County of Alameda, General Services Agency – Procurement & Support Services

RFP No. 901228, Addendum No. 2

COUNTY OF ALAMEDA

ADDENDUM No. 2

to

RFP No. 901228

for

Inmate Telecom Consulting and Management

Specification Clarification/Modification and Recap of the Networking/Bidders Conferences

Held on April 15, 2014 and April 16, 2014

This County of Alameda, General Services Agency (GSA), RFP Addendum has been electronically issued to potential bidders via e-mail. E-mail addresses used are those in the County’s Small Local Emerging Business (SLEB) Vendor Database or from other sources. If you have registered or are certified as a SLEB, please ensure that the complete and accurate e-mail address is noted and kept updated in the SLEB Vendor Database. This RFP/Q Addendum will also be posted on the GSA Contracting Opportunities website located at .

**REVISED BID DUE DATE and CALENDAR OF EVENTS**

Bid responses are now due on May 27, 2014 by 2:00 p.m.

Alameda County is committed to reducing environmental impacts across our entire supply chain.

If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

The following Sections have been modified to read as shown below. Changes made to the original RFP document are in bold print and highlighted, and deletions made have a strike through.

CALENDAR OF EVENTS

EVENT / DATE/LOCATION
Request Issued / April 2, 2014
Written Questions Due / by 5:00 p.m. onApril 16, 2014
*Networking/Bidders Conference #1 / April 15, 2014 @ 2:00 p.m. / at:Santa Rita Jail
5325 Broder Blvd.
Media Room
Dublin, CA 94568
*Networking/Bidders Conference #2
(Online conference option enabled for remote participation) / April 16, 2014 @ 10:00 a.m. / at:General Services Agency
1401 Lakeside Dr.
9th Floor # 906
Oakland, CA 94612
OR remotely @
Addendum Issued / April 29, 2014May 2, 2014
Addendum 2 Issued / May 8, 2014May 12, 2014
Response Due / May 14, 2014May 21, 2014May 27, 2014by 2:00 p.m.
Evaluation Period / May 14 – May 28May 22 – May 30, 2014May 27 – June 10, 2014
Vendor Interviews / June 3, 2014June 12, 2014
Board Letter Recommending Award Issued / June 17, 2014June 20, 2014
Board Consideration Award Date / June 24, 2014July 8, 2014
Contract Start Date / July 18, 2014 July 14, 2014

*Includes a tutorial of how to register and use Online Bid Process.

Note:Award and start dates are approximate.

K. COMMISSION RATE

The ACSO shall pay the ITCM contractor an ITCM management fee of five percent (5%) of the total monthly commissions by the ITS provider to the ACSO

RFP No. 901228, Addendum No. 2

Page 1

County of Alameda, General Services Agency – Procurement & Support Services

RFP No. 901228, Addendum No. 2

Responses to Questions

Q1)After submission of our online bid, will there be a confirmation that it was successfully submitted?

A)Yes, an email confirmation will be sent to the registered email address. There will also be an onscreen confirmation page.

Q2)Due to being a relatively new company we have a Dun & Bradstreet number but not a credit rating. Do you want us to still provide the Supplier Qualifier Report? Do you want the response included in the Exceptions list as well?

A)Yes, please provide all pages of the report including the Supplier Qualifier Report. You may note your clarification on the Exception, Clarifications, Amendments list.

Q3)On page 22 it states that May 26th is the last day to submit questions regarding the bid. However the Calendar of Events states that April 16th is the last day to submit questions. Which date is correct?

A)Written questions are due by 5:00 p.m. on April 16th, 2014.

Q4)Do we need to submit hard copies of the bid response along with our electronic submittal?

A)No, hard copies are notrequired. Please submit your bid online only through the Alameda County Strategic Sourcing Portal.

Q5)SECTION D – SPECIFIC REQUIREMENTS,Item #22, states:

A qualified trained and certified staff dedicated to the sole purpose of ITCM services for the ACSO. The contractor will assign well-trained personnel to the ACSO account and not transfer or reassign said personnel without the express written agreement of the ACSO.

Please clarify what constitutes as “certified staff”.

A) Certified staff must have specialized certification and training that proves they have obtained the necessary credentials and knowledge for the positions required to maintain the contract.

Q6)SECTION D – SPECIFIC REQUIREMENTS,Item #32, states:

With regard to each point listed in the scope section of this RFP, make an affirmative statement if the company agrees and complies. If the company response is anything other than that the company agrees and complies, provide a detailed explanation of the variance.

Please confirm “scope section” refers to SECTION D – SPECIFIC REQUIREMENTS and therefore the bidder’s affirmative statement of compliance shall be associated with the requirements listed in SECTION D – SPECIFIC REQUIREMENTS.

A)Yes, the reference to “scope section” is in fact SECTION D – SPECIFIC REQUIREMENTS.

Q7)On page 13 of the RFP and relative to B. Technical Criteria: Please confirm the number of points possible. The total in the right column indicates 10 points; however, items 1 – Report Design, 2 – Software Design and Development and 3 – Ancillary Services are 2 points each which only totals to 6 points.

A)Page 13 of the RFP, Section B. Technical Criteria is amended as follows:

Technical Criteria:
In each area described below, an evaluation will be made of the probability of success of and risks associated with, the proposal response:
  1. Report Design - Credit will be given for vendor integration with the existing Alameda County accounting system. The County currently uses the Automated Jail Identification System (AJIS). (2 Points)(3 Points)
  2. Software Design and Development - The evaluation will be based on the Bidder’s capability to meet the technical requirements for the ITCM. (2 Points)
(3 Points)
  1. Ancillary Services - A comparison will be made of the proposed services with the requirements of this RFP. Credit will be given for convenience, responsiveness, technical expertise, and enhancements not specifically required in the Specific Requirements (2)(4 Points)
/ 10 Points

Q8)EXHIBIT A -BID RESPONSE PACKET,item #10, states:

  1. The undersigned acknowledges ONE of the following (please check only one box):

Bidder is not local to Alameda County and is ineligible for any bid preference; or

Bidder is a certified SLEB and is requesting 10% bid preference; (Bidder must check the first box and provide its SLEB Certification Number in the SLEB PARTNERING INFORMATION SHEET); or

Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the following documentation to this Exhibit:

  • Copy of a verifiable business license, issued by the County of Alameda or a City within the County; and
  • Proof of six (6) months business residency, identifying the name of the vendor and the local address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification documents to prove residency.

Please confirm that if bidder does not meet the definition of a SLEB, bidder may subcontract with a SLEB as stated in the Partnering Information Sheet included as page 9 of Exhibit A. The 3 choices within item #10 do not appear to allow for this option which contradicts the Partnering Information Sheet.

A8) Yes, if bidder does not meet the definition of a SLEB, bidder may subcontract with a SLEB as stated in the Partnering Information Sheet included.

Q9)Due to the unique nature of the services associated with this RFP, will the County consider a partial waiver of the 20% minimum amount of services and fees to be performed and paid to a qualifying SLEB, as stipulated on the Partnering Information Sheet on page 9 of Exhibit A, as long as bidder can supply a statement showing good faith efforts to subcontract with a qualifying SLEB?

A)The County’s stated commitment to advancing the economic opportunities for small and local businesses is firm. As a result, the SLEB program’s intent is to promote opportunities for participation in the County’s contracting activities, but we also recognize specific contracting/procurement opportunities present challenges to bidders responding as a Prime. When that happens, the County does offer, but does not guarantee the availability of a SLEB waiver which can either reduce or eliminate the subcontracting requirements.

Q10)SECTION C – VENDOR QUALIFICATIONS, Item 1, states:

Due to the complex nature and security concerns of correctional facilities, Vendors must have at least five (5) years of recent experience providing and administering ITCM services to city, county, or state correctional customers.

We are in the process of certifying for SLEB status, and as such, have been in business less than five years. Each of the company business and management consultants and other personnel assigned to the project have over five years’ experience, which would comply with this requirement. Do you want the detailed response included in the Exceptions list as well as in this section?

A)The vendor qualifications are necessary as stated due to the complex nature and security concerns of correctional facilities. The five years’ experience relates to experience with and in Inmate Telecommunications Consulting and Management.

Q11)SECTION K – COMMISSION RATE states:

The ACSO shall pay the ITCM contractor an ITCM management fee of five percent (5%) of the total monthly commissions by the ITS provider to the ACSO.

Please confirm bidder can submit an alternative compensation method in lieu of a percentage (%) of the commission by the ITS provider to the ACSO.

A)This requirement is removed. Please see the top of this addendum.

The following participants attended the Bidders’ Conferences:

Company Name / Address / Representative / Contact Information
Praeses, LLC
330 Marshall St., Suite 800
Shreveport, LA 71101 / Heidi Lipp-Smith / Phone: 318-841-3152
E-Mail:
Prime Contractor: Yes
Subcontractor: No
Certified SLEB: No
Fidelis Professional Services
6990 Village Parkway #206
Dublin, CA 94568 / Brenda Belderol / Phone: 925-233-4477
E-Mail:
Prime Contractor: Yes
Subcontractor: No
Certified SLEB: No
Fidelis Professional Services
6990 Village Parkway #206
Dublin, CA 94568 / Robert Wilson / Phone: 818-481-3533
E-Mail:
Prime Contractor: Yes
Subcontractor: No
Certified SLEB: No
Phone:
E-Mail:
Prime Contractor:
Subcontractor:
Certified SLEB:
Phone:
E-Mail:
Prime Contractor:
Subcontractor:
Certified SLEB:
Phone:
E-Mail:
Prime Contractor:
Subcontractor:
Certified SLEB:
Phone:
E-Mail:
Prime Contractor:
Subcontractor:
Certified SLEB:
Phone:
E-Mail:
Prime Contractor:
Subcontractor:
Certified SLEB:

RFP No. 901228, Addendum No. 2

Page 1

EXHIBIT C

VENDOR LIST

RFP No. 901228 – Inmate Telecommunications Consulting and Management

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901228,and/or been issued a copy of this RFP/Q. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program:

This RFP/Q Addendum is being issued to all vendors on the Vendor Bid List; the following revised vendor list includes contact information for each vendor attendee at the Networking/Bidders Conferences.

RFP No. 901228 - Inmate Telecommunications Consulting & Management
Business Name / Contact / Phone / Address / City / ST. / Email
Praeses LLC / Heidi Lipp-Smith / 318-841-3152 / 330 Marshall Street, Ste 800 / Shreveport / LA /
Fidelis Professional Services / Robert Wilson / 818-481-3533 / 6990 Village Parkway, Ste 206 / Dublin / CA /
Fidelis Professional Services / Brenda Belderol / 925-233-4477 / 6990 Village Parkway, Ste 206 / Dublin / CA /

Exhibit C – RFP No. 901228

Page 1