the barcode scanners have been delivered to each Field Office listed in Exhibit C – Field Office Locations. 2. Project costs related to items such as shipping costs, programming of the software/firmware on the scanners and flashing on each scanner to use the code, along with attaching the cable/wedge to each unit are costs that need to be included within the cost for each barcode scanner. DMV shall not pay for such costs as a separate item. 3. Contractor costs related to items such as travel and per diem are costs of the Contractor and will not be paid as part of this contract. 4. This purchase order may be amended to add funds if sales tax amount increase. 5. Invoices will be submitted to: Department of Motor Vehicles PO BX 932382 Sacramento, CA 94232-3820 Attn: Accounts Payable M/S F-109

Page 15 of 37

Department of Motor Vehicles Contractor: Contract Number:

Exhibit B - Bid Specification For Barcode Scanner Units Product:

Description

Product Number

Brand Name

Laser Scanner w/Decoder and Parsing PS/2 Scanner Kit (Wedge) cable

N/A

N/A

Products must meet the specifications as stated below. Laser Scanner: Scanners must be programmed to read USS Code 39, UCC/GS1 128 and ISO 15438 PDF417 barcodes. Scanner must be programmed to read PDF417 2D barcodes containing Latin script characters with diacritical markings (accent, grave, breve, etc.), and transcode those characters into their English equivalent. Decoder: Must be pre-programmed to read and display the following information on the DMVA HP t5745 thin client models utilizing virtual terminal emulation to perform input/output of DMV information. Document Application for Driver License (DL44) Driver License/Identification (DL/ID) Cards Vehicle Renewal/Billing Notice (DMV 83A) Vehicle Registration Documents Diacritical

Display 10 alphanumeric characters 8 alphanumeric characters License + last 3 of VIN + File Code + Send License + last 3 of VIN + File Code + Send Varying alphanumeric

Example (1 alpha + 9 numeric)

Example Output X012345678

(1 alpha + 7 numeric)

I00001234

(8 alpha + 3 numeric + 1 alpha) (8 alpha + 3 numeric + 1 alpha) João Séna

XABC1111999X

XABC1111999X

Joao Sena

Minimum Performance Requirements: Units must read barcodes 95% of the time on the first attempt. Units must display/transmit accurate barcode encoded information 100% of the time. A. Bar Code Laser Scanner: Reads on first attempt Transmit accurate data

95% Accuracy 100% Accuracy

Assembling Barcode Scanner/Cable Units: Vendor agrees to pre-program the decoders, label cable connections (Keyboard or Terminal), assemble and test all units prior to shipping.

Page 16 of 37

Exhibit C – Field Office Locations

The VR Renewal barcode below is Code 128 and is comprised of the following: Start code Source code - % Version code - 0 VIN number - 1G1AP8722EL125151 File code - w Vehicle License number - 3GGR046 Check digit Stop code The code produces the following string - %01G1AP8722EL125151W3GGR046

The string below is the expected output. Diacritical marks should be transcoded into their English equivalent. Examples: João should display Joao. Jesús should display Jesus. Penélope should display Penelope. María should display Maria.

Units should complete barcode reads with Send after all barcode data has been processes (i.e. append with Send). PDF417 Sample (expected outcome is Jesus Pena Santos):

Page 17 of 37

Exhibit C – Field Office Locations

Office Alturas Arleta Arvin Auburn Bakersfield Banning Barstow Bell Gardens Bellflower Bishop Blythe Brawley Capitol Office Capitola Carmichael Chico Chula Vista Clovis Coalinga

Address 903 N. West C St. Alturas, 96101 14400 Van Nuys Blvd. Arleta, 91331 317 Campus Dr. Arvin, 93203 11722 Enterprise Dr. Auburn, 95603 3120 F St. Bakersfield, 93301 1034 W. Ramsey St. #B Banning, 92220 528 E. Virginia Way Barstow, 92311 6801 S. Garfield Ave. Bell Gardens, 90201 9520 E. Artesia Blvd. Bellflower, 90706 1115 W. Line Street Bishop, 93514 430-B S. Broadway Blythe, 92225 1175 E. Main St. Brawley, 92227 State Capitol 4200 Capitola Rd. Capitola, 95010 5209 North Ave. Carmichael, 95608 107 Parmac Rd. #1 Chico, 95926 30 N. Glover Ave. Chula Vista, 91910 2103 Shaw Avenue Clovis, 93611 406 E. Elm St. Coalinga, 93210 Page 18 of 37

Scanners Required 3 8 8 9 21 9 6 7 7 4 3 9 2 27 27 13 28 24 8

Exhibit C – Field Office Locations

Colusa Compton Concord Corte Madera Costa Mesa Crescent City Culver City Daly City Davis Delano El Cajon El Centro El Cerrito El Monte Escondido Eureka Fairfield Fairfield IBC (BSC) Fall River Mills Folsom Fontana Fort Bragg

1025 Bridge St, Suite B Colusa, 95932 2111 S. Santa Fe Ave. Compton, 90221 2070 Diamond Blvd. Concord, 94520 75 Tamal Vista Blvd. Corte Madera, 94925 650 W. 19th St. Costa Mesa, 92627 1475 Parkway Dr. Crescent City, 95531 11400 W. Washington Blvd. Los Angeles, 90066 1500 Sullivan Ave. Daly City 94015 505 Pole Line Rd. Davis, 95616 631 Jefferson St. Delano, 93215 1450 Graves Ave. El Cajon, 92021 233 N. Imperial Ave. El Centro, 92243 6400 Manila Ave. El Cerrito, 94530 4000 Arden Drive El Monte, 91731 725 N Escondido, Blvd Escondido, CA 92025 322 W. 15th St. Eureka, 95501 160 Serrano Drive. Fairfield, 94533 4630 West America Ste. E Fairfield 94534 43467 Hwy 299 E. Fall River Mills, 96028 323 E. Bidwell #A Folsom, 95630 8026 Hemlock Ave. Fontana, CA 92335 410 S. Franklin St. Fort Bragg, 95437 Page 19 of 37

4 7 19 17 7 5 7 25 8 7 24 10 21 7 26 14 16 25 2 17 30 4

Exhibit C – Field Office Locations

Fremont Fresno Fresno (North) Fresno CDTC (CDL) Fullerton Garberville Gilroy Glendale Goleta Grass Valley Hanford Hawthorne Hayward Headquarters

Hemet Hollister Indio Jackson King City Inglewood Lake Isabella

4287 Central Ave. Fremont, 94536 655 W. Olive Ave. Fresno, 93728 6420 N. Blackstone Ave. Fresno, 93710 735 E. North St. Fresno, CA 93725 909 W. Valencia Dr. Fullerton, 92832 1180 Evergreen Rd. Ste. A Redway, 95560 6984 Chestnut St., Suite A Gilroy, 95020 1335 W. Glenoaks Blvd. Glendale, 91201 7127 Hollister Ave. #24/26 Goleta, 93117 890 Sutton Wy. Grass Valley, 95945 701 W. Hanford Armona Rd. Hanford, 93230 3700 W. El Segundo Blvd. Hawthorne, 90250 150 Jackson St. Hayward, 94544 2415 First Ave. Attn: IT Asset Mgmt Sacramento, CA 95818 1200 S. State St. Hemet, 92543 80 N. Sally St. Hollister, 95023 44-480 Jackson St. Indio, 92201 201 Clinton Rd. #205 Jackson, 95642 101 E San Antonio Dr. King City, CA 93930 621 N. LaBrea Ave. Inglewood, 90302 5520 Lake Isabella Blvd. #G-1 Laske Isabella, 93240 Page 20 of 37

19 26 16 3 7 2 12 7 9 5 11 7 29

345 20 10 18 6 6 7 3

Exhibit C – Field Office Locations

Lakeport Laguna Hills Lancaster Lincoln Park Lodi Lompoc Long Beach Los Angeles IBC (BSC)

Los Banos Los Gatos Madera Manteca Mariposa Mendota (travel run) Merced Modesto Montebello Mount Shasta Mountain View IBC (ISC) Napa Needles

965 Parallel Dr. Lakeport, 95453 23535 Moulton Pkwy. Laguna Hills, 92653 1110 West Ave. Lancaster, 93534 3529 N Mission Rd. Los Angeles 90031 1222 E. Pixley Parkway Lodi, 95240 209 W. Pine Ave. Lompoc, 93436 3700 E. Willow St. Long Beach, 90815 1365 North Grand Ave. Suite 100 Covina, CA 91724 814 W. L St. Los Banos, 93635 600 N. Santa Cruz Ave. Los Gatos, 95030 1206 W. Maple St. Madera, 93637 955 Davis St. Manteca, 95336 5264 Hwy. 49 North Mariposa, 95338 655 Quince St. Mendota 93640 1313 W. 12th St. Merced, 95340 124 Burney St. Modesto, 95354 424 North Wilcox Montebello, CA 90640 154 Morgan Wy. Mount Shasta, 96067 595 Showers Dr. Mountain View, 94040 2550 Napa Valley Corporate Dr. Napa, 94558 1040 E. Broadway Needles, 92363

Page 21 of 37

7 7 7 7 14 7 7

30 8 20 12 13 3 4 16 24 7 3 4 12 3

Exhibit C – Field Office Locations

Newhall Norco Novato Oakland (Claremont) Oakland (Coliseum) Oceanside Orange County DLPC Oroville Oxnard Palmdale Palm Desert Palm Springs Paradise Pasadena Paso Robles Petaluma Pittsburg Placerville Pleasanton Pomona Porterville Poway

24427 Newhall Ave. Newhall, 91321 3201 Horseless Carriage Dr. Norco, 92860 936 7th St. Ste. A Novato, 94947 5300 Claremont Ave. 1st Floor Oakland, 94618 501 85th Ave. Oakland, 94621 4005 Plaza Dr. Oceanside, 92056 12645 Beach Blvd. Stanton, 775 Mitchell Ave. Oroville, 95965 4050 S. Saviers Rd. Oxnard, 93033 2260-D E. Palmdale Blvd. Palmdale, 93550 74-740 Technology Dr. Palm Desert, 92211 950 N. Farrell Dr. Palm Springs, 92262 5921 Clark Rd. #A Paradise, 95967 49 S. Rosemead Blvd. Pasadena, 91107 841 Park St. Paso Robles, 93446 715-J Southpoint Blvd. Petaluma, 94954 1399 Buchanan Rd. Pittsburg, 94565 2919 Cold Springs Rd. Placerville, 95667 6300 W. Las Positas Blvd. Pleasanton, 94588 1600 S. Garey Ave. Pomona, 91766 329 E. Olive Ave. Porterville, 93257 13461 Community Rd. Poway, 92064 Page 22 of 37

7 19 11 33 25 25 50 7 19 7 13 17 6 7 8 10 13 8 14 7 10 20

Exhibit C – Field Office Locations

Quincy Rancho Cucamonga Rancho San Diego IBC (ISC)

Red Bluff Redding Redlands Redwood City Reedley Ridgecrest Riverside Riverside (East) Rocklin Roseville Sacramento Sacramento (South) Salinas San Andreas San Bernardino San Bernardino CDTC (CDL) San Clemente San Diego

1953 E Main St. #3. Quincy, 95971 8629 Hellman Ave. Rancho Cucamonga, 91730 1530 Hilton Head Rd Suite 101 El Cajon, 92019 675 Monroe St. Red Bluff, 96080 2135 Civic Center Dr. Redding, 96001 1659 W. Lugonia Ave. Redlands, 92374 300 Brewster Ave. Redwood City, 94063 558 E. Dinuba Ave. Reedley, 93654 540 Perdew Ave. #A Ridgecrest, 93555 6280 Brockton Ave. Riverside, 92506 6425 Sycamore Canyon Blvd. Riverside, 92507 5245 S Grove Street Rocklin, 95677 7200 Galilee Road Roseville, CA 95678 4700 Broadway Sacramento, 95820 7775 La Mancha Way Sacramento, 95823 260 E. Laurel Dr. Salinas, 93906 745 Mountain Ranch Rd. San Andreas, 95249 1310 N. Waterman Ave. San Bernardino, 92404 930 S. Arrowhead Ave. San Bernardino, CA 92408 2727 Via Cascadita San Clemente, 92672 3960 Normal St. San Diego, 92103

Page 23 of 37

4 25

10 7 12 17 37 12 5 19 25 15 24 25 12 14 4 16 3 7 26

Exhibit C – Field Office Locations

San Diego (Clairemont) San Francisco San Jose San Luis Obispo San Mateo San Pedro San Ysidro Santa Ana Santa Barbara Santa Clara Santa Maria Santa Monica Santa Paula Santa Rosa Santa Teresa Seaside Shafter Simi Valley Sonora South Lake Tahoe Stockton Susanville

4375 Derrick Dr. San Diego, 92117 1377 Fell St. San Francisco, 94117 111 W. Alma Ave. San Jose, 95110 3190 S. Higuera St. San Luis Obispo, 93401 425 N. Amphlett Blvd. San Mateo, 94401 1511 N. Gaffey St. San Pedro, 90731 6111 Business Center Ct. San Diego, 92154 1330 E. 1st St. Santa Ana, 92701 535 Castillo St. Santa Barbara, 93101 3665 Flora Vista Ave. Santa Clara, 95051 523 S. McClelland St. Santa Maria, 93454 2235 Colorado Ave. Santa Monica, 90404 250 W. Harvard Blvd. #A Santa Paula, 93060 2570 Corby Ave. Santa Rosa, 95407 180 Martinvale Ln. San Jose, 95119 1180 Canyon Del Rey Seaside, 93955 548 Walker St. Shafter, 93263 3855-D Alamo St. Simi Valley, 93063 885 Morning Star Dr. Sonora, 95370 3344 Lake Tahoe Blvd. #B South Lake Tahoe, 96150 55 South Lincoln Street Stockton, 95203 2615 Main St. Susanville, 96130 Page 24 of 37

32 27 31 16 18 7 28 7 14 32 9 7 15 20 16 16 9 19 8 8 25 4

Exhibit C – Field Office Locations

SW Bakersfield Taft Temecula Thousand Oaks Torrance Tracy Truckee Tulare Turlock Twenty Nine Palms Ukiah Vacaville Vallejo Van Nuys Ventura Victorville Visalia Walnut Creek Watsonville Weaverville West Covina

7000 Schirra Ct. Bakersfield 93313 165 Center St. Taft, 93268 27851 Diaz Rd. Temecula, 92590 1810 E. Avenida de Los Arboles Thousand Oaks, 91362 1785 W. 220th St. Torrance, 90501 2785 Auto Plaza Drive Tracy, 95304 11357 Donner Pass Rd. #1 Truckee, 96162 274 E. Cross Ave. Tulare, 93274 825 E. Monte Vista Ave. Turlock, 95382 3668 Adobe Rd. #G-J Twentynine Palms, 92277 542 S. Orchard Ave. Ukiah, 95482 621 Orange Dr. Vacaville, 95687 200 Couch St. Vallejo, 94590 14920 Vanowen St. Van Nuys, 91405 4260 Market St. Ventura, 93003 14855 Corta Drive Victorville, 92395 1711 E. Main Visalia, 93292 1910 N. Broadway Walnut Creek, 94596 90 Alta Vista Ave. Watsonville, 95076 1511 Main St. Weaverville, 96093 800 S. Glendora Ave. West Covina, 91790

Page 25 of 37

18 7 7 16 7 13 8 11 16 7 9 14 12 7 18 15 14 15 18 2 7

Exhibit C – Field Office Locations

West Hollywood Westminster West Sacramento CDTC (CDL) Whittier Willows Winnetka Winnetka IBC Woodland Yreka Yuba City

936 N. Formosa Ave. W. Hollywood, 90046 13700 Hoover St. Westminster, 92683 2528 Evergreen Ave. West Sacramento, 95691 9338 S. Painter Ave. Whittier, 90605 815 N. Humboldt Ave. Willows, 95988 20725 Sherman Wy. Winnetka, 91306 20725 Sherman Wy. Winnetka, 91306 825 East St. #306 Woodland, 95695 1848 S. Fort Jones Rd. Yreka, 96097 1570 Poole Blvd. Yuba City, 95993

24 7 3 7 6 7 8 7 4 18

Total

Page 26 of 37

2663

SECTION IV ATTACHMENTS ATTACHMENT 1 – COVER SHEET The submission of this quote does not obligate the Department of Motor Vehicles to fund the proposed contract. If the quote is approved for funding, a contract will be executed between the State of California and the bidder. When funding is authorized, the bidder will be expected to adhere to the terms of the executed contract. By signing Attachment 1 - Cover Sheet, bidders agree to the terms and conditions listed in Section I.E Bidders Instructions and Provisions. The undersigned bidder hereby proposes to furnish all labor, materials, tools and equipment, to provide the products and services in accordance with the specifications and provisions received with the RFQ. 1. Full Legal Name of Bidder’s Organization:

2. Mailing Address:

Street

City

Telephone

State

FAX

Email

3. Federal Taxpayer Identification Number:

4. Principal who is authorized to bind the bidder:

Typed Name

Title

Original Signature

Date

5. Bidder’s contact person shall be:

(Name and Phone Number)

Page 27 of 37

Zip

ATTACHMENT 2 – COST SHEET Must be submitted in a separate sealed Envelope

Project costs related to items such as shipping costs, programming of the software/firmware on the scanners and flashing each scanner to use the code, along with attaching the cable/wedge to each unit are costs that need to be included within the cost for each barcode scanner. DMV shall not pay for such costs as a separate item.

Brand and Model Number of Barcode ______________________________________________________ Quantity 2663

Description

Unit Price

Extended Price

Hand-held barcode scanner with a Parsing PS/2 Scanner Kit (Wedge or Y) cable, a separate barcode stand, and the professional services necessary to program the software/firmware on the scanners to read USS Code 39, UCC Code 128, and ISO 15438 PDF417 barcodes, as well as transcode diacritical marks as specified in the attached Bid Specification titled Exhibit B. Project costs related to items such as shipping costs, programming of the software/firmware on the scanners and flashing each scanner to use the code, along with attaching the cable/wedge to each unit are costs that need to be included within the cost for each barcode scanner. DMV shall not pay for such costs as a separate item. For details see the attached Statement of Work, Section III, Exhibit A-C. Subtotal Tax 8.5% Total

This purchase order may be amended to add funds if sales tax amount increases. Note: It is unlawful for any person engaged in business within this state to sell or use any article or product as a “loss leader” as defined in Section 17030 of the Business and Professions Code.

Page 28 of 37

ATTACHMENT 3 – PAYEE DATA RECORD, STD. 204

All bidders must provide a signed copy of the Payee Data Record with their response as Attachment 3. The form is available at this website link: http://www.documents.dgs.ca.gov/dgs/fmc/pdf/std204.pdf

Page 29 of 37

ATTACHMENT 4 – CALIFORNIA SELLER’S PERMIT A copy of each bidder’s (and any affiliate that makes sales for delivery into California as applicable) current seller’s permit or certification of registration issued by the California State Board of Equalization must be included in the bidder’s response as Attachment 4. This solicitation and any resulting contract shall be subject to all requirements as set forth in Sections 6487, 7101 and Sections 6452.1, 6487.3, 18510 of the Revenue and Taxation Code, and Section 10295.1 of the Public Contract Code.

Page 30 of 37

ATTACHMENT 5 – BIDDER DECLARATION FORM All Bidders must complete the Bidder Declaration GSPD-05-105 and include it with the bid response as Attachment 5.

http://www.documents.dgs.ca.gov/pd/poliproc/master-biddeclar08-09.pdf

Page 31 of 37

ATTACHMENT 6 – SECRETARY OF STATE (SOS)/FICTITIOUS BUSINESS NAME A copy of each bidder’s current Secretary of State’s listing or Fictitious Business Name listing, if applicable, must be included in the bidder’s response as Attachment 6 at the time bid is due.

If your company is a Corporation, a Limited Liability Company (LLC), a Limited Liability Partnership (LLP), or a Limited Partnership (LP), you must be registered with the California Secretary of State (SOS) to be awarded a CMAS contract. For Corps, LLCs, and LPs, a screen print from the SOS website showing your status as active will meet this requirement. For LLPs, a copy of your Certificate of Status from the SOS dated within the last 6 months is required. The contact information for the SOS is http://kepler.ss.ca.gov or call (916) 6575251. If your company is a Sole Proprietor or a Partnership, registration with the SOS is not required. Fictitious business name Companies “doing business as” (dba) a different name than as registered with the California Secretary of State, must include a valid Fictitious Business Name Statement with their application. This statement is filed with the California County in which your firm conducts business, and is valid for five years from the date it was filed in the office of the County Clerk. When a company has no place of business in California, they shall file with the County Clerk of Sacramento County at www.finance.saccounty.net/Tax/BusLicForms.asp.

Page 32 of 37

ATTACHMENT 7 - DVBE SUBCONTRACTOR AGREEMENT PART A: NAMED PARTIES This Agreement is entered into between Contractor:

, hereinafter referred (Contractor Name)

to as Bidder, and DVBE subcontractor:

, hereinafter referred (DVBE Subcontractor Name)

to as Subcontractor, on:

, consisting of the following conditions: (Date)

1.

Bidder has bid or intends to bid on a solicitation issued by the State of California, Department of Motor Vehicles, hereinafter referred to as DMV. The DMV will enter into a contract (the primary agreement) with the Bidder if the Bidder is awarded the contract.

2.

Bidder has proposed the Subcontractor as a disabled veteran business enterprise subcontractor in the bid; and Bidder intends to employ the subcontractor to perform certain work or services under the primary agreement if the Bidder is awarded the DMV contract.

3.

Subcontractor intends to provide certain work or services or products/goods under the primary agreement if the contract is awarded to the Bidder.

PART B: The State requires the Bidder to provide, prior to the contract award, a written agreement signed by the Bidder and each disabled veteran business enterprise subcontractor proposed by the Bidder in the bid proposal submitted to the State, to include certain terms and conditions specified below. These written agreements shall become null and void if the Bidder is not awarded a contract as result of this bid invitation. Bidder and the Subcontractor agree that, in the event the DMV awards the primary agreement to the Bidder, the Bidder will employ the Subcontractor to provide goods and/or services in accordance with the following terms and conditions: 1.

The term of this Agreement is: . The parties estimate that the goods and/or services will be provided/performed by the Subcontractor within the contract term.

2.

The parties estimate that the goods and/or services will be provided/performed by the Subcontractor commencing on: / / and completed by: / /

3.

The rate and conditions of payment by the Bidder to the Subcontractor are:

4.

The percentage of the entire primary contract to be awarded to the Subcontractor is: %. (Must commit at least 3% of the entire bid amount unless otherwise specified within the solicitation.)

5.

Description of services and/or goods to be performed/supplied by the DVBE Subcontractor: (Attach Additional Sheets If Necessary)

This Agreement has been executed by the parties identified below: Bidder’s Company Name: By (Authorized Signature):

Printed Name and Title of Person Signing:

Subcontractor’s Company Name: Date Signed:

By (Authorized Signature):

Printed Name and Title of Person Signing:

Page 33 of 37

Date Signed:

State of California Department of Motor Vehicles

RFQ ISD14-0119BA

ATTACHMENT 8 – SMALL BUSINESS / NON-SMALL BUSINESS PREFERENCES If claiming the small business or non-small business preference, bidders must fill out the following information (II and V) and provide the requested documents/explanation (refer to III and IV below). I.

NOTICE TO ALL BIDDERS: Per California Government Code Section 14835, et. seq. requires that a five percent (5%) preference be given to contractors who qualify as a certified small business or to non-small business bidders that submits a written commitment to subcontract at least twenty-five percent (25%) of its total bid price with one or more small business (es). Questions regarding Small Business Preference approval and requests for a copy of the regulations should be directed to the Office of Small Business and Disabled Veteran Business Certification (OSDC) under the Department of General Services at (916) 375-4940.

II.

Bidders desiring to claim preference as a certified small business or non-small business subcontractor must complete the following and return with the bid response to be eligible for the preference. 1.

Are you (Prime Contractor) claiming preference as a small business? Yes

No

If yes, indicate your OSDC Reference Number: _________________________ 2.

If applicable, is the subcontractor a certified small business? Yes

No

If yes, submit a written commitment to subcontract at least twenty-five percent (25%) of its total bid price with one or more small businesses. The required list of California certified small business subcontractors must be attached to the bid response and must include the following: 1) subcontractor name, 2) address, 3) phone number, 4) a description of the work to be performed and/or products supplied, 5) and the dollar amount or percentage of the net bid price (as specified in the solicitation) per subcontractor. Also, indicate the OSDC Reference Number for each subcontractor: _________________ III.

Submit a copy of the small business certification approval letter for either the prime contractor or subcontractor issued by the Office of Small Business and Disabled Veteran Business Certification with your bid response.

IV.

Certified small businesses and disabled veteran businesses listed as subcontractors must perform a "commercially useful function" in the performance of the contract. The term “commercially useful function” is defined in Government Code Section 14837(d) (4) and in Military and Veterans Code Section 999(b) (5) (B). Bidder must provide a written explanation delineating what Commercially Useful Function each certified small business or certified disabled veteran business will provide for this RFQ.

IV.

DECLARATION: By signing below with inclusion of the date of signature, the undersigned bidder DECLARES UNDER PENALTY OF PERJURY under the laws of the State of California that the information set forth above is true and correct.

___________________________________________________________

Name and Title (Type or Print) ___________________________________________________________ Signature Date ___________________________________________________________ Firm Name _________________________________________________________ Street Address ___________________________________________________________ City State Zip Code ___________________________________________________________ Telephone Number (including Area Code)

ATTACHMENT 9 - CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM INCENTIVE DVBE REQUIREMENT: THE CA DVBE REQUIREMENT HAS BEEN WAIVED FOR THIS SOLICITATION DVBE INCENTIVE: In order to meet the California Disabled Veteran Business Enterprise Incentive, bidders must be, or partner with, a California Certified DVBE. All certified DVBE’s must perform a “commercially useful function” in the performance of the contract. For more information regarding the DVBE requirement and incentive, please review the Department of General’s website at http://www.documents.dgs.ca.gov/pd/poliproc/MasterDVBEIncentiveRequireGoodIT11_1215.pdf. If utilizing method A1.c or A2.c in the link provided, submit signed agreement with bid response. Note: DVBE Incentive is applied during the evaluation process and is only applied for responsive bids from responsible bidders proposing the percentage(s) of DVBE participation for the incentive(s) specified below:

Confirmed DVBE Participation of: DVBE Incentive: 5% and Over 4% - 4.99% inclusive 3% - 3.99% inclusive

Page 35 of 37

5% 4% 3%

ATTACHMENT 10 – COMMERCIALLY USEFUL FUNCTION FOR SMALL BUSINESS AND/OR DVBE SUBCONTRACTORS If bidder is utilizing a certified Small Business and/or DVBE subcontractor, the bidder must answer the following questions for subcontractor that is proposed in their response to this solicitation.

1. Provide detailed description and percentage of work to be completed by prime contractor:

2. Provide detailed description and percentage of work to be completed by small business and/or DVBE subcontractor:

3. Explain how subcontractor meets the Commercially Useful Function criteria: 

Is responsible for a distinct element of the work of the contract



Carries out its obligation by actually performing, managing or supervising the work involved



Performs work that is normal for its business, services and functions



Is not further subcontracting a portion of the work that is greater than that expected to be subcontracted by normal industry practices



Is responsible, with respect to products, inventories, materials, and supplies required for the contract, for negotiating price, determining quality and quantity, ordering, installing, if applicable, and making payment.

Page 36 of 37

ATTACHMENT 11 – TACPA PREFERENCE If claiming this preference, bidders must submit the following forms: A.

TARGET AREA CONTRACT PREFERENCES ACT (TACPA)

Preference will be granted to California-based Contractors in accordance with Government Code Section 4530 whenever contract for goods and services are in excess of $85,000 and the Contractor meets certain requirements as defined in the California Code (Title 2, Section 1896.30) regarding labor needed to produce the goods or provide the services being procured. Bidders desiring to claim Target Area Contract Preferences Act shall complete Std. Form 830 and submit it with the bid response. Refer to the following website link to obtain the appropriate form:

http://www.documents.dgs.ca.gov/dgs/fmc/pdf/std830.pdf (DGS Link is broken – refer to Pages 37 and 38 of this RFQ)

B.

BIDDER’S SUMMARY OF CONTRACT ACTIVITIES AND LABOR HOURS

If the bidder requests TACPA contract preference; the Bidder’s Summary form must be completed and signed by the bidder for each requested preference. Refer to the following website link to obtain the appropriate form: http://www.documents.dgs.ca.gov/pd/edip/bidsum526.pdf

C.

MANUFACTURER’S SUMMARY OF CONTRACT ACTIVITIES AND LABOR HOURS

If the bidder requests TACPA contract preference; the completed Manufacturer’s Summary form must be signed by both the manufacturer and the bidder to be eligible for the preferences. The purpose of this form is to give the bidder and the Evaluators a tool to assess the total manufacturing employee labor hours required to complete the contract either inside or outside the preference areas. Refer to the following website link to obtain the appropriate form: http://www.documents.dgs.ca.gov/pd/dispute/mfgsum525.pdf

Page 37 of 37