Southeastern Community Action Partnership

SCAP, Inc. Reports – Careers – Contact – Press Room

Southeastern Community Action Partnership, Inc.

405 N. Elm St.

P.O. Box 1025

Lumberton NC 28359

910-277-3500

 

Request for Proposal (RFP)

Download a copy of the RFP here.

Background: Southeastern Community Action Partnership, Inc (SCAP) is a (501) (3)(c) agency funded through federal and state grants.  Our Administrative Office is located at 405 N. Elm Street, Lumberton NC 28358. SCAP as a community action entity provides services in Bladen, Brunswick, Columbus, Hoke, Pender, Robeson, and Scotland Counties. 

 

The mission of SCAP is to improve and empower the lives of the people we serve. Our vision is that everyone overcomes adversity to achieve a sustainable future. 

 

The purpose for this Request for Proposal (RFP) is to solicit proposals from qualified Vendors to perform a complete Network Infrastructure upgrade for Southeastern Community Action Partnership (SCAP).  SCAP is seeking proposals that include all elements of the design, build, install, provisioning, and some aspects of the technical support for the network that connects all SCAP hardware and software tools.  

Vendor proposals should include:

  • A proposed network designs.
  • Quotes for the purchase, test, installation, initial provisioning, and warranty maintenance of the network equipment which are included in the proposed network design.  
  • A specification and quote for the construction and/or lease of the layer one infrastructure (fiber, fixed wireless, or alternative transport medium) that will interconnect county government sites. 
  • A specification and quote for the operation and maintenance of the infrastructure (fiber, fixed, wireless, or alternative transport methods)

A specification and quote for the emergency maintenance, repair, or replacement of the network equipment.  This can be included in the warranty maintenance section of the equipment proposal. Proposals from a single Vendor or from multiple Vendors working as a team will be considered. The preference of SCAP is to award a single contract to one vendor solution and provide a single point of contact for management of this Equipment and Network Infrastructure upgrade. The Vendor(s) will also be required to have qualified / certified network security staff assigned to this project and have experience (within the last 3-5 years) performing network design and implementation for businesses and agencies of similar size or larger to SCAP.

SCAP Technology Environment: SCAP has approximately 200+ PCs and laptops and 4 servers. SCAP network consists of 18-20 locations that are standalone sites with no site-to-site IPsec VPNs. We currently use NETGEAR series switches that are end-of-life, Sharp MFP printers, Dell OptiPlex desktop, Dell Laptops, Lenovo Laptops, and HP Laptops models ranging from 5 to 8 years of age. SCAP is currently using Zultys IP phones at some locations. The standard operating systems are Windows 10 Pro 64-bit and Windows 11 Pro 64-bit for all workstations. Server locations are split between 2 sites: 

  • 3 Main Office – Lumberton, NC
  • 1 Section 8 Office – Laurinburg, NC 

 

Project Overview: In addition to life-cycling equipment components at end-of-life (EOL), the proposal needs to upgrade SCAP network topology from separate flat networks to STAR topology. Proposals and the associated installation sequence/timeline shall be structured to provide SCAP with the most favorable pricing and the least amount of disruption to SCAP services while maintaining adequate security. 

A successful vendor proposal will include:

  • All ordering, delivery, and warehousing of equipment is the sole responsibility of the selected vendor.
  • Furnishing, installation, testing, and configuration of selected network components. The vendor is required to provide post testing to SCAP prior to final acceptance of the equipment and configuration. This description should include adherence to the security, VLAN, QoS, diagram, and logistics standards set forth by SCAP. 
  • QoS controls guarantee bandwidth allocation and prioritization for mission critical application traffic, de-prioritization of less critical network traffic, and VoIP capability.
  • Necessary, scalable network capacity to support future technologies including hybrid cloud services and internet bandwidth transfer support of 1 Gb – 10 Gb network traffic.
  • Network resilience with 99.99999% uptime
  • Detailed bill of materials (BOM) of equipment and services to upgrade the entire system of all buildings at all locations. Each location should have its own line item for all hardware within the proposal. 
  • Spare parts inventory that supports an appropriate balance of downtime risk, investment cost, and procurement latency of warranty replacement components. SCAP requires at least two complete spare switches (including cables and modules) for any switch model listed in the network design. SCAP also desires vendors to carry replacement inventory of any switches in the network design within a four-hour drive of SCAP Locations.
  • A specification and quote for the construction of all infrastructure (fiber, fixed wireless, or alternative transport method) that will interconnect SCAP sites.
  • A specification and quote for the emergency maintenance, repair, or replacement of the network equipment. This can be included in the warranty policy section of the equipment proposal.
  • Diagrams, in printed and electronic formats, of physical network interconnections 
  • Diagrams, in printed and electronic formats, of logical network interconnections

The proposal will include the following SCAP locations 

Hoke HS Center

366 Thomas Drive Raeford NC 28376

Hoke NSC

366 Thomas Drive Raeford NC 28376

Red Springs HS Center

931 W. 3rd St. Red Springs NC 28377

Rennert Head Start

8986 Rennert Rd Lumberton, NC 28340

Mt. Olive HS Center

5465 Silverspoon Rd. Whiteville NC 28472

Whiteville NSC

425 So. Lee St Whiteville NC 28472

Brunswick NSC

143 Holden Beach Rd., Suite 5 Shallotte, NC 28459

Longwood HS Center

7360 Mt. Zion Rd. Longwood NC 28452

Piney Grove HS Center

71 N. Piney Grove Rd., Unit 1 Bolivia NC 28422

Laurinburg HS Center

710 Corona Ave. Laurinburg NC 28352

Maxton HS Center

613 E. Rockingham Rd. Maxton NC 28364

Pembroke HS Center

1509 Union Chapel Rd Pembroke NC 28372

Section 8 HUD Office & CSBG

915 S. Main St., Suite Suit H Laurinburg NC 28352

Greengrove Head Start

2583 East McDonald Road Fairmont NC 28340

South Robeson HS Center

1832 Marion Stage Rd. Fairmont NC 28340

Allenton Head Start

826 Lamb Rd. Lumberton, NC 28358

Lumberton CSBG

4721 Fayetteville Rd., Suite B Lumberton NC 28358

Main Administrative Office

405 and 407 N. Elm St. Lumberton NC 28359

Elizabethtown HS Center

601 David St. Elizabethtown NC 28337

Elizabethtown NSC

106 West Broad Street Elizabethtown NC 28337

Pender CSBG

112 South Dickerson Street Burgaw, NC 28425

RFP Official Contact: Upon release of this RFP, all Vendor communications concerning the overall RFP should be directed to the SCAP contact listed below. Unauthorized contact regarding this RFP with other SCAP employees will result in disqualification. Any oral communications will be considered unofficial and non-binding on southeastern Community Action Partnership. Vendors should send all proposals to the following contact: 

Name: Al Jackson – IT Consultant

Address: 405 N. Elm Street Lumberton, NC 28358 

Email: scapadmin@scapnc.org

 

Project Deadlines: Project must be completed in 10 – 12 weeks or two locations per week minimum.

Deadline for Proposals: Proposals must be received by 5:00 P.M. EST on Friday, November 17th, 2023. Vendors are required to prepare and submit, at their own cost, one signed, original proposal. Submissions must include the Vendor’s full response including all attachments, product services, and specifications. Proposals sent via electronic mail are acceptable and must be sent in PDF format and received by the published deadline. Proposals sent via Postal Service must arrive by the published deadline to be considered.

 

Questions Regarding the RFP: Requests for clarification are encouraged. Vendors who request a clarification of the RFP requirements must submit written questions to the RFP official contact by 4:00 PM EST. Responses to all questions submitted will be addressed in a first come first serve method. SCAP reserves the right to deny access to any information requested by any individuals or companies that cannot authenticate as a legitimate contractor or business. This is not a process to deny any business from responding to the RFP, but to ensure that the information remains only in the hands of qualified bidders and limit risk.

 

Confidential and Proprietary Information: Vendors must understand that information and other materials submitted in response to this RFP or in connection with any contract because of this RFP may be subject to confidentiality agreements from federal agencies both private and public records. Therefore, requests for trade secrets or proprietary information or materials are discouraged. Any confidential information required to complete work related to this RFP will be discussed in person before agreements can be made. 

Worksite Examination: Vendors are required to walk through the worksites of each location before the start of work to ensure proper cost estimates are as close as possible to proposal cost estimates. Failure to do so will not relieve the successful Vendor from providing any product or performing any labor or services that may be required to carry out the intent of the contract and / at no additional cost to SCAP. Respondents should contact AL Jackson, IT Consultant, scapadmin@scapnc.org to schedule site walkthroughs.

Proposal Preparation: The proposal must provide a summary of the firm’s qualifications to perform the duties outlined in the requested services section. A complete proposal should include the following sections and statements: 

  1. Cover Letter 
  2. a) Proposal may be released in total as public information in accordance with the requirements of the laws covering same. (Proprietary information must be clearly marked)
  3. b) Proposal and cost schedule shall be valid and binding for three hundred and sixty (360) days following proposal due date and will become part of the project that is negotiated with SCAP. 
  4. c) Name, title, address, e-mail address, and telephone number of the person or persons to contact who are authorized to represent the firm and to whom correspondence should be directed. 
  5. d) Proposals must state proposer’s federal and state taxpayer identification numbers
  6. Proposal Summary 
  7. General Supplier Information
  8. Scope of Services. The scope of services section should include the following: 
  9. The scope should include development and design objectives for SCAP network design. The objectives must be defined sufficiently to direct network designs for 10 years and will include such objectives as increased reliability of SCAP administrative computing functions and data storage, increased protection against cyber security threats, increased accessibility, flexibility, and expansion, increased use of cloud-based services and enhanced network security for all business standards. 
  10. A detailed view of the tasks included in the current network assessment; the new network design, network construction, and network equipment acquisition/provisioning. 
  • A timeline for the current network assessment 
  • A timeline for the new network design 
  • A timeline for test and eventual turnover of the infrastructure/transport method to SCAP
  1. The transport medium fiber/fixed wireless or other transport medium proposed to service each SCAP location. 
  2. The terms and conditions of access to the transport medium used to serve each location, namely will the transport medium be:
  • Built for and owned by SCAP.
  • The timeline for order, receipt, test, and installation of the equipment necessary to provision the new SCAP Network.
  • The scope of work included the ongoing maintenance and operation of the transport medium. 
  • The scope of work included in the ongoing technical support of the network equipment. 

5) Price Proposal 

6) Customer Reference 

7) Examples of Prior Work 

8) Key Project Staff Background Information 

NOTE: In addition to the included forms, Vendor must provide at least one example report from previous similar work. Sensitive customer information may be redacted if necessary.

Proposal Preparation Costs: The Vendor is responsible for all costs incurred by the Vendor or their subcontractors in responding to this request for proposal.

Right to Request Additional Information: SCAP reserves the right to request any additional information, which might be deemed necessary after the completion of this document.

Ownership of Responses: All materials submitted, including but not limited to proposals, attachments, and supporting documents shall become the property of SCAP and will not be returned.

Selection Criteria:

Vendors will be evaluated based on the following selection criteria.

Compliance to Specifications 

  • Submission deadline compliance. 
  • Proposal format. 
  • Completeness of information supplied.

Experience: 

  • Success with similar projects. Vendor should include references from past customers within a 2 year period and their contact information. 
  • Experience with similar tools and applications. 
  • Pertinent experience, qualifications, certifications, and past performance of proposed personnel that will be directly involved in providing services, including Subcontractors. 
  • Experience in similar government environments. 
  • Ability to provide timely on-site services, problem resolution, and telephone support. 
  • Overall capacity of Vendor to successfully provide the required services. 
  • Credentials of installation team members.

Proposal Price and Value:

  • Alignment of response to needs. 
  • The flexibility to stage implementation to minimize disruption. 
  • The ability of equipment to interoperate with existing systems or those of a different manufacturer should one vendor offer products that fill the requirements better and provide more features. 
  • Management system features. 
  • Comprehensiveness of reporting. 
  • Cost 

Federal or State Sales, Excise or Use Taxes, and Permits: Vendors shall include all applicable taxes (Federal, State, and Local) in the proposal price. Vendors shall be responsible for obtaining any applicable permits should their proposal include special construction.

 

Selection Process:

  • SCAP leadership will evaluate, and rate proposals based on the written information provided in the proposal. 
  • A selection of recommended Vendors will be contacted and given the option to present their proposal at a regular meeting of the SCAP leadership team.  
  • Based on the written proposal and presentation, the SCAP leadership team will select a winning bidder.

 

Right of Refusal: SCAP reserves the right to reject any or all proposals, either in whole or in part, or to waive any informalities or irregularities therein that are in the best interest of SCAP. SCAP also reserves the right to postpone or cancel the award or execution of a contract for any reason prior to contract execution and during contract execution if SCAP feels the vendor / contractor is performing in bad faith. 

 

Turnkey Solution and Right to Negotiate Price: The proposal price will be the total dollar amount of all services, materials, taxes, shipping, travel/lodging/meals, and labor described herein inclusive of warranties and shipping. The proposal amount is to be held firm for at least 365 days (12 months) from the proposal opening date.

All prices quoted must include:

 

  1. All costs related to the completion of the current network assessment and completion of the proposed new network design. 
  1. All costs of the proposed equipment necessary to make the system specified fully operational for the intended function and purpose stated herein. 
  • All costs related to network design and engineering of the equipment. 
  • All costs related to the order, receipt, storage, test, installation, provisioning, and transition from current network to new network. 
  1. All costs in fiber/fixed wireless or other transport medium construction or lease. If SCAP will own the transport medium that creates the SCAP network. Costs should include: 
  • All labor and materials. 
  • All permitting, pole attachment fees, easement fees. 
  • All project management costs. 
  • All engineering costs including any environmental assessments. 
  • All other costs related to construction preparation, construction planning, and construction work. 
  1. All costs involved in any lease of fiber/fixed wireless or other transport medium if a third-party will own the proposed transport medium and will lease the transport medium to SCAP. 
  1. All costs related to ongoing maintenance of the transport medium to each site for at least the first year of operation.
  1. All costs related to ongoing technical support of the network equipment for at least the first year of SCAP ownership. 
  1. All costs of other activities proposed by the vendor as part of this project. SCAP reserves the right to negotiate all final terms of the proposal, including price.

SCAP reserves the right to negotiate all final terms of the proposal, including price and contract verbiage. 

 

Scope of Work: 

 

  • Phase 1 will be the preparation phase for implementation of the new network. This phase will include a well-defined process for decommissioning of the current network and transition to the new network. All decommissioning work should describe the transition of equipment and services (including voice, firewall, printing, data, and other security) from the previous network environment to the new network environment. Note: All Sites will require a full detailed walkthrough before Phase 2 can begin. 
  • Phase 2 will be engineering, design, and construction of the new network transport design. For the new network environment, SCAP proposes that the following network equipment or equivalent makes and models be considered for use in the new network design: Ubiquiti Networks products are highly preferred. 
  • Phase 3 will involve ordering, receiving, preparing, and deploying the core switching, including any outside construction preparing and deploying distribution switches and devices, including support for a VoIP phone system, preparing, and deploying the access point devices and performing server, printers, and workstation cutover to new network infrastructure, and training SCAP personnel to manage and maintain new network infrastructure. If the subnet changes due to implementation of the new network the vendor will be solely responsible for reconfiguration of all hardware. This includes but is not limited to PCs, Servers, Printers, and any network connected device.

 

SCAP expects that proposals in response to the RFP will include, at a great level of detail, a new network design including equipment, transport medium/infrastructure, and ongoing maintenance and operations. SACP also understands that there will be a period of discussion between SCAP and the awarded vendor where design modifications that do not significantly impact quoted costs will be undertaken. This phase of work will cover these discussions. 

 

Currently, each SCAP facility contains its own flat network or networks. There are no interconnections between facilities. The telephone systems are based on either AT&T, Spectrum, and Zultys IP phones. 

 

Considerations to review in the Discovery phase include:

  • Physical copper cables
  • Network readiness for VoIP Services 
  • Network readiness for future security camera services over IP
  • Network resiliency

Equipment Feature Guidelines:

 

Switch & Router minimum Features Required: 

  • DHCP Snooping
  • ARP Protection/Inspection
  • Stacking Capability
  • GUI Management
  • Layer 2 Encryption (MACSec) on all Distribution layer
  • Layer 3 Encryption (IPSec) on all Core layer
  • Quality of Service (QoS) controls for VoIP

Wireless minimum Features Required: 

  • Frequency Bands: 2.4 GHz and 5 GHz
  • Data speeds: 1GB (2.4 GHz) and 5 Gbps (5 GHz)
  • Security: WEP, WPA, WPA2, WPA3
  • Roaming: 802.11r fast roaming
  • Range: Up to 100 meters (330 feet)
  • Battery Life: Up to 12 hours (2.4 GHz) or 8 hours (5 GHz)
  • Certifications: Wi-Fi Alliance, FCC, CE
  • Wi-Fi Alliance certification: Ensures that the device meets the latest Wi-Fi standards and is compatible with other Wi-Fi devices.
  • FCC and CE certifications: Ensure that the device complies with the applicable radio frequency and safety regulations in the United States and Europe.
  • Dual-band support: Allows for simultaneous connections to both the 2.4 GHz and 5 GHz bands, which can improve performance and reliability.
  • Fast roaming: Allows for seamless handoffs between access points, which is important for devices that are constantly moving.

 

Firewall minimum Features required: 

  • Filter network traffic based on IP address, port number, protocol, and other criteria.
  • Allow or deny traffic based on a set of rules that are defined by the organization.
  • Log all network traffic that passes through the firewall.
  • Provide intrusion detection and prevention capabilities.
  • Be able to be managed remotely.
  • Be scalable to meet the needs of the organization.
  • Be compatible with the organization’s existing network infrastructure.
  • VoIP compatibility controls

 

Install, Configuration, Test, and Deposal / Decommissioning

 

  • Hardware Installation: Perform precise and efficient hardware installations, adhering to industry best practices and safety guidelines with minimal disruption to SCAP operations during these procedures.
  • Configuration: Perform efficient configurations of all equipment and software required to bring a complete system online. This includes all cabling, hardware, and software.
  • If the subnet changes to the any location subnet, the vendor will be responsible for all configuration changes related to the new subnet, this includes but limited to items such as Printers, Computers, Video walls, and servers. 
  • Testing: To verify that the Cat6 and fiber cables installed for the network replacement meet the performance requirements of ANSI/TIA/EIA 568-C.2 and ANSI/TIA/EIA 568-C.3. 
    • Cat6 cables shall be tested using an automated test set that is capable of testing for the following parameters:
    • Continuity
    • Length
    • Wire map
    • Next pair attenuation (NEXT)
    • Power sum near-end crosstalk (PSNEXT)
    • Return loss (RL)
    • Insertion loss (IL)

ALL WIRING SHALL BE TESTED AND A PDF REPORT PROVIDED TO SCAP PERSONNEL.

  • Acceptable results for the tests listed in the test requirement above include:
  • Continuity: All conductors in each cable pair shall be continuous.
  • Length: The actual length of each cable shall be within ±10% of the specified length.
  • Wire map: The wire map of each cable shall match the desired wiring standard.
  • NEXT: The NEXT attenuation between each cable pair shall be greater than 35 db.
  • PSNEXT: The PSNEXT attenuation between each cable pair and all other cable pairs shall be greater than 45 db.
  • RL: The return loss at each connector shall be greater than 15 db.
  • IL: The insertion loss at each connector shall be less than 1.0 db.
  • Attenuation: The attenuation of each fiber optic cable shall be less than the specified value.
  • Splice attenuation: The attenuation of each fiber optic splice shall be less than the specified value.
  • Decommissioning / Disposal: Vendor will be responsible for the retirement of all current outdated hardware and software replaced as well safe Disposal that follow all environmental laws and requirements. Vendor must provide to SCAP a recycling certificates of disposal to ensure SCAP is compliant with United States EPA regulations.

 

Training

Provide the cost for the following onsite training time:

  • 24 hours (3 business days) training on switching infrastructure management.
  • 8 hours (1 business day) training on firewall administration.
  • 8 hours (1 business day) training on monitoring tools.
  • 8 hours of on-call training support for each area.

 Deliverables (PDF and Source Files)

Provide the following documents:

  • Spreadsheet of all usernames, passwords, IP addresses, serial numbers, and location of installed equipment.
  • Drawings – As-Built Equipment Rack Elevations
  • Drawings – As Built Physical Network Topology
  • Drawings – As-Built Logical Network Topology

Budget & Schedule:

Schedule:

All Vendors must provide a project schedule each week for all work completed and outstanding. Failure to do so SCAP reserves the right to pause work until a fully detailed report is provided outlining all outstanding work and work that has been completed. 

Invoicing:

The winning Vendor will be paid on a per site basis for services completed. The invoice will include a progress report and a billing report showing hours billed by individual hourly rates, labor subtotal, and other expenses. These expenses will be summarized per task and must support the budget summary in the progress report.

Additional Information:

Depending on the circumstances, SCAP may require information related to the qualifications, experience, and availability of Vendors who are proposed to provide services. This may include, but is not limited to, the Vendor’s income statement and balance sheet for each of the two most recently completed fiscal years certified by a public accountant, resumes, documentation of accreditation, and/or letters of reference. Any personal information that is requested from this RFP by SCAP shall only be used to consider the qualified individuals to undertake the project/services and to confirm that the work performed is consistent with these qualifications. It is the responsibility of the Vendor to obtain the consent of such individuals prior to providing the information to SCAP. SCAP will assume that the appropriate consents have been obtained for the disclosure to and use by SCAP of the requested information for the purposes described.

Governing Law: This RFP and the response shall be governed by the laws of the State of North Carolina.

Purchase Equipment: All equipment purchased for SCAP must be purchased from a verified and certified dealer. A certified dealer is a company that has been authorized by the manufacturer to sell and service their equipment. Proof of purchase must be provided for all equipment purchased. This includes the original invoice from the certified dealer, as well as any other documentation that may be required by the manufacturer. Equipment that is not purchased from a certified dealer or that does not have proof of purchase will not be accepted. Refurbished equipment will not be accepted under this agreement. 

Proof of Purchase: Proof of purchase must include the following information:

  • The name of the certified dealer
  • The date of purchase
  • The model number of the equipment
  • The serial number of the equipment
  • The total cost of the equipment

 Any vendor who violates this agreement will be subject to the following:

  • The equipment will be rejected.
  • The vendor and SCAP contract agreement will be voided, and all work be terminated. The vendor will be subject to legal action for any outstanding work remaining and all paid funds for work not completed or equipment not received will require a full refund to SCAP.

 

Dead on Arrival (DOA) Equipment:

 

DOA equipment is equipment that is received and does not work properly. If DOA equipment is received, it must be returned to the manufacturer or dealer for replacement. The vendor is responsible for all costs associated with the return and replacement of DOA equipment.

 

Insurance Requirements: 

The contractor shall always maintain in effect during the performance under this contract all specified insurance coverage with insurers. None of the requirements as to types and limits to be maintained by Contractor are intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by Contractor under this contract. SCAP shall not maintain any insurance on behalf of the Contractor. Subcontractors are subject to the same insurance requirements as Contractor, and it shall be the Contractor’s responsibility to ensure compliance of this requirement. The contractor shall carry and maintain in effect during the performance of services under this contract insurance in compliance with the State of North Carolina. Proof of insurance will also be required before a signed agreement between the winning bidder and SCAP, the winning vendor will also be required to show proof of all subcontractors before work can begin for said subcontractor company. 

 

Conflict of Interest:

Any bidder who believes a conflict of interest may exist in responding to the Request for Proposals shall.

So, state that conflict as part of the bid submission. SACP reserves the right to reject said bid based

on its conclusion that a substantive conflict exists.

 

Company Background Information:

SCAP requires the vendor to be a reputable company of strong financial standing and demonstrated expertise in the evaluation and review of government, public, and Non-Profit sector projects, and programs. The vendor’s proposal must provide the information requested. If the proposer is a joint venture, or if any portion of the services are provided by a subcontractor, information about the prime contractor and the subcontractors must be submitted separately. Primary vendor shall not assign subcontractors, delegate, or otherwise transfer any of the rights, duties, or obligations of the final agreement to any third party without the prior written consent from SCAP and compliance with the requirements set forth. The information to be provided for the proposer/prime contractors is as follows:

  1. Subcontractor name and address.
  2. Federal tax identification number.
  3. The type of legal business entity, and the state(s) were the business entity is authorized and licensed to do business. If incorporated, identify the state in which incorporated.
  4. A short narrative of the subcontractor’s organization, including:
  • organization charts and indication of company officers were applicable.
  • Principal type of business, including all major lines of business.
  • Total number of years in business.
  • Number of years providing services similar in size and scope to those requested in this RFP.
  • Number of times in the previous two (2) years this subcontractor has been used as a subcontractor for providing services similar in scope to those requested in this RFP. Describe subcontractors role for each engagement listed.
  • A profit and loss statement and balance sheet, reviewed in accordance with AICPA reporting standards for the subcontractor’s last three (3) fiscal years. If a subcontractor is privately owned, this information will be kept confidential by the AOC.

Warranty Agreement for all Network Upgrade Services: 

  • The warranty shall be in effect for a period of one (1) year from the date of completion of the network upgrade services.
  • The Warranty covers all defects in materials and workmanship of the network upgrade services provided by Vendor.
  • Vendor shall repair / replace all and any defective materials or workmanship covered by the warranty. Vendor shall perform all warranty work within 72 hours after receiving notification of the issue from SCAP.

Termination: 

  1. SCAP may terminate the final Agreement, in its sole discretion, without cause and for any reason upon seven (7) days’ written notice to Vendor, such termination effective upon delivery of such termination notice. Vendor’s sole compensation shall be for that portion of the services performed to the date of termination; Vendor will be responsible for reimbursable expenses SCAP encounters due to termination. SCAP will not be obligated to pay Vendor for any services or expenses not authorized by SCAP. 
  2. The final Agreement will terminate automatically in the event of: (i) the bankruptcy or insolvency of either party; (ii) the death or total incapacity of Vendor; or (iii) failure to comply with federal, state, or local laws, regulations / requirements, and underperformance of job duties agreed.  
  1. Termination in Event of Material Breach without limiting any of the rights specified in this section, SCAP may terminate the final agreement if the vendor is in breach of materials obligated under this agreement. 

45 CFR 74.13 – Debarment and suspension Recipients are subject to the non-procurement debarment and suspension common rule implementing E.O.s 12549 and 12689, “Debarment and Suspension, “45 CFR part 76. This common rule restricts sub-awards and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. 

This certification is required by the regulations implementing E.O.s 12549 and 12689, Debarment and Suspension, 45CFR part 76.

  1. The prospective recipient of Federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by and Federal department of agency.
  2. Where the prospective recipient of Federal assistance funds is unable to certify any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 

Leave a Reply

Your email address will not be published. Required fields are marked *