RESEARCHWITHNEWJERSEY (RwNJ) ASSET MANAGEMENT DATA SYSTEM

expired opportunity(Expired)
From: New Jersey(State)
2022-RFP-IPM-077

Basic Details

started - 06 Jul, 2022 (22 months ago)

Start Date

06 Jul, 2022 (22 months ago)
due - 23 Aug, 2022 (20 months ago)

Due Date

23 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
2022-RFP-IPM-077

Identifier

2022-RFP-IPM-077
State of New Jersey New Jersey IPM Administrative Goods and Services

Customer / Agency

State of New Jersey New Jersey IPM Administrative Goods and Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 Request for Proposal # 2022-RFP-IPM-077 FOR: RESEARCHWITHNEWJERSEY (RwNJ) ASSET MANAGEMENT DATA SYSTEM Event Date Time Bidder’s Electronic Question Due Date (Refer to Section 1.3.1 of this RFP for more information.) July 18, 2022 02:00 PM ET Pre-Proposal Conference (Refer to Section 1.3.2 of this RFP for more information.) N/A N/A Site Visit (Refer to Section 1.3.3 of this RFP for more information.) N/A N/A Proposal Submission Date (Refer to Section 1.3.6 of this RFP for more information.) August 23, 2022 02:00 PM ET Dates are subject to change. All changes will be reflected in Addenda to the RFP posted on the New Jersey Economic Development Authority’s website. Designation Status Category Small Business Set-Aside Not Applicable ☒ Not Applicable ☒ Entire Contract ☐ I ☐ Partial Contract ☐ II ☐ Subcontracting Only ☐ III ☐ Disabled Veteran-Owned Business Set-Aside Not Applicable ☒ Entire Contract ☐ Partial Contract ☐ Subcontracting Only ☐ RFP Issued By: New Jersey Economic Development
Authority on behalf of the Commission on Science, Innovation, and Technology Internal Process Management-Procurement 36 West State Street, PO Box 990 Trenton, NJ 08625-0990 Main Reception Desk–Telephone: 609-858-6700 Date: 07/06/22 http://www.njeda.com/?utm_source=NJEDA%20website&utm_medium=Email&utm_campaign=Signature 2 Table of Contents INFORMATION FOR BIDDERS ............................................................................................................................................... 4 PURPOSE AND INTENT ...................................................................................................................................................... 4 BACKGROUND .................................................................................................................................................................... 4 BACKGROUND ON RESEARCHWITHNJ (“RWNJ”) ................................................................................................. 5 RESEARCHWITHNJ SYSTEM OVERVIEW AND GOALS ........................................................................................ 5 KEY EVENTS........................................................................................................................................................................ 6 ELECTRONIC QUESTION AND ANSWER PERIOD ................................................................................................ 6 EXCEPTIONS TO THE CSIT’S CONTRACT FOR PROFESSIONAL SERVICES .......................................... 6 PRE-PROPOSAL CONFERENCE ............................................................................................................................. 6 SITE VISIT .................................................................................................................................................................. 6 PROJECTED MILESTONE DATES ........................................................................................................................... 7 TIMELY SUBMISSION OF PROPOSALS .................................................................................................................. 7 SUBMISSION OF PROPOSAL – ELECTRONIC OR HARD COPY .......................................................................... 7 ELECTRONIC PROPOSAL SUBMISSION (STRONGLY PREFERRED) ....................................................... 7 ELECTRONIC SIGNATURE ............................................................................................................................ 8 HARD COPY PROPOSAL SUBMISSION ....................................................................................................... 8 ADDITIONAL INFORMATION .............................................................................................................................................. 9 ADDENDA: REVISIONS TO THIS RFP .................................................................................................................... 9 PROPOSER RESPONSIBILITY ................................................................................................................................. 9 COST LIABILITY ........................................................................................................................................................ 9 CONTENTS OF PROPOSAL – OPEN PUBLIC RECORDS ACT .............................................................................. 9 PROPOSAL SUBMISSION ANNOUNCEMENT ...................................................................................................... 10 PROPOSAL ERRORS – BEFORE & AFTER BID OPENING .................................................................................. 10 JOINT VENTURE ..................................................................................................................................................... 11 SUBCONTRACTORS/SUBCONSULTANTS ........................................................................................................... 11 CONFLICT OF INTEREST ....................................................................................................................................... 12 PROPOSAL ACCEPTANCES AND REJECTIONS ................................................................................................. 12 DEFINITIONS ......................................................................................................................................................................... 13 GENERAL DEFINITIONS ................................................................................................................................................... 13 CONTRACT-SPECIFIC DEFINITIONS .................................................................................................................... 15 SCOPE OF WORK – REQUIREMENTS OF THE VENDOR {CONTRACTOR} .................................................................... 17 SYSTEM/SOFTWARE PRODUCT CAPABILITIES ............................................................................................................ 17 PROJECT MANAGEMENT & TIMELINE/DELIVERABLES ................................................................................................ 19 BUDGET/USERS/ESTIMATED SUBSCRIBERS ............................................................................................................... 21 COMMUNICATIONS AND REPORTING ............................................................................................................................ 21 INITIAL ORGANIZATIONAL MEETING .............................................................................................................................. 22 AVAILABILITY OF SERVICES ........................................................................................................................................... 22 PROPOSAL PREPARATION AND SUBMISSION – REQUIREMENTS OF THE PROPOSER ........................................... 23 GENERAL ........................................................................................................................................................................... 23 NON-COLLUSION .................................................................................................................................................... 23 PROPOSAL CONTENT AND SUBMISSION ORDER ........................................................................................................ 24 TECHNICAL PROPOSAL, ORGANIZATIONAL QUALIFICATIONS, EXPERIENCE AND MISCELLANEOUS INFORMATION (MANDATORY SUBMISSION WITH BID PROPOSAL) ................................................................................ 24 POTENTIAL PROBLEMS .............................................................................................................................. 27 FEE SCHEDULE (MANDATORY SUBMISSION WITH BID PROPOSAL) .............................................................. 27 DELIVERY TIME AND COSTS ...................................................................................................................... 27 COLLECT ON DELIVERY (C.O.D.) TERMS ................................................................................................. 28 PRICE ADJUSTMENT ................................................................................................................................... 28 REQUIRED COMPLIANCE DOCUMENTATION ..................................................................................................... 28 SIGNATORY PAGE (MANDATORY FORM WITH BID PROPOSAL-SIGNED) ........................................... 28 OWNERSHIP DISCLOSURE FORM (MANDATORY FORM WITH BID PROPOSAL) ................................ 28 DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM ................................................................... 28 DISCLOSURE OF INVESTIGATIONS AND OTHER ACTIONS INVOLVING BIDDER FORM ..................... 29 BUSINESS REGISTRATION CERTIFICATION (BRC) ................................................................................. 29 SOURCE DISCLOSURE CERTIFICATION ................................................................................................... 30 3 AFFIRMATIVE ACTION EMPLOYEE INFORMATION/EMPLOYEE INFORMATION REPORT ................... 30 SMALL BUSINESS SET ASIDE .................................................................................................................... 30 DISABLED VETERANS’ BUSINESS SET-ASIDE ......................................................................................... 31 REQUIREMENTS OF PUBLIC LAW 2005, CHAPTER 51, N.J.S.A. 19:44A-20.13 - N.J.S.A. 19:44A-20.25 (FORMERLY EXECUTIVE ORDER NO. 134) AND EXECUTIVE ORDER NO. 117 (2008). ............................................. 31 POLITICAL CONTRIBUTION DISCLOSURE ................................................................................................ 32 PUBLIC LAW 2018, CHAPTER 9 – DIANE B. ALLEN EQUAL PAY ACT ..................................................... 32 NEW JERSEY STATE W-9 ........................................................................................................................... 32 INSURANCE CERTIFICATE(S)..................................................................................................................... 32 SUBCONTRACTOR UTILIZATION PLAN ..................................................................................................... 32 BID SECURITY .............................................................................................................................................. 33 CERTIFICATION FOR EO NO. 271 – COVID-19 VACCINE ......................................................................... 33 CERTIFICATION OF NON-INVOLVEMENT IN PROHIBITED ACTIVITIES IN RUSSIA OR BELARUS PURSUANT TO P.L. 2022, C. 3 ......................................................................................................................................... 33 SPECIAL CONTRACTUAL TERMS AND CONDITIONS ...................................................................................................... 34 PRECEDENCE OF SPECIAL CONTRACTUAL TERMS AND CONDITIONS ................................................................... 34 CONTRACT TERM AND EXTENSION OPTION ................................................................................................................ 34 CONTRACT TRANSITION ................................................................................................................................................. 34 CONTRACT AMENDMENT ................................................................................................................................................ 34 CONTRACTOR RESPONSIBILITIES ................................................................................................................................. 34 SUBSTITUTION OF STAFF ............................................................................................................................................... 35 SUBSTITUTION OR ADDITION OF SUBCONTRACTOR(S)/SUBCONSULTANT(S) ....................................................... 35 OWNERSHIP OF MATERIAL ............................................................................................................................................. 35 SECURITY AND CONFIDENTIALITY ................................................................................................................................ 36 DATA CONFIDENTIALITY ....................................................................................................................................... 36 CONTRACTOR’S CONFIDENTIAL INFORMATION ..................................................................................... 37 DATA SECURITY STANDARDS .............................................................................................................................. 37 SECURITY PLAN ..................................................................................................................................................... 39 NEWS RELEASES ............................................................................................................................................................. 49 ADVERTISING .................................................................................................................................................................... 49 LICENSES AND PERMITS ................................................................................................................................................. 49 CLAIMS AND REMEDIES .................................................................................................................................................. 49 CLAIMS .................................................................................................................................................................... 49 REMEDIES ............................................................................................................................................................... 49 REMEDIES FOR FAILURE TO COMPLY WITH MATERIAL CONTRACT REQUIREMENTS ................................ 49 LIQUIDATED DAMAGES ......................................................................................................................................... 49 ADDITIONAL WORK AND/OR SPECIAL PROJECTS ....................................................................................................... 50 INDEMNIFICATION ............................................................................................................................................................ 50 MAINTENANCE OF RECORDS ......................................................................................................................................... 50 FORM OF COMPENSATION - INVOICING/PAYMENT ..................................................................................................... 50 PROPOSAL EVALUATION ................................................................................................................................................... 52 RIGHT TO WAIVE .............................................................................................................................................................. 52 RIGHT OF FINAL PROPOSAL ACCEPTANCE ................................................................................................................. 52 RIGHT TO INSPECT PROPOSER’S FACILITIES .............................................................................................................. 52 RIGHT TO REQUEST FURTHER INFORMATION ............................................................................................................ 52 PROPOSAL EVALUATION COMMITTEE .......................................................................................................................... 52 ORAL PRESENTATION AND/OR CLARIFICATION OF PROPOSAL ............................................................................... 52 EVALUATION CRITERIA .................................................................................................................................................... 53 QUALIFICATIONS/EXPERIENCE EVALUATION CRITERIA .................................................................................. 53 PROPOSER’S FEE SCHEDULE ............................................................................................................................. 53 PROPOSAL DISCREPANCIES ............................................................................................................................... 54 EVALUATION OF THE PROPOSALS ..................................................................................................................... 54 NEGOTIATION AND BEST AND FINAL OFFER (BAFO) .................................................................................................. 54 PROTEST OF RECOMMENDED AWARD ......................................................................................................................... 55 CONTRACT AWARD ............................................................................................................................................................. 56 CONTRACT ADMINISTRATION ............................................................................................................................................ 57 AUTHORITY’S DESIGNATED CONTRACT MANAGER .................................................................................................... 57 AUTHORITY’S DESIGNATED CONTRACT MANAGER’S RESPONSIBILITIES .................................................... 57 4 INFORMATION FOR BIDDERS This Request for Proposals (RFP) is issued by the New Jersey Economic Development Authority (“Authority”, “EDA”) on behalf of the NJ Commission on Science, Innovation, and Technology (“CSIT”) to solicit Proposals for the continued implementation and maintenance of the ResearchwithNewJersey (RwNJ) Asset Management Data System. None of the aforementioned services will be required at the site of property owned or controlled by the NJEDA, CSIT or the State of New Jersey. PURPOSE AND INTENT The purpose of this RFP is to solicit Proposals for the continued implementation and maintenance of the ResearchWithNJ (RwNJ) Asset Management Data System. RwNJ was implemented for the purpose of connecting the business community with critical NJ public and private university and research institution STEM related assets to help promote innovative research and greater industry / academic collaboration, to aid NJ universities in managing their research enterprise, and to facilitate collaboration between NJ universities and foster economic development in NJ’s innovation economy. The intent of this RFP is to award one (1) two (2) year contract, with three (3), one (1) year extension options, if deemed necessary by the CSIT and dependent upon funding, to the responsible Proposer whose Proposal, conforming to this RFP is most advantageous to the CSIT, price and other factors considered. CSIT however, reserves the right to separately procure individual requirements that are the subject of the contract during the contract term, when deemed to be in CSIT’s best interest. The CSIT reserves the right to award in total or in part and reject any and all Proposals when it is determined to be in the best interest of the CSIT, price and other factors considered. The CSIT’s Contract for Professional Services, please refer to Exhibit A, are in addition to the Terms and Conditions set forth in this RFP and should be read in conjunction with them unless the RFP specifically indicates otherwise. BACKGROUND The New Jersey Economic Development Authority serves as the State’s principal agency for driving economic growth. The Authority is committed to making New Jersey a national model for inclusive and sustainable economic development by focusing on key strategies to help build strong and dynamic communities, create good jobs for New Jersey residents and provide pathways to a stronger and fairer economy. Through partnerships with a diverse range of stakeholders, the Authority creates and implements initiatives to enhance the economic vitality and quality of life in the State and strengthen New Jersey’s long-term economic competitiveness. Since its inception in 1974, the Authority has provided billions of dollars in assistance to numerous projects within the State. These projects have created almost a half million jobs. In 2020, the Authority provided over $628 million dollars in assistance to 42,708 projects and created more than 600 new full-time jobs. The NJ Commission on Science, Innovation and Technology (CSIT) is responsible for strengthening the innovation economy within the State, encouraging collaboration and connectivity between industry and academia and the translation of innovations into successful high growth businesses. Pursuant to P.L. 2018 c. 91, the former New Jersey Commission on Science and Technology has been re-established as the New Jersey Commission on Science, Innovation and Technology, 5 recognizing the role and the importance of innovation developed at the State’s institutions of higher education and businesses to the economy of this State. CSIT has been established to exercise oversight for the responsibility of implementing, evaluating, and formulating long-range plans and programs for science, innovation, and technology in New Jersey. At the time of launching RwNJ in 2017, CSIT had not been re-established. However, given the mission of CSIT and its focus on university and technology commercialization, the continued implementation of RwNJ is being transitioned to CSIT. The goals of RwNJ aligns with the mission of CSIT; to expand connections between early-stage industries, entrepreneurs, and universities. CSIT currently works with all five participating universities and aims to (1) utilize its institutional and private STEM-based partners to support expansion of new schools and partnerships (2) integrate RwNJ with existing CSIT products (3) market RwNJ on the CSIT website to include developing an enhanced web presence for RwNJ that showcases NJ’s innovations and case studies of engagement between corporations, academia and entrepreneurs to increase the number of site visitors and school usage. CSIT is seeking to continue the implementation of the RwNJ database to serve as a catalyst for economic development in NJ’s innovation economy by enhancing access to information and partnership opportunities across a broad array of constituencies, including university faculty, researchers and other experts; small, mid-sized and large businesses; and members of the public. This Solicitation is a Re-Procurement of the 2017-RFQ/P-077 (REBID), Creation and Maintenance of a New Jersey Asset Management Data System, presently due to expire on August 2, 2022. Vendors are cautioned that this new Solicitation addresses the Authority’s current requirements. BACKGROUND ON RESEARCHWITHNJ (“RWNJ”) RwNJ is a free, online database that provides public visibility to the experts, publications, equipment, academic profiles, etc. at five of New Jersey’s major research universities. RwNJ helps entrepreneurs and researchers discover thousands of experts in science, technology, engineering, and mathematics (STEM) as well as their professional backgrounds, publications, and achievements. It also provides the accessibility to learn about various research departments and specializations of the five currently participating universities: Montclair State University, New Jersey Institute of Technology, Princeton University, Rowan University, and Rutgers University. RwNJ provides a consolidated view at the NJ state level along with independently branded individual university portals. In June 2017, the NJEDA and Office of the Secretary of Higher Education (OSHE) joined in partnership to develop RwNJ under an appropriation of $1.5 million from the State budget to OSHE. After a competitive RFP process, The Netherlands-based Elsevier BV was selected as the contractor to build the RwNJ database and portal using elements of the company’s software platform Pure® . To date, the platform has sourced a total of 267,804 outputs from all participating universities, incorporated 4,517 individual profiles, 158 core facilities, and 6,242 grants/projects. RESEARCHWITHNJ SYSTEM OVERVIEW AND GOALS The successful Proposer will supply a customizable, off-the-shelf /readily available software product to be implemented as a cloud solution hosted by the Proposer (Software as a Service – SaaS), allowing the created database to consolidate research information into one consolidated state platform while maintaining unique university / research institution platforms for each participating university / research institution. The system should have the ability to integrate the existing university / research institution and public databases with the goals of increasing innovation exchange, establishing greater collaboration between academia and industry to catalyze economic development, which will help to market New Jersey as a center of innovation. 6 The database must enable users to search through topics of research, expertise, and other assets at the participating research universities, as well as economic development partners; and visualize network connections. Once created, the database will need to include automated data consumption and updates, editing, data scrubbing/verification and search capabilities further described in the Scope of Services. CSIT estimates the database will include a minimum of approximately 5,000 subscribers/faculty profiles. KEY EVENTS ELECTRONIC QUESTION AND ANSWER PERIOD The Authority will electronically accept written questions and inquiries from all potential Proposers via the web at EDAProcurementQA@njeda.com by the date and time shown on Page 1 of this RFP. Phone calls and/or faxes shall not be accepted. The subject line of the e-mail should state: QUESTIONS-2022-RFP-IPM-077 – ResearchwithNJ Asset Management Data System A. Questions should be directly tied to the RFP and asked in consecutive order, from beginning to end, following the organization of the RFP and should begin by referencing the RFP page number and section number to which it relates; B. A Proposer must not contact the Authority and/or CSIT’s requesting department or any other staff/board member directly, in person, by telephone or by e-mail concerning this RFP prior to the final award. Any contact made outside of emailing inquiries via EDAProcurementQA@njeda.com will result in disqualification of the Proposer’s Proposal; C. All Questions received and Answers given in response to this RFP will be answered in the form of an Addendum. Addenda, if any, will be posted on the Authority’s website, https://www.njeda.com/bidding/ as a separate file attachment, or incorporated into a revised, posted RFP, after the posted cut-off date for electronic questions and inquiries indicated on the RFP cover sheet; and D. Any Amendment to this RFP will become part of this Solicitation and part of any Contract awarded as a result of this RFP. EXCEPTIONS TO THE CSIT’S CONTRACT FOR PROFESSIONAL SERVICES Questions regarding the CSIT’s Contract for Professional Services, please refer to Exhibit A, and exceptions or modifications to its mandatory requirements must be requested by the Proposer during this Electronic Question and Answer Period and should contain the Proposer’s suggested changes and the reason(s) for the suggested changes. The CSIT shall be under no obligation to grant or accept any requested changes (i.e., exceptions taken) to the specimen form of the Contract and will post all answers in the Addendum. Exceptions and/or modifications to the terms of the RFP and/or Contract submitted with the Proposal, subsequent to the expiration of the Question and Answer Period, will result in the rejection of the Proposer’s Proposal. PRE-PROPOSAL CONFERENCE Not Applicable. SITE VISIT mailto:EDAProcurementQA@njeda.com mailto:EDAProcurementQA@njeda.com https://www.njeda.com/bidding/ 7 Not Applicable. PROJECTED MILESTONE DATES The following dates are provided to Interested Proposers for planning purposes only. These are estimated timeline dates and do not represent a firm date commitment by which the CSIT will take action: Pre-Proposal Conference: Not Applicable. Q&A Period Ends: July 18, 2022 @ 2:00 p.m. ET If required, Addendum: On or about July 25, 2022 Proposals Due: August 23, 2022 on or before 2:00 p.m. ET Estimated Recommendation for Award: November 4, 2022 via CSIT Board Scheduled meeting Estimated Contract Execution: On or about November 22, 2022 TIMELY SUBMISSION OF PROPOSALS In order to be considered for award, the Proposal must be received by the Authority at the appropriate location by the required time. Proposals not received prior to the Proposal opening deadline, as indicated on the RFP cover sheet, shall be rejected. If the Proposal opening deadline has been revised, the new RFP opening deadline will be shown on a posted RFP Amendment. SUBMISSION OF PROPOSAL – ELECTRONIC OR HARD COPY In order to be evaluated and considered for award, the Proposal must be received by the Authority at the appropriate location and by the required time indicated on the cover sheet, either electronically or hard copy. ELECTRONIC PROPOSAL SUBMISSION (STRONGLY PREFERRED) Proposers should submit a complete, ELECTRONIC Proposal, in “read only” PDF file format using Adobe Acrobat Reader software that must be viewable by CSIT evaluators. The subject line of the RFP submission and any attachments are all to be clearly labeled. EACH electronically uploaded file (Proposal, Attachment Submittals, etc.) submission, should follow the following format: “(Proposer’s Company Name) - Bid Submission-2022-RFP-IPM-077 ResearchwithNJ Asset Management Data System, and the (file/document title)” All RFP electronic Proposal documents must be uploaded to the Authority’s ShareFile system via: https://njeda.sharefile.com/r-r2727bc1d852744c8ac04213e6d917870 It is highly recommended that you initiate the upload of your bid Proposal/submission a minimum of four (4) hours prior to the Proposal Submission due date/time on the front cover to allow some time to identify and troubleshoot any issues that may arise when using the Sharefile application. Technical inquiries may be directed to EDAProcurementQA@njeda.com. https://njeda.sharefile.com/r-r2727bc1d852744c8ac04213e6d917870 mailto:EDAProcurementQA@njeda.com 8 NOTE: Any bids received after the date and time specified shall not be considered. All Proposal submissions, once opened, become the property of the Authority and/or CSIT and cannot be returned to the Proposer. ELECTRONIC SIGNATURE Proposers submitting Proposals electronically may sign the forms listed in Section 4.0 Proposal Preparation and Submission – Requirements of the Proposer (Required Compliance Documentation Pre- and Post-Proposal Submission). Pursuant to written policy, the Authority and CSIT allows documents to be signed electronically and hereby agrees to be bound by such electronic signatures. Proposers submitting Proposals electronically, as signatory to the documents, may sign the forms listed in Section 4.2.4 (Section D - Requested Compliance Documentation Pre & Post Proposal Submission) of this Bid Solicitation, electronically, and agree to be bound by the electronic signatures. The Authority and/or CSIT will accept the following types of electronic signatures: (1) Within Microsoft Word, an individual can go to the “Insert” ribbon at the top of the screen, then within the “Text” section go to the “Signature Line” and enter the information, which creates a security procedure/record attributable to the person signing when transmitted via e-mail or other electronic transfer or; (2) Within Adobe Acrobat DC, go to the “Fill & Sign” “Stamps-Dynamics” or “Certificates” within the “Tools” ribbon and enter the information, which creates a security procedure/record attributable to the person signing when transmitted via e-mail or other electronic transfer; or (3) Digital signatures from Adobe Acrobat DC or produced via similar signature authenticating program (i.e., DocuSign or similar software), which creates a security procedure/record attributable to the person signing. By submitting an electronic signature, the Proposer is agreeing to be bound by the electronic signature. Scanned physical signatures will also be accepted, provided that the forms are otherwise properly completed. This practice applies only to Proposals submitted electronically and the forms listed above. Both electronic signatures and scanned physical signatures will also be accepted, provided that the forms are otherwise properly completed. Proposers submitting Proposals in hard copy format must provide forms with original, physical signatures; otherwise the Proposal may be deemed non-responsive per Hard Copy Proposal Submission, Section 1.3.6.3. HARD COPY PROPOSAL SUBMISSION If submitting a hard copy Proposal, a sealed Proposal must be delivered by the required date and time indicated on the cover sheet, in order to be considered for award to the following: Asteris “Ted” Fanikos Senior Procurement Officer NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY 36 WEST STATE STREET PO BOX 990 TRENTON NEW JERSEY 08625-0990 The exterior of all Proposal packages is to be clearly labeled with the Proposal title, bid opening date and time, and the Proposer’s Name and Address: 2022-RFP-IPM-077 – ResearchwithNJ Asset Management Data System August 23, 2022 on or before 2:00 p.m. ET 9 Submit one (1) ink signed, original hard copy Proposal with all the required documentation and signatures in ink, and three (3) copies marked “COPY”. Proposals submitted by facsimile will not be considered. ANY PROPOSAL NOT RECEIVED ON TIME AT THE LOCATION INDICATED, WILL BE AUTOMATICALLY REJECTED. THE AUTHORITY WILL NOT BE RESPONSIBLE FOR LATE POSTAL OR DELIVERY SERVICE. THE POSTMARK DATE WILL NOT BE CONSIDERED IN HONORING THE BID DATE RECEIPT AND TIME. The Authority shall not be responsible for any delivery/postal service’s failure to deliver in a timely manner. A Proposer using U.S. Postal Service regular or express mail services should allow additional time to ensure timely receipt of Proposals since the U.S. Postal Service does not deliver directly to the Authority. Directions to the Authority’s Trenton location can be found at the following web address: https://www.njeda.com/about/ at the bottom of the screen under the “Locations” section of the website. Any Proposal received after the date and time specified shall not be considered, whether submitted electronically or in hard copy. ADDITIONAL INFORMATION ADDENDA: REVISIONS TO THIS RFP In the event that it becomes necessary to clarify or revise this RFP, such clarification or revision will be by Addendum. Any Addendum to this RFP will become part of this RFP and part of any contract awarded as a result of this RFP. ALL RFP ADDENDA WILL BE ISSUED ON THE AUTHORITY’S WEB SITE. TO ACCESS ADDENDA, THE PROPOSER MUST LOCATE THE PROPOSAL NUMBER OF INTEREST AT https://www.njeda.com/bidding/ - “Business Support Administrative Goods and Services - Bidding Opportunities”. There are no designated dates for release of Addenda. Therefore all interested Proposers should check the Authority’s "Bidding Opportunities" website on a daily basis from time of RFP issuance through the Proposal submission opening. It is the sole responsibility of the Proposer to be knowledgeable of all Addenda related to this procurement. PROPOSER RESPONSIBILITY The Proposer assumes sole responsibility for the complete effort required in submitting a Proposal in response to this RFP. No special consideration will be given after Proposals are opened because of a Proposer’s failure to be knowledgeable as to all requirements of this RFP Solicitation. COST LIABILITY The Authority and CSIT assume no responsibility and bears no liability for costs incurred by a Proposer in the preparation and submittal of a Proposal in response to this RFP Solicitation. CONTENTS OF PROPOSAL – OPEN PUBLIC RECORDS ACT https://www.njeda.com/about/ https://www.njeda.com/bidding/ 10 The Authority and CSIT, as an instrumentality of the State of New Jersey, is subject to the New Jersey Open Public Records Act (N.J.S.A. 47:1A-1.1 et seq.), as amended and including all applicable regulations and policies and applicable case law, including the common law right to know. Subsequent to the Proposal submission opening, all information submitted by Proposer in response to a solicitation is considered public information, notwithstanding any disclaimers to the contrary submitted by a Bidder. When the RFP contains a negotiation component, the Proposal will not be subject to public disclosure until a conditional Notice of Award is issued. As part of its Proposal, a Bidder may designate any data or materials it asserts are exempt from public disclosure under OPRA and/or the common law, explaining the basis for such assertion. The location in the Proposal of any such designation should be clearly stated in a cover letter. A Bidder shall not designate any price lists and/or catalogs submitted as exempt from public disclosure. Any proprietary and/or confidential information in the Bidder’s Proposal will be redacted by the Authority and/or CSIT. A Bidder may designate specific information as not subject to disclosure pursuant to the exceptions to OPRA found at N.J.S.A. 47:1A-1.1, when the Proposer has a good faith legal and/or factual basis for such assertion. The Authority and/or CSIT reserves the right to make the determination as to what is proprietary or confidential, and will advise the Proposer accordingly. The Authority and/or CSIT will not honor any attempt by a Proposer to designate its entire Proposal as proprietary, confidential and/or to claim copyright protection for its entire Proposal. Copyright law does not prohibit access to a record which is otherwise available under OPRA. In the event of any challenge to the Proposer’s assertion of confidentiality with which the Authority and/or CSIT does not concur, the Proposer shall be solely responsible for defending its designation, but in doing so, all costs and expenses associated therewith shall be the responsibility of the Bidder. The Authority and/or CSIT assumes no such responsibility or liability. PROPOSAL SUBMISSION ANNOUNCEMENT On the date and time Proposals are due under the RFP, only the names and addresses of the Proposer(s) submitting Proposals will be publicly announced and the contents of the Proposals shall remain proprietary and/or confidential, pursuant to Negotiation and Best and Final Offer (BAFO) Section 6.8, until the Conditional/Notice of Intent to Award is issued. NOTE: All Proposal submissions, once publicly opened, become the property of the Authority and CSIT and cannot be returned to the Proposer. PROPOSAL ERRORS – BEFORE & AFTER BID OPENING A Proposer(s) may withdraw its Proposal as described below: A Proposer(s) may request that its Proposal be withdrawn prior to the Proposal submission opening. Such request must be made, in writing, via e-mail to the IPM Procurement Department at email: EDAProcurementQA@njeda.com, with a reference to company name, RFP number, RFP Title, a Proposal identifier if one was applied, Proposal submission date, and method of Proposal submission (i.e., electronic version or hard copy delivery). The written withdrawal request must be signed and submitted by a duly authorized representative of the Proposing entity to be valid. In the event the Proposer withdraws its bid Proposal in person, a business card and proper identification must be presented. Proposals so withdrawn will be returned to the Proposer unopened. mailto:EDAProcurementQA@njeda.com 11 If the withdrawal request is granted, the Proposer(s) may submit a revised Proposal as long as the Proposal is received prior to the announced date and time for Proposal submission and at the place specified. If, after the Proposal submission opening but before contract award, a Proposer(s) discovers an error in its Proposal, the Proposer(s) may make a written request to the IPM Procurement Department for authorization to withdraw its Proposal from consideration for award. Evidence of the Proposer’s good faith in making this request shall be used in making the determination. The factors that will be considered are that the mistake is so significant that to enforce the contract resulting from the Proposal would be unconscionable; that the mistake relates to a material feature of the contract; that the mistake occurred notwithstanding the Proposer’s exercise of reasonable care; and that the CSIT will not be significantly prejudiced by granting the withdrawal of the Proposal. After the Proposal submission opening, while pursuant to the provisions of this section, the Proposer may request to withdraw the Proposal and the CSIT may, in its sole discretion allow the Proposer to withdraw it, the CSIT also may take notice of repeated or unusual requests to withdraw by a Proposer(s) and take those prior requests to withdraw into consideration when evaluating the Proposer(s) future bids or Proposals. If during a Proposal evaluation process an obvious pricing error made by a potential contract awardee is found, the Authority shall issue written notice to the Proposer(s). The Proposer(s) will have five (5) days after receipt of the notice to confirm its pricing. If the Proposer fails to respond, its Proposal shall be considered withdrawn, and no further consideration shall be given it. If it is discovered that there is an arithmetic disparity between the unit price and the total extended price, the unit price shall prevail. If there is any other ambiguity in the pricing other than a disparity between the unit price and extended price and the Proposer’s intention is not readily discernible from other parts of the Proposal, the IPM Procurement Department may seek clarification from the Proposer(s) to ascertain the true intent of the Proposal. JOINT VENTURE The CSIT will NOT consider Proposals submitted by joint ventures, in the performance of the Work for this RFP. Proposers shall note that any and all reference to “joint venture(s)”, “joint venture partner(s)”/“joint venture partnership(s)” in any documents included as a part of the RFP specifications, exhibits or attachments shall be read as though the words are stricken and removed. SUBCONTRACTORS/SUBCONSULTANTS For purposes of this RFP, the CSIT will consider Proposals submitted which may employ the use of Subcontractors and/or subconsultants to satisfy the requirements and deliverables required of the resulting contract. See Proposer’s Checklist – Subcontractor Utilization Form, complete & submit, if applicable. The Contractor shall be fully responsible to the CSIT for the acts and omissions of its Subcontractors and/or subconsultants, and of persons either directly or indirectly employed by them, as the Contractor is responsible for the acts and omissions of persons directly employed by the Contractor. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind Subcontractors to the Contractor by the terms of the Contracts Documents in so far as applicable to the Work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the CSIT may exercise over the Contractor under any provision of the Contract Documents. 12 Proposers should note that the Contractor retains the sole and absolute responsibility for the management and supervision of all Subcontractors to a high quality of service. Such Subcontractors must possess a valid “Business Registration Certificate”, as further detailed in “Section 4.2.4.5 Compliance – Business Registration Certificate” of this RFP. Additionally, the Contractor assumes sole and absolute responsibility for all payments and monies due to its Subcontractors. Nothing contained in this RFP and subsequent Contract shall create any contractual relation between any Subcontractor and the CSIT. CONFLICT OF INTEREST Proposer must indicate and detail any Conflict of Interest that exists with either their personnel or any Subcontracting personnel being utilized for these services. Such conflicts include a direct, familial, or personal monetary interest or any previous or existing personal/professional relationships with the CSIT and any personnel assigned to work on the CSIT’s account, regarding these requisite services. If such a Conflict of Interest exists with any vendor personnel or any Subcontracting personnel being utilized for these services, the Proposer must disclose such possible conflicts in the Proposal. Should a conflict(s) be found to exist, whether real or perceived, the CSIT, in its sole discretion, shall determine whether it is a conflict(s) and the individual(s) involved are to be immediately removed. PROPOSAL ACCEPTANCES AND REJECTIONS The CSIT’s staff reserves the right to reject any and all Proposals, if deemed to be in the best interest of the CSIT, to request redefined Proposals from any entity responding to this RFP, to schedule interviews with no Proposers, all Proposers, or only the most highly qualified Proposers, as determined by the CSIT; or to request clarifications of any portion of the Proposal received. Further, the CSIT’s staff reserves the right, at its sole discretion, to waive minor elements of non- compliance of any entity’s Proposal, regarding the requirements outlined in this RFP. The CSIT retains the discretion to modify, expand or delete any portion of this RFP or terminate this RFP process at any time. 13 DEFINITIONS GENERAL DEFINITIONS The following definitions will be part of any contract awarded or order placed as a result of this RFP. Addendum – Written clarification or revision to this RFP issued by the Authority. All-Inclusive Hourly Rate – An hourly rate comprised of all direct and indirect costs including, but not limited to: overhead, fee or profit, clerical support, travel expenses, per diem, safety equipment, materials, supplies, managerial support and all documents, forms, and reproductions thereof. This rate also includes portal-to-portal expenses as well as per diem expenses such as food. Amendment – An alteration or modification of the terms of a contract between the Authority and the Contractor(s). An amendment is not effective until approved in writing by the Authority. Authority – The New Jersey Economic Development Authority. However, for purposes of this RFP the term “Authority” also encompasses CSIT Best and Final Offer or BAFO – Pricing submitted by a Proposer upon invitation by the Authority after Proposal opening, with or without prior discussion or negotiation. Bid or Proposal – Proposer’s timely response to the RFP including, but not limited to, the technical Proposal, fully completed Fee Schedule, and any licenses, forms, certifications, or other documentation required by the RFP. Bidder – An individual or business entity submitting a Proposal in response to this RFP. Board of Directors – Responsible for the management of all New Jersey Economic Development Authority operations. Business Day – Any weekday, excluding Saturdays, Sundays, Authority legal holidays, and State- mandated closings unless otherwise indicated. Calendar Day – Any day, including Saturdays, Sundays, State legal holidays, and State-mandated closings unless otherwise indicated. Contract – The Contract for Professional Services – Exhibit A, this RFP, any addendum to this RFP, and the Bidder’s Proposal submitted in response to this RFP, as accepted by the Authority. Contractor – The Bidder/Proposer awarded a contract resulting from this RFP. Chief Executive Officer (CEO) – The Individual, or his/her designee, who has authority as the Chief Contracting Officer for the New Jersey Economic Development Authority. Designated Contract Manager – Individual responsible for the overall management and administration of the contract and Contractor relationship. Director – The Director of Internal Process Management Department, New Jersey Economic Development Authority. Disabled Veterans’ Business – means a business which has its principal place of business in the State, is independently owned and operated and at least 51% of which is owned and controlled by persons who are disabled veterans or a business which has its principal place of business in this State and has been officially verified by the United States Department of Veterans Affairs as a 14 service disabled veteran-owned business for the purposes of department contracts pursuant to federal law. N.J.S.A. 52:32-31.2. Disabled Veterans’ Business Set-Aside Contract – means a contract for goods, equipment, construction or services which is designated as a contract with respect to which bids are invited and accepted only from disabled veterans’ businesses, or a portion of a contract when that portion has been so designated. N.J.S.A. 52:32-31.2. Evaluation Committee – A committee established, or Authority staff member assigned by the requesting department, to review and evaluate Proposals submitted in response to this RFP and to recommend a contract award to the CEO and/or the Board of Directors. Firm Fixed Price – A price that is all-inclusive of direct cost and indirect costs, including, but not limited to, direct labor costs, overhead, fee or profit, clerical support, equipment, materials, supplies, managerial (administrative) support, all documents, reports, forms, travel, reproduction and any other costs. No additional fees or costs shall be paid by the Authority unless there is a change in the scope of work. Internal Process Management Procurement (IPM Procurement) – The Department of the New Jersey Economic Development Authority responsible for the tasks and activities associated with procurement. Joint Venture – A business undertaking by two or more entities to share risk and responsibility for a specific project. May – Denotes that which is permissible, not mandatory. Must – Denotes that which is a mandatory requirement. Failure to meet a mandatory material requirement will result in the rejection of a Proposal as non-responsive No Charge – The Proposer will supply an item on a price line free of charge. Proposer - An individual or business entity submitting a Proposal in response to this RFP. Project – The undertaking or services that are the subject of this RFP. Request for Proposal (RFP) – This series of documents, which establish the bidding and Contract requirements and solicits Proposals to meet the needs of the Authority, as identified herein, and includes the Request for Proposal, Sample Contract, fee/price schedule, attachments and addenda. Retainage – The amount withheld from the Contractor’s payment that is retained and subsequently released upon satisfactory completion of performance milestones by the Contractor. Revision – A response to a BAFO request or a requested clarification of the Proposal. Shall – Denotes that which is a mandatory requirement. Failure to meet a mandatory material requirement will result in the rejection of a Proposal as non-responsive. Should – Denotes that which is recommended, not mandatory. Small Business – Pursuant to N.J.A.C. 17:13-1.2, “small business” means a business that meets the requirements and definitions of “small business” and has applied for and been approved by the New Jersey Division of Revenue and Enterprise Services, Small Business Registration and M/WBE Certification Services Unit as (i) independently owned and operated, (ii) incorporated or registered in and has its principal place of business in the State of New Jersey; (iii) has 100 or fewer full-time employees; and has gross revenues falling in one (1) of the three (3) following categories: For 15 goods and services – (A) 0 to $500,000 (Category I); (B) $500,001 to $5,000,000 (Category II); and (C) $5,000,001 to $12,000,000, or the applicable federal revenue standards established at 13 CFR 1221.201, whichever is higher (Category III); For construction services: (A) 0 to $3,000,000 (Category IV); (B) gross revenues that do not exceed 50 percent of the applicable annual revenue standards established at 13 CFR 121.201 (Category V); and (C) gross revenues that do not exceed the applicable annual revenue standards established at CFR 121.201 (Category VI). Small Business Set-Aside Contract – means (1) a contract for goods, equipment, construction or services which is designated as a contract with respect to which bids are invited and accepted only from small businesses, or (2) a portion of a contract when that portion has been so designated. N.J.S.A. 52:32-19. State – The State of New Jersey. Subtasks – Detailed activities that comprise the actual performance of a task. Subcontractor/Subconsultant – An entity having an arrangement with an Authority Contractor, where by the Authority Contractor uses the products and/or services of that entity to fulfill some of its obligations under its Authority contract, while retaining full responsibility for the performance of all of its (the Contractor's) obligations under the contract, including payment to the Subcontractor/Subconsultant. The Subcontractor/Subconsultant has no legal relationship with the Authority, only with the Contractor. Task – A discrete unit of work to be performed. TOR (Task Order Request) – A Task Order is issued for the performance of tasks/services. In TOR-based solicitations, a TOR is a description of the individual task/service for which proposals and quotes will be solicited. Transaction - The payment or remuneration to the Contractor for services rendered or products provided to the Authority pursuant to the terms of the contract, including but not limited to the following: purchase orders, invoices, hourly rates, firm fixed price, commission payments, progress payments and contingency payments. Unit Cost or Unit Price – All inclusive, firm fixed price charged by the Proposer for a single unit identified on a price line. Vendor - An individual or business entity submitting a Proposal in response to this RFP. Will – Denotes that which is permissible or recommended, not mandatory. CONTRACT-SPECIFIC DEFINITIONS Automated Data Consumption & Updates – Ability for created Asset Management Database to automatically adjust, update & integrate from all individual sources. CSIT - NJ Commission on Science, Innovation, and Technology. Database – the New Jersey Asset Management Web Based Data System which consolidates all research information, integrating all named existing research universities and existing databases into one platform. Executive Director – Executive Director of the NJ Commission on Science, Innovation, and Technology (CSIT). Monthly Subscription Service – Access to User Profiles. 16 New Jersey Research Universities – Montclair State University, New Jersey Institute of Technology, Princeton University, Rowan University, Rutgers University, Seton Hall University and Stevens Institute of Technology University. OSHE - Office of the Secretary of Higher Education. Software as a Service-Saas – Customizable, off the shelf cloud based software. 17 SCOPE OF WORK – REQUIREMENTS OF THE VENDOR {CONTRACTOR} The CSIT is seeking proposals from qualified firms for a customizable, off-the-shelf software product to support the continued implementation, creation, and maintenance of RwNJ, a New Jersey Asset Management Web Based Data System, implemented as a cloud solution hosted by the Proposer (Software as a Service – SaaS). The RwNJ database currently collects, hosts and enables users to search through topics of research, expertise and other assets at the participating research universities. Proposers may have access and/or the ability to link to existing systems of university and other partners, where feasible and relevant. University / research entities with a unique portal will have project management staff available. CSIT will oversee this initiative and all related work will be coordinated through CSIT. The intent of the database is to enhance access to current information and partnership opportunities across a broad array of constituencies, including university faculty, researchers and other experts; small, mid-sized and large businesses; and members of the public. None of the aforementioned services will be required at the site of property owned or controlled by the NJEDA, CSIT or the State of New Jersey. SYSTEM/SOFTWARE PRODUCT CAPABILITIES A) Minimum requirements for the requested service(s) and Off-The-Shelf with Customizable features(s) the Proposer will utilize to support the transition, development and maintenance of the New Jersey Asset Management Web Based Data System The system must be branded as ResearchWithNJ and use the current logo. Failure to satisfy the minimum requirements shall render the proposal as non-responsive and shall be rejected. 1. Propose an architecture that allows for one main consolidated NJ community portal and sub-institution portals for individual entities (universities, private / public research entities, corporations). The architecture must initially allow for five (5) sub-portals for the existing participating universities. The Proposer’s system must allow for the addition of future participants, such as private and non-profit research entities and corporations, whether through separate, individual portals, combined additional portal(s) with multiple participants, or some combination of individual and combined portals. Similar to the initial five (5) individual portals, data from any new portals must have the ability to be aggregated to the NJ community portal. 2. Allow for data from the sub-portals to automatically aggregate to the main NJ community portal. 3. Allow for the utilization of the existing RwNJ database of researcher profiles, research units, facilities, projects, and research outputs into the new RwNJ database 4. Allow for seamless data exchange and integration with other information repositories and ERP (Enterprise Resource Planning) systems, and support linking to documents in many different types and formats (i.e. PDF, TIFF, BMP, DWG, WORD, XML, JSON, and CAD). 5. Allow for automated quarterly data updates of researcher / faculty profiles, patents issued, university/research institution core facility assets. Indicate how the Proposer’s system will integrate with various existing university and public databases, to include Human Resources systems, to manage updates in a way that will require minimum effort on the part of university/research 18 institution and other individual entity administrators and if updating of elements will occur more frequently than quarterly. 6. Allow for each sub-portal to have an administrator manage faculty/researcher profiles and research expertise visible to users. Individual institutions must have the ability to customize the visible profile data fields and make updates to information. 7. Allow for the ability for faculty / researcher profiles to include links to external sites such as university websites and You Tube videos. 8. Allow for potential centralized management by CSIT of researcher profiles for smaller research entities. 9. Allow for users to create and save database searches to find and open records using a range of search criteria (i.e. full-text, wild card and field level). 10. Provide access via links for information to peer reviewed literature for individual faculty/researchers. Such access may include a separate access charge from the provider of the literature. 11. Provide for a graphic display of faculty / researcher members’ collaboration network, including existing academic, industry and government partnerships. 12. Provide detailed Information identifying the availability of the University’s / Research Institution’s physical assets, such as: facilities, equipment, and lab space, to serve external users. 13. Provide access to institutional awarded grants ( to individuals, centers, entities etc.) giving researchers and / or administrators managing the portals the ability to manually upload information or edit information from public sources covering all federal awards including but not limited to National Science Foundation, National Institute of Health, Department of Defense, National Aeronautics and Space Administration, Economic Development Administration, Department of Energy, Department of Justice, Environmental Protection Agency, Department of Transportation and public sources of corporate and foundation funding. 14. Provide access on the individual portals and community portal to Intellectual Property (IP) information for individual faculty/researchers. This data should be sourced from individual databases managed by universities / research facilities. 15. Provide a solution that will enable the categorizing and ultimate highlighting of profiles, facilities, research outputs etc. by multiple strategic industry sectors that can be identified / changed periodically with the ability to have separate sectors identified on the community portal and the individual subportals. 16. Offer uninterrupted maintenance to ensure data integrity and quality as it relates to the portal. 17. Provide for a customizable “contact us” feature on the community and individual university portals that has security elements to verify inquiries are from users and not bots. 18. Provide a solution that allows for expansion of the system to new entities (higher education, public / private research entities, corporations) beyond the initial set of 5 NJ academic institutions. Provide pricing for such system expansion to include STEM faculty. 19. University/ research institution staffing requirement for the maintenance of the data should be minimal; the regular integration of the data should not require any technical university staff expertise. 20. Support the design and implementation of the data system. 21. Fully describe where all source data would originate to populate/update the database. 22. Interact with state and university stakeholders, in order to develop this system. 19 23. Offer online or in person training upon initial launch and provide training materials in electronic form including recorded webinars, detail what the training includes and the timeline. If training is offered in person, the applicant must provide copies of any handout materials. In person training will be dictated by NJ health requirements associated with COVID. 24. Offer ongoing monthly office hour support to each RwNJ partner responsible for each portal instance. 25. Offer data system performance monitoring, including metrics evaluation of usage and search data and other qualitative and quantitative components. 26. Ability to update & maintain data from all individual sources. 27. Offer uninterrupted maintenance to ensure data integrity and quality. 28. Establish and maintain sound backup and recovery policies and procedures. 29. Implement and maintain database security. 30. Setup and maintain documentation and standards. 31. Provide support and project management. 32. Provide ongoing technical troubleshooting and related assistance, including a web based on-line help system for users. 33. Provide regular data integration support that keeps university staffing requirement for maintenance at a minimum and requiring no technical expertise 34. Provide timely and helpful responses to user tickets. All tickets must receive an initial response in 48 hours. B) Supplemental Options of the Proposer for the New Jersey Asset Management Web Based Data System. 1. Provide a solution that allows for the automatic updating of institutional awarded grants from public sources covering all federal awards including but not limited to National Science Foundation, National Institute of Health, Department of Defense, National Aeronautics and Space Administration, Economic Development Administration, Department of Energy, Department of Justice, Environmental Protection Agency, Department of Transportation and public sources of corporate and foundation funding. 2. Provide a solution that allows for the optional expansion of the system to include access to industry-specific job and student internship postings and resources, and professional development opportunities, to allow for logged in users to post jobs or opportunities and /or connect with existing university career services systems. 3. Provide a solution that allows for the optional expansion of the system to include access to available and relevant financing assistance from the State, federal government, and universities, with links to related websites, so the information is searchable for all users at the community portal. 4. Provide a solution that is optimized for mobile viewing 5. Provide a solution that allows for the optional expansion of the system to highlight clinical trials taking place at each research institution. PROJECT MANAGEMENT & TIMELINE/DELIVERABLES The continued implementation and maintenance of RwNJ, a New Jersey Asset Management Data System will commence immediately upon the execution of the Contract for Professional Services, or as directed by the CSIT’s Designated Contract Manager, based on its business needs. The CSIT is requesting pricing for the Transition/ Development/Implementation/Launch/ & Maintenance, per the Fee Schedule. 20 Proposer’s timelines to complete each Phase are critical to CSIT. The Proposer shall complete Phases I – III within a 4 four-month timeframe from date of contract execution. Proposals must address each minimum deliverable listed below by detailing and providing the minimum deliverables documentation including all completion dates. It is recommended that applicants organize the information in the Phases as listed below. Phase 0: Proposal Submission Minimum deliverables: A. RFP response B. Mockup of proposed website design Phase I: Initial Development Minimum deliverables: A. Documents outlying and detailing a process and workflow, and content inventory, analysis, including a review of existing RwNJ system and University databases. B. A final development plan/product roadmap, including configuration. C. Documents outlining and detailing established information and security policies. Phase II: Implementation including beta analysis/testing Minimum deliverables: A. Functional, informational and interactive solution design, including creation of faculty profiles and web portal interface. B. Documents outlining and detailing fully mapped database backup and retrieval, including a security audit. C. Uploading of existing RwNJ database D. Internal testing, including a content audit. At least three (3) User Acceptance Tests must be conducted, with detailed test results documents submitted to CSIT. Phase III: Transition Minimum deliverables: A. Finalize roll-out plan, including transition date with existing RwNJ portals B. Complete final application testing and profile review. C. On-site, group and webinar training, for key user groups. D. Public launch of database. Phase IV: Performance Monitoring/Support/Security on-going on a monthly basis for the duration of the contract Minimum deliverables: A. Performance monitoring, including Qualitative & Quantitative Analysis. a. Quarterly updates of profiles b. Monthly updates of external data for IP and grants c. Monthly reports of visitor information to RwNJ community portal and individual sub-portals d. Weekly verification that RwNJ system is operating / functional, and data is displayed correctly, report as required on discrepancies, and take prompt/timely corrective action 21 e. As required reporting of any site maintenance issues that will limit operation of the RwNJ system f. Monthly verification of data on each portal and de-duplication of entries g. Monthly overall statistics on profile count per portal B. Provision of customer and technical support. C. Maintain database security & data integrity. Monthly Subscription Service – Provide a fee structure broken down by categories such as initial setup costs, ongoing maintenance fees, and any subscription costs, whether on a per-profile basis or other basis as determined by the Proposer. Provide details on costs to expand to additional university / research institution portals and additional functions. As set forth in the Fee Schedule, the expansion to an additional university / research institution will be reviewed on the average of the Total Cost for Each Phase 1F – 1G and would be the average cost/profile for profiles 5,001 – 5,500 and 5,501 – 6,000. BUDGET/USERS/ESTIMATED SUBSCRIBERS RwNJ has been operating since 2017 on a pilot basis including the following research universities: Montclair, Rutgers, Rowan, the New Jersey Institute of Technology, and Princeton. The CSIT estimates the database will include approximately 5,000 subscribers/faculty profiles from these research universities, but provides no guarantee or minimum as to the actual number of profiles utilized. As a public good, the database will offer access to members of the public through the web-based portal. Proposers shall note that CSIT does not guarantee these levels of profiles and reserves the right to increase and / or decrease the allotment, at any time, throughout the term of the contract and any extensions thereto, with all pricing, terms, conditions and specifications of the original contract and accepted proposal remaining in effect. COMMUNICATIONS AND REPORTING The selected firm will be required to provide a monthly report, in writing, to the CSIT summarizing actions and progress towards deliverables for the duration of the contract. The monthly report should also include a summary of the funds expended during the reporting timeframe and a year-to-date total. At a minimum, the report should include: • Phase with dates and summary, per the Proposer’s response schedule. • Progress toward deliverables. • Summary of funds expended to date and year-to-date total. In addition, on a weekly basis, CSIT, in conjunction with the firm’s designated Lead Account Manager or “Back-Up” Leader Account Manager, will have a call estimated to be one and one and a half (1.5) hours in duration to address timelines, bottlenecks and requirements, as they are identified. This schedule may be reduced to bi-weekly at CSIT’s discretion based on project implementation. 22 The selected firm will set up a monthly office (30 minute) hour call with each university / research institution that has an individual portal instance as a check-in mechanism. On a quarterly basis the firm will present to the RwNJ Advisory Board and a separate meeting with the RwNJ marketing team. No additional compensation will be provided for participating in the weekly or quarterly call/meetings or for preparing and submitting the requisite reports. Responding firms must consider the costs associated with these activities when completing the Fee Schedule. Submission of purchase orders, confirmations, and/or invoices do not fulfill this contract requirement for information. Failure to report this mandated information may be a factor in future award decisions. INITIAL ORGANIZATIONAL MEETING The Proposer shall attend an Initial Organizational Meeting with CSIT’s designated staff, as well as NJEDA and/or university representatives, as may be deemed appropriate, to launch the Asset Management Data System. The Initial Organizational Meeting will be held within ten (10) business days of executing the Contract for Professional Services. The purpose of the meeting is to allow the Proposer (and any staff assigned to perform work against the resulting contract) the opportunity to meet with CSIT’s designated staff members, as well as NJEDA and/or university representatives, , as may be deemed appropriate, to gain a clearer understanding of the performance expectations and to review CSIT’s requisite timelines. The CSIT’s Contract Manager will guide the meeting and address any issues. This meeting will be held at a CSIT location in NJ. The exact location to be determined in the future. The CSIT, in its sole discretion, may permit certain, limited staff members of the Proposer to participate via teleconference, should travel to the CSIT’s offices be prohibitive. CSIT will make every effort to schedule the meeting at a mutually convenient time; however, CSIT will make the sole determination regarding the date and time to ensure maximum participation by CSIT’s staff as well as NJEDA and/or university representatives. AVAILABILITY OF SERVICES It is possible that a limited number of the Proposer’s staff may be required to provide a nominal portion of the requisite services (i.e. meeting with senior executive staff, senior managers, etc.) outside of normal business hours in order to accomplish the requisite schedule and dates for completion of the Work. For purposes of this RFP, “normal business hours” are defined as Monday through Friday, between the hours of 8:00 AM and 5:00 PM, exclusive of CSIT holidays. Interested Firms should consider the need for such limited work to be performed outside of normal business hours and include such costs when preparing its “Fee Schedule”. It is CSIT’s intent to minimize these instances, whenever possible. However, in the event the Firm fails to accommodate the CSIT’s need for After-Hours Work on two (2) or more instances; the Proposer will be considered to be non-responsive to the needs of CSIT. As such, CSIT may cancel the contract for cause. 23 PROPOSAL PREPARATION AND SUBMISSION – REQUIREMENTS OF THE PROPOSER Failure to submit information as indicated below may result in your Proposal being deemed non- responsive. GENERAL Proposals that conflict with those terms and conditions contained in this RFP or the CSIT's Contract for Professional Services, Exhibit A, as may be amended by addenda, or that diminish the CSIT’s rights under any contract resulting from the RFP will result in the entire Proposal being rejected. The CSIT is not responsible for identifying conflicting terms and conditions before issuing a contract award. In the event that prior to the notice of intent to award, the CSIT notifies the Proposer of any such term or condition and the conflict it poses, the CSIT may require the Proposer to either withdraw it or withdraw its Proposal. After award of contract: A. if a conflict arises between a supplemental term or condition included in the Proposal and a term or condition of the RFP, the term or condition of the CSIT's Contract for Professional Services, Exhibit A and/or the CSIT’s RFP will prevail; and B. if the result of the application of a supplemental term or condition included in the Proposal would diminish the CSIT’s rights, the supplemental term or condition will be considered null and void. The Proposer is advised to thoroughly read and follow all instructions contained in this RFP, including the instructions on the RFP’s Signatory Page, in preparing and submitting its Proposal. Use of URLs in a Proposal should be kept to a minimum and may not be used to satisfy any material term of an RFP. NON-COLLUSION By submitting a Proposal and signing the Signatory Page, the Proposer certifies as follows: A. The price(s) and amount of its Proposal have been arrived at independently and without consultation, communication or agreement with any other Contractor, Proposer or potential Proposer; B. Neither the price(s) nor the amount of its Proposal, and neither the approximate price(s) nor approximate amount of this Proposal, have been disclosed to any other entity or person who 24 is a Proposer or potential Proposer, and they will not be disclosed before the Proposal submission; C. No attempt has been made or will be made to induce any entity or person to refrain from bidding on this contract, or to submit a Proposal higher than this Proposal, or to submit any intentionally high or noncompetitive Proposal or other form of complementary Proposal; D. The Proposal of the entity is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any entity or person to submit a complementary or other noncompetitive Proposal; and E. The Proposer, its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any governmental agency and have not in the last five (5) years been convicted or found liable for any act prohibited by state or federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract. The forms discussed herein for Business Support Administrative Services Bidding Opportunities and required for submission of a Proposal in response to this RFP are available on the Authority’s website at https://www.njeda.com/bidding/ see RFP Proposer Checklist – 2022-RFP-IPM-077 ResearchwithNJ Asset Management Data System, unless noted otherwise. PROPOSAL CONTENT AND SUBMISSION ORDER Submit a Proposal in three (3) volumes (i.e., upload separate electronic volumes; or, if submitting in hard-copy, submit in separate folders or binders). One (1) volume must contain the mandatory compliance documentation. One volume must contain only the mandatory Fee Schedule. The additional volume must contain, at a minimum, the mandatory portions of the Proposer’s Proposal. If the Proposal is extra large in size, submitting multiple additional volumes for the Technical Proposal is permissible. If a Proposer’s Proposal does not conform to the requirements and fails to provide all mandatory submissions by the date and time of bid opening, the Proposer’s Proposal will be rejected as being non-responsive for non-compliance of mandatory requirements. Technical Proposal Volume Technical Proposal. Please reference Section 4.2.1 in this RFP. Do not include pricing in this Volume. Pricing Volume Fee Schedule. Please reference Section 4.2.2 in this RFP. Compliance Volume Please reference all Subsections in Section 4.2.3 in this RFP and also reference the Proposer’s Checklist attachment accompanying this RFP for items that are mandatory submissions and those that are required prior to Contract Award. TECHNICAL PROPOSAL, ORGANIZATIONAL QUALIFICATIONS, EXPERIENCE AND MISCELLANEOUS INFORMATION (MANDATORY SUBMISSION WITH BID PROPOSAL) In this section, the Proposer must set forth its understanding of the requirements of this RFP and its ability to successfully complete the contract. The Proposer shall describe its approach and plans https://www.njeda.com/bidding/ 25 for accomplishing the work outlined in the Scope of Work, Section 3.0. The Proposer must include information relating to its organization, personnel, and experience evidencing the Proposer’s qualifications and capabilities to perform the services required by this RFP. The Technical Proposal must, at a minimum, contain the information below and be submitted in the following order: I. Cover Letter (Optional); II. Management Overview and Technical Approach to Achieve the Scope of Work; III. Organization Chart, if applicable and not a sole proprietor; IV. Key Team Member List, if applicable and not a sole proprietor; V. Resumes of Key Team Members; VI. References of Key Team Members; VII. Description and Documentation of Proposer’s Prior Experience and Qualifications; and VIII. Financial Capability of the Proposer. The Proposer should include the level of detail it determines necessary to assist the evaluation committee in its review of Bidder’s Proposal. I. Cover Letter (Optional) All Respondents should submit a cover letter, which includes the full company name and address of the entity performing the services described in this RFP, and the name, e-mail address and telephone number for the individual who will be the primary contact person for the responding Proposer for this engagement. Also indicate the state of incorporation, whether the Proposer is operating as an individual proprietorship, partnership, or corporation, including the identification of any and all Subcontractors/Sub-consultants. II. Management Overview and Technical Approach to Achieve the Scope of Work A. The Proposer shall set forth its overall technical approach and plans to meet the requirements of the RFP in a narrative format, in order to convince the CSIT that the Proposer understands the objectives that the engagement is intended to meet, the nature of the required work and the level of effort necessary to successfully complete the engagement. This narrative should convince the CSIT that the Proposer’s general approach and plans to undertake and complete the engagement are appropriate to the tasks and subtasks involved; B. The Proposer shall provide a discussion/rationale for why the Proposer’s approach will best meet the needs of the CSIT; and C. The Proposer shall also set forth a detailed work plan indicating how each task in the Scope of Services, Section 3.0, will be accomplished, including an outline of a proposed meeting schedule with CSIT staff and timeline for key milestones and ability to complete the scope of work within the maximum timeline. III. Organization Chart, if applicable (not required for a sole proprietor) Provide an organization chart that must include all key team members, their labor category, and titles for this engagement. For the purposes of this engagement, a “key team member” is identified as having a responsible role in the successful completion of the services requested pursuant to this RFP and who generally spends or is expected to spend twenty (20) percent or more of his/her time on this engagement. 26 If the Proposer has access to additional professional resources, such as Subject Matter Experts (SMEs), who are technically and/or professionally qualified, the Proposer should list these additional resources in its Proposal, and include the individual(s) on the Organization Chart. Note: If the Proposal submission includes a “key team member that is a Subcontractor(s) and/or Subconsultant(s)”, the “Organization Chart” must clearly indicate that they are a Subcontractor(s) and/or Subconsultant(s), and submit a completed Subcontractor/ Subconsultant Utilization form (See Proposer’s Checklist). IV. Key Team Member List, if applicable (not required for a sole proprietor) List each key team member who will be utilized for this contract by name and title. Note: If the Proposal submission includes a “key team member that is a Subcontractor(s) and/or Subconsultant(s)”, the “Organization Chart” must clearly indicate that they are a Subcontractor(s) and/or Subconsultant(s), and submit a completed Subcontractor/ Subconsultant Utilization form (See Proposer’s Checklist). V. Resumes/Bios of Key Team Members A resume/bio for each key team member should be included. VI. References Each key team member’s resume should include at least three (3) client references applicable to the scope of services, including contact names, telephone numbers and e-mail addresses. VII. Description and Documentation of Proposer’s Prior Experience and Qualifications A. The Proposer shall clearly state its skills and experience in a manner that demonstrates its capability to complete the Scope of Services, Section 3.0; B. Provide a narrative description (or resume, if you are a sole proprietor), detailing your organization’s} {your} experience as in the development and maintenance of a statewide or multi-user/profile asset management web based data system. Information in the narrative description or resume should be supported by evidence or information that can be independently verified by the CSIT; C. Provide information from projects your organization (or you, if you are a sole proprietor) has previously worked on, and in what role/capacity. For each project that you list, indicate the scope, the location of the project(s), and the beginning and end dates of the project(s). If applicable, highlight projects in which members of your proposed project team have worked together; D. If applicable, submit any information/examples of services provided that are similar in size or scope, or show demonstrated experience in the development and maintenance of a statewide or multi-user/profile asset management web based data system in New Jersey, other states or on an international basis; E. Provide a listing of three client references, which includes contact names, titles and telephone numbers for which your firm (or you, if you are a sole proprietor) has provided services. The beginning and ending dates of the provided services must be included. If the Proposer is submitting a Proposal that includes a Subcontractor(s), detail the Subcontractor’s specific role for this project, how they will interface with the Proposer’s staff and complete a Subcontractor/Subconsultant Utilization Form. See Proposer’s Checklist. 27 VIII. Financial Capability of the Proposer A. In order to provide the CSIT with the ability to judge the Proposer’s financial capacity and capabilities to undertake and successfully complete the contract, the Proposer should submit certified financial statements which include a balance sheet, income statement, and statement of cash flow, and all applicable notes for the most recent calendar year or the Proposer’s most recent fiscal year. If financial statements are not available, the Proposer is to provide either a reviewed or compiled statement from an independent accountant setting forth the same information required for the certified financial statements, together with a certification from the Chief Executive Officer and the Chief Financial Officer, that the financial statements and other information included in the statements fairly present in all material respects the financial condition, results of operations and cash flows of the Proposer as of, and for, the periods presented in the statements. In addition, the Proposer should submit a bank reference; B. If the information is not supplied with the Proposal, the Authority and/or CSIT may still require the Proposer to submit it. If the Proposer fails to comply with the request within three (3) business days, the CSIT may deem the Proposal non-responsive; C. A Proposer may designate specific financial information as not subject to disclosure if the Proposer provides a good faith legal/factual basis for such assertion. The Proposer may submit the specific financial documents in a separate file clearly marked “Confidential- Financial Information”; and D. The CSIT reserves the right to make the determination to accept the assertion. POTENTIAL PROBLEMS The Proposer must set forth a summary of any and all problems that the Proposer anticipates during the term of the contract. For each problem identified, the Proposer should provide its proposed approach. FEE SCHEDULE (MANDATORY SUBMISSION WITH BID PROPOSAL) The Proposer must submit its pricing using the format set forth on the Fee Schedule accompanying this RFP. Proposers are NOT permitted to alter or change the provided Fee Schedule format/category designations. Any additional or supplemented versions of the CSIT-supplied Fee Schedule will not be accepted and will result in the Proposer’s Proposal deemed non-responsive. ANY MODIFICATION OF THE FEE SCHEDULE SHALL RESULT IN THE PROPOSAL BEING REJECTED AS NONRESPONSIVE. If the Proposer will supply an item on a price line free of charge, the Proposer must indicate “No Charge” on the CSIT-supplied Fee Schedule accompanying this RFP Solicitation. The use of any other identifier may result in the Proposer’s Proposal being deemed non-responsive. DELIVERY TIME AND COSTS A. Unless otherwise noted elsewhere in the RFP, all prices for items in Proposals shall be submitted Freight on Board (F.O.B.) Destination. Proposals submitted other than F.O.B. Destination may not be considered. Regardless of the method of quoting shipments, the Contractor shall assume all costs, liability and responsibility for the delivery of merchandise in good condition to the CSIT; and 28 B. F.O.B. Destination does not cover “spotting” but does include delivery inside the CSIT unless otherwise specified. No additional charges will be allowed for any additional transportation costs resulting from partial shipments made at the Contractor’s convenience when a single shipment is ordered. COLLECT ON DELIVERY (C.O.D.) TERMS C.O.D. terms are not acceptable as part of a Proposal and will be cause for rejection of a Proposal. PRICE ADJUSTMENT Pricing shall remain firm throughout the term of the contract and any extensions, thereto. REQUIRED COMPLIANCE DOCUMENTATION Unless otherwise specified, forms must contain an original, physical signature, or an electronic signature pursuant to Section 1.3.6.2 of this RFP Solicitation. SEE BELOW and PROPOSER’s CHECKLIST for Compliance Documentation required to be submitted WITH the Bid Proposal (MANDATORY FORM WITH BID PROPOSAL). ALL other Compliance Documentation, not deemed “Mandatory Form With Bid Proposal”, are required prior to contract award; however, it is preferred and encouraged that Proposers submit ALL Compliance Documentation with the Bid Proposal, if possible. A Proposer who fails to submit requested information within seven (7) business days of a written request by the Authority and/or CSIT will be deemed non-responsive and will preclude the award of a contract to said Proposer. SIGNATORY PAGE (MANDATORY FORM WITH BID PROPOSAL-SIGNED) The Proposer shall complete and submit the Signatory Page accompanying this RFP. The Signatory Page must include the signature of an authorized representative of the Proposer. If the Proposer is a limited partnership, a Signatory Page must be signed by each general partner. Failure to comply will result in rejection of the Proposal as non-responsive and preclude the award of a contract to said Proposer. Note: A Proposer’s written signature on the Signatory Page will NOT serve as a certifying signature on any other Mandatory Compliance forms required. Each mandatory compliance document must be individually signed. OWNERSHIP DISCLOSURE FORM (MANDATORY FORM WITH BID PROPOSAL) Pursuant to N.J.S.A. 52:25-24.2, in the event the Proposer is a corporation, partnership or sole proprietorship, the Proposer must complete an Ownership Disclosure Form. A current completed Ownership Disclosure Form must be received prior to or accompany the submitted Proposal. A Proposer’s failure to submit the completed form with its Proposal will result in the rejection of the Proposal as non-responsive and preclude the award of a contract to said Proposer. If any ownership change has occurred within the last six (6) months, a new Ownership Disclosure Form must be completed and submitted with the Proposal. NOTE: If the Proposer is a partnership or a limited liability corporation, an Ownership Disclosure form must be completed by each general partner. Failure to comply may result in rejection of the Proposal. DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM 29 Pursuant to N.J.S.A. 52:32-58, the Proposer must utilize this Disclosure of Investment Activities in Iran form to certify that neither the Proposer, nor one of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32-56(e)(3)), is listed on the Department of the Treasury’s List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither the Proposer, nor one of its parents, subsidiaries, and/or affiliates, is involved in any of the investment activities set forth in N.J.S.A. 52:32-56(f). If the Proposer is unable to so certify, the Proposer shall provide a detailed and precise description of such activities as directed on the form. A Proposer’s failure to submit the completed and signed form before contract award will be deemed non-responsive and preclude the award of a contract to said Proposer. NOTE: If the Proposer is a partnership or a limited liability corporation partnership, each Disclosure of Investment Activities in Iran form must be signed by a general partner. Failure to comply may preclude the award of a contract. DISCLOSURE OF INVESTIGATIONS AND OTHER ACTIONS INVOLVING BIDDER FORM The Proposer must submit the Disclosure of Investigations and Other Actions Involving Bidder Form, prior to the award of a contract, to provide a detailed description of any investigation, litigation, including administrative complaints or other administrative proceedings, involving any public sector clients during the past five (5) years, including the nature and status of the investigation, and, for any litigation, the caption of the action, a brief description of the action, the date of inception, current status, and, if applicable, disposition. The Proposer’s inclusion of the Disclosure of Investigations and Other Actions Involving Bidder form with the Proposal is requested and advised. If a Bidder does not submit the form with the Proposal, the Bidder must comply within seven (7) business days of a request by the Authority and/or CSIT or the Authority and/or CSIT may deem the Proposal non- responsive. BUSINESS REGISTRATION CERTIFICATION (BRC) In accordance with N.J.S.A. 52:32-44(b), a Proposer and its named Subcontractors must have a valid Business Registration Certificate (“BRC”) issued by the Department of Treasury, Division of Revenue and Enterprise Services, prior to the award of a contract. To facilitate the Proposal evaluation and contract award process, it is requested and advised the Proposer should submit a copy of its valid BRC and those of any named Subcontractors with its Proposal. A Proposer otherwise identified by the CSIT as a responsive and responsible Bidder, inclusive of any named Subcontractors, but that was not business registered at the time of submission of its Proposal must be so registered and in possession of a valid BRC by a deadline to be specified in writing by the Authority and/or CSIT. A Bidder who fails to comply with this requirement by the deadline specified by the Authority and/or CSIT will be deemed ineligible for contract award. Under any circumstance, the Authority and/or CSIT will rely upon information available from computerized systems maintained by the State as a basis to verify independently compliance with the requirement for business registration. http://www.state.nj.us/treasury/revenue/busregcert.shtml . A Proposer receiving a contract award as a result of this procurement and any Subcontractors named by that Proposer will be required to maintain a valid business registration with the Division of Revenue and Enterprise Services for the duration of the executed contract, inclusive of any contract extensions. Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a business registration as required pursuant to section 1 of P.L. 2001, c.134 (N.J.S.A. 52:32-44 et al.) or subsection e. or f. of section 92 of P.L. 1977, c. 110 (N.J.S.A. 5:12-92), or that provides false information of business registration under the requirements of either those sections, shall be liable for a penalty of $25 for each day off violation, not to exceed $50,000 for each business registration copy not properly provided under a contract with a contracting agency or under a casino service industry enterprise contract. http://www.state.nj.us/treasury/revenue/busregcert.shtml 30 SOURCE DISCLOSURE CERTIFICATION Pursuant to N.J.S.A. 52:34-13.2, all of the CSIT’s contracts shall be performed within the United States. Pursuant to the statutory requirements, prior to an award of a contract primarily for services, the intended Contractor of an CSIT contract must disclose the location by country where services, including subcontracted services, will be performed. The Proposer must complete and submit the Source Disclosure Form accompanying this RFP. The Proposer’s inclusion of the completed Source Disclosure form with the Proposal is requested and advised. If a Proposer does not submit the form with the Proposal, the Proposer must comply within seven (7) business days of a request by the Authority and/or CSIT or the Authority and/or CSIT may deem the Proposal non-responsive. If any of the services cannot be performed within the United States, the Proposer shall state with specificity the reasons why the services cannot be so performed. The CSIT shall determine whether sufficient justification has been provided by the Proposer to form the basis of his or her certification that the services cannot be performed in the United States. The Source Disclosure Form is located on the Authority’s website at https://www.njeda.com/bidding/. BREACH OF CONTRACT A SHIFT TO PROVISION OF SERVICES OUTSIDE THE UNITED STATES DURING THE TERM OF THE CONTRACT SHALL BE DEEMED A BREACH OF CONTRACT. If, during the term of the contract, the Contractor or Subcontractor, who had on contract award declared that services would be performed in the United States, proceeds to shift the performance of any of the services outside the United States, the Contractor shall be deemed to be in breach of its contract. Such contract shall be subject to termination for cause, unless such shift in performance was previously approved by the CSIT. AFFIRMATIVE ACTION EMPLOYEE INFORMATION/EMPLOYEE INFORMATION REPORT Prior to the award of a contract, the intended awardee must submit a copy of a New Jersey Certificate of Employee Information Report, or a copy of Federal Letter of Approval verifying it is operating under a federally approved or sanctioned Affirmative Action program. Intended awardee(s) not in possession of either a New Jersey Certificate of Employee Information Report or a Federal Letter of Approval must complete the Affirmative Action Employee Information Report (AA-302), by following its corresponding instructions for submission and payment by check, which are located at the Pu

36 West State Street Trenton New Jersey 08625-0990Location

Address: 36 West State Street Trenton New Jersey 08625-0990

Country : United StatesState : New Jersey

You may also like

RECORDS MANAGEMENT SOLUTION

Due: 09 Jan, 2025 (in 8 months)Agency: BUREAU OF THE FISCAL SERVICE

DEBT COLLECTIONS AND ASSET MANAGEMENT SYSTEM (DCAMS)

Due: 30 Jun, 2024 (in 2 months)Agency: HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF

UNIFIED ASSET MANAGEMENT SYSTEM IMPROVEMENTS FOR FASS

Due: 31 Oct, 2025 (in 18 months)Agency: OFFICES, BOARDS AND DIVISIONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.