Parking Software

expired opportunity(Expired)
From: Utah(State)
Number Number SLCC202425626

Basic Details

started - 21 Feb, 2024 (2 months ago)

Start Date

21 Feb, 2024 (2 months ago)
due - 28 Mar, 2024 (29 days ago)

Due Date

28 Mar, 2024 (29 days ago)
Bid Notification

Type

Bid Notification
Number Number SLCC202425626

Identifier

Number Number SLCC202425626
State of Utah

Customer / Agency

State of Utah
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.

20 March 2024 Parking Software SLCC RFP for Parking Software 20 March 2024 Open 2/21/2024 12:00 AM MST Type Request for Proposal Close 3/28/2024 2:00 PM MDT Number SLCC202425626 Currency US Dollar Sealed Until 3/28/2024 2:00 PM MDT 20 March 2024 Contacts Brandon Thomas brandon.thomas@slcc.edu 20 March 2024 Commodity Codes Commodity Code Description 43230 Information technology software including computer software 20 March 202420 March 202420 March 202420 March 202420 March 202420 March 202420 March 202420 March 202420 March 2024 mailto:brandon.thomas@slcc.edu REQUEST FOR PROPOSALS Parking Software SOLICITATION # SLCC202425626 This Request for Proposals ("RFP"), having been determined to be the appropriate procurement method to provide the best value to Salt Lake Community College, is designed to provide interested Offerors with sufficient basic information to
submit proposals. This RFP is issued in accordance with the Utah Procurement Code. If any provision of this RFP conflicts with the Utah Procurement Code, then the Utah Procurement Code will take precedence. It is not intended to limit a proposal's content or exclude any relevant or essential data. Offerors are at liberty and are encouraged to expand upon the specifications to evidence service capability. Purpose of this Solicitation The purpose of this RFP is to enter into a contract for a software solution to provide a web-based, hosted parking management and license plate recognition technology system. It is anticipated that this RFP will result in a single contract award to the responsive and responsible offeror with the highest score justified by the procurement code. Closing date and time The closing date and time for this sourcing event is March 21, 2024 at 2:00 PM Mountain Time. If your time is different from that shown, your profile may be set to a different time zone. Please see the attachment titled "Changing Your Time Zone" in the Buyer Attachments section for directions on how to update your profile. It is your responsibility to make sure you submit your response by the date and time indicated above. Length of the Contract SLCC intends to award a contract with an initial term of two (2) years. After the initial term, the contract will be renewable for up to three (3) additional one-year terms. Annual renewal shall be contingent upon the College’s satisfaction with the services performed and the overall performance of the contractor. Vendors should prepare their cost proposal on this contract term. Vendors are also encouraged to provide alternate contract terms in their cost proposals that may provide SLCC with additional cost savings. Issuing Procurement Unit and Solicitation Number Salt Lake Community College Purchasing Services is the issuing procurement unit for this RFP (referred to as "SLCC"). The reference number for this RFP is Solicitation # SLCC202425626. This solicitation number must be referred to on all proposals, correspondence, and documentation submitted to the SLCC relating to this RFP. Additional Information Each prerequisite and question has additional information that can be viewed by logging into U3P and clicking on the corresponding link. Description Offerors are prohibited from communications regarding this RFP with SLCC staff, evaluation committee members, or other associated individuals EXCEPT for the procurement officer overseeing this RFP and other SLCC Purchasing Services staff. Wherever in this RFP an item is defined by using a trade name, brand name, or a manufacturer and/or model number, it is intended that the words, "or equivalent" apply; and invites the submission of equivalent products by the Offerors. Offerors may be required to submit product samples to assist SLCC in evaluating whether a procurement item meets the specifications and other requirements set forth in the request for proposals. Product samples must be furnished free of charge unless otherwise stated in the invitation for proposals, and if not destroyed by testing, will upon written request within any deadline stated in the invitation for proposals, be returned at the Offeror's expense. Samples must be labeled or otherwise identified as specified in the invitation for proposals. SLCC reserves the right to conduct discussions with the Offerors who submit proposals determined to be reasonably susceptible of being selected for award, followed by an opportunity to make best and final offers pursuant to UCA § 63G-6a-707.5, but proposals may be accepted without discussions. Evaluation Administrative and Mandatory Minimum Requirement Compliance Each proposal received shall be evaluated as outlined in this RFP and the Utah Procurement Code. To be responsive and responsible Offerors must review and respond to the following sections of this RFP: prerequisites, buyer attachments, questions, and items (if applicable). Offerors must review each section carefully. To determine which proposal provides the best value to SLCC, the evaluation committee shall evaluate each responsive and responsible proposal that has not been disqualified from consideration under the provisions of Part 7 of Utah Code 63G-6a, using the criteria described in this RFP. After the evaluation and final scoring of proposals is completed, SLCC shall award the contract as soon as practicable (subject to the requirements of Utah Code Section 63G-6a-708) to the eligible responsive and responsible Offeror , subject to Utah Code Section 63G-6a-709(2), provided the RFP is not canceled in accordance with Utah Code Section 63G-6a-709(2)(b). Required to View Event Prerequisites Required to Enter Bid 20 March 2024 1. All questions must be submitted through U3P (Jaggaer/SciQuest) during the Question and Answer period. 2. Offeror must guarantee its pricing for the period described in this RFP. 3. Proposals shall remain valid for a minimum of 120 calendar days. 4. Any Offeror requesting that part of its proposal be protected shall include with the proposal a Claim of Business Confidentiality. 5. The proposed Statement of Needs has been attached to this RFP. 6. To determine which proposal provides the best value to SLCC, the evaluation committee will evaluate each responsive and responsible proposal that has not been disqualified or rejected, using the subjective criteria listed in this prerequisites section. 7. All proposals in response to this RFP will be evaluated in a manner consistent with the Utah Procurement Code and the evaluation criteria in this RFP. Offerors bear sole responsibility for the items included or not included within the proposal submitted by the Offeror. 8. Offeror's cost proposals will be evaluated independently. 9. Contract Period 10. Offeror may take exception and/or propose additional language to the Standard Terms and Conditions that have been attached to this RFP. 11. If it is determined to be in the best interest of SLCC, interviews and presentations may be held at the option of SLCC. 12. The issuing procurement unit may not accept a proposal after the time for submission of a proposal has expired. 13. Responses should be concise, straightforward and prepared simply and economically. 14. Software Accessibility 15. Proposals must be submitted electronically, through U3P. 16. Offeror acknowledges the requirements to submit a proposal through U3P. 17. Please review and certify agreement to Utah Statute 63G-27-102 regarding boycotts. 20 March 202420 March 202420 March 202420 March 202420 March 202420 March 202420 March 2024 Buyer Attachments 1. Statement of Needs.docx 2. Changing your Time Zone 3. SLCC PO Terms and Conditions.pdf 20 March 202420 March 202420 March 202420 March 202420 March 202420 March 2024 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjA4ODI4LTE1NzA0Njk5NzlTdGF0ZW1lbnQgb2YgTmVlZHMuZG9jeA%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjA4ODI4LTU2NjA0NDcyOUNoYW5naW5nIFlvdXIgVGltZSBab25lLnBwdHg%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjA4ODI4LTE0MjYxOTU3MjlzbGNjc3RhbmRhcmR0Y3MucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 Questions Required Questions Group 1: Vendor Information Instructions: 1.1 Please provide your firm's legal company name. 1.2 Please upload a copy of a completed W9 form. 1.3 Please provide your firm's contact information for this contract, including the name, phone number, and email address of your firm's authorized representative. 1.4 Please provide your ordering address and the remit to address. Please clearly identify each address. Group 2: Offeror Declarations Instructions: 2.1 Is Offeror presently or has Offeror ever been debarred, suspended, proposed for debarment, or declared ineligible by any governmental department or agency, whether international, national, state, or local? If yes, Offeror must provide a statement regarding its debarment or suspension. 2.2 Is Offeror, or any of offerors employees, an employee of the State of Utah or SLCC? If yes, the Offeror must list the name and position of each state employee and explain how the potential conflict of interest will be managed.. 2.3 Offeror acknowledges that it must acquire and maintain all applicable federal, state, and local licenses before the contract is entered into. Licenses must be maintained throughout the entire contract period. Persons doing business as an Individual, Association, Partnership, Corporation, or otherwise shall be registered with the Utah State Division of Corporations and Commercial Code. NOTE: Forms and information on registration may be obtained by calling (801) 530-4849 or toll free at 877-526-3994, or by accessing: www.commerce.utah.gov. 2.4 Does Offeror have an outstanding tax lien in the State of Utah? If yes, Offeror must provide a statement regarding its debarment or suspension. Group 3: Proposal Response Instructions: 3.1 FILE ONE – LETTER OF TRANSMITTAL The Letter of Transmittal accompanying this RFP shall be in the form of a standard business letter and shall be signed by an individual authorized to legally bind the offeror. It should include the statements listed in the attached file. 3.2 FILE TWO – TECHNICAL PROPOSAL The Technical Proposal must contain a specific response to the Statement of Needs. It should be formatted in accordance with the attached file. 3.3 FILE THREE – COST PROPOSAL The offeror must submit a cost proposal allowing costs to be evaluated independently of the technical proposal. Costs and pricing information should not be included in the technical proposal, but should be submitted separately as a cost proposal. Proposals that include costs or pricing information in the technical proposal may be disqualified. The cost proposal should include line-item detail. The cost proposal should include: 1) the annual cost for the initial contract period (2-years) and the additional three renewal periods; 2) detailed cost for implementation; 3) training costs; 4) travel costs (if applicable); and 5) line-item cost for any proposed equipment, add-ons, etc. In addition to the main cost proposal, vendors may propose alternate contract periods that would provide SLCC with additional cost savings. 3.4 FILE FOUR – SAMPLE CONTRACT/AGREEMENT If the offeror has any contractual documents, in whole or in part, to comprise a portion of the final governing language of any agreement arising from this RFP, including maintenance agreements, a copy of that agreement must be submitted with the proposal. See the attached document for additional information. 20 March 202420 March 202420 March 202420 March 202420 March 2024 3.5 FILE FIVE - FINANCIAL RESPONSIBILITY The offeror must demonstrate that its organization and any material subcontractors are in sound financial condition and/or that appropriate corrective measures are being taken to address and resolve any identified financial problems. The offeror shall submit documentation of its financial condition by providing one of the following: 1.A Business Information Report supplied by Dun & Bradstreet. 2.Audited financial statements for the two most recent fiscal years. 3.Other information available in the ordinary course of business which demonstrates the offeror’s financial stability. All information provided by the offeror as evidence of financial responsibility will be considered confidential and will not be disclosed by SLCC to any party other than the evaluation committee, except as required by law or upon receiving written consent by the offeror. 3.6 FILE SIX – REDACTED COPY If the offeror submits a proposal that contains information claimed to be business confidential or protected information, the offeror MUST submit a redacted version of the proposal for public release, with all protected business confidential information either blacked-out or removed, clearly marked as "Redacted Version.” Group 4: Software HECVAT and VPAT Instructions: 4.1 Provide a completed, current Higher Education Community Vendor Assessment toolkit questionnaire (HECVAT) (https://library.educause.edu/resources/2020/4/higher-education-community-vendor-as sessment-toolkit) 1. Complete HECVAT Triage used to determine which full HECVAT to use. 2. Complete appropriate Full, Lite, or On-Premises version(s) used depending on your solution. 3. Submissions will be reviewed for appropriate aspects of HECVAT, including: a. Documentation b. PCI Compliance and Level c. Adherence to Industry Security Practices d. Data Loss Prevention e. Disaster Recovery f. Vulnerability and Patch management 4.2 Please provide an Accessibility Conformance Report (ACR) updated within 18 months of the RFP review date. Report must be a Voluntary Product Accessibility Template (VPAT): 1) revised 508 Report with feature and exception descriptions as necessary; 2) Most recent WCAG Conformance Report with feature and exception descriptions as necessary In the absence of an ACR, describe in detail system features and functionality as they apply to keyboard-only usability, color contrast, and supports for assistive technology like screen readers and refreshable braille displays. For incomplete, out-of-date, or alternative forms of documentation, provide a timeline of accessibility review/update for compliance prior to the software agreement date. 4.3 The attached document contains a provision that will be added to the software contract. Please review and agree. If you do not agree, please provide alternate language. 20 March 202420 March 202420 March 202420 March 202420 March 2024 Product Line Items Product Line Items There are no Items added to this event. 20 March 202420 March 202420 March 202420 March 2024 Service Line Items Service Line Items There are no Items added to this event. 20 March 202420 March 202420 March 2024

195 N 1950 W, Salt Lake City, UT 84116, United StatesLocation

Address: 195 N 1950 W, Salt Lake City, UT 84116, United States

Country : United StatesState : Utah

You may also like

PARKING HARDWARE, SOFTWARE & MAINTENANCE

Due: 07 May, 2024 (in 9 days)Agency: Department of Enterprise Services

Parking Management Systems

Due: 07 Oct, 2025 (in 17 months)Agency: Sourcewell (formerly NJPA)

BPA TASK ORDER FOR PARKING SPACES AT RONALD REAGAN BUILDING

Due: 30 Sep, 2024 (in 5 months)Agency: OFFICE OF THE SECRETARY

Please Sign In to see more like these.

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