ST. TAMMANY PARISH SCHOOL BOARD COVINGTON, LOUISIANA
REQUEST FOR PROPOSALS
ON VOIP TELEPHONE SERVICE INCLUDING LONG DISTANCE
1. Written proposals will be received until 4:00 p.m. on Monday, April 26, 2021. All
proposals shall be either hand delivered or sent by registered, certified mail, UPS or FedEx with a return receipt requested to the St. Tammany Parish School Board Office, 321 N. Theard Street, Covington, Louisiana 70433, in a sealed envelope clearly marked on the outside “REQUEST FOR PROPOSALS ON VOIP TELEPHONE SERVICE – APRIL 26, 2021”. All proposals arriving after the above date and hour will be returned unopened to the proposers.
2. The St. Tammany Parish School Board offices located at 321 N. Theard Street,
Covington LA are currently closed to the public per Louisiana Governor’s Proclamation Number JBE 2020-30. Sealed proposals will be received in the drop box on the south side of the School Board Offices (23rd Avenue side). The drop box will be checked at 4:00 p.m. on Monday, April 26, 2021. Proposals should be hand delivered or sent by registered or certified mail, UPS or FedEx to this drop box or submitted electronically. Please find bid related materials and place electronic bids at www.centralbidding.com.
3. Proposals submitted will be evaluated by a committee consisting of at least three (3)
members appointed by the St. Tammany Parish School Board Superintendent. During the evaluation process, the evaluators may, at their discretion, request any one or all firms/individuals to make oral presentations. Such presentations will provide firms with an opportunity to answer any questions the evaluators may have on a firm’s proposal. Not all firms may be asked to make such oral presentations.
4. An original, four (4) copies and an electronic copy shall be submitted. The enclosed
Proposal Information Form must be completed and signed by a company official duly authorized to sign proposals/contracts. This form must be included in your proposal. All costs associated with developing, preparing, copying, and participating in the proposal process are entirely the responsibility of the proposer. The St. Tammany Parish School Board will not in any way be responsible for any costs incurred by prospective proposers.
5. The successful bidder must be authorized by the Secretary of State to do business in
Louisiana pursuant to applicable law. Documentation of such authorization must be provided if requested by the St. Tammany Parish School Board.
6. Per Louisiana R.S. 38:2237.1, the attached affidavit for compliance with Section 889(a)
of the Fiscal Year 2019 National Defense Authorization Act must be completed, notarized and returned with your proposal.
St. Tammany Parish
Public School System
Request for Proposal (RFP)
VOIP TELEPHONE SERVICE INCLUDING LONG DISTANCE
2021
2
OBJECTIVE
St. Tammany Parish Public School System is seeking proposals from vendors to provide VoIP services including Long Distance and provide a solution to convert analog facilities lines to another service for 71office and school site locations. The objective is to provide VOIP Services and have the solution installed and operating by July 1, 2021. FINANCING
The vendor will provide a contract, which includes this RFP, to St. Tammany Parish Public School System. The contract will include complete pricing and beginning and ending service dates. If for any reason the School System should lose funding from any source, including approval of the funding budget by the School Board, the School System is only responsible for the work completed at the time of the funding loss. BACKGROUND
St. Tammany Parish Public School System (STPPSS) presently has a BroadWorks Hosted PBX/IP Centrex in place provided by Uniti Fiber. Our goal is to continue with a Hosted PBX/IP Centrex allowing 4 digit dialing between all schools and office sites. Also the STPPSS has 142 analog facilities lines that are used for elevators, area of refuge, fire and intrusion systems. The analog service is presently provided by AT&T and Uniti Fiber. INSTRUCTIONS TO VENDORS
It is requested that vendors keep their responses concise and to the point, while still providing a complete response to the request. The enclosed Proposal Information Form must be completed and signed by a company official duly authorized to sign proposals/contracts. This form must be included in your proposal. The selection committee will review each response in relation to the evaluation criteria listed in the Request for proposal (RFP). Proposals submitted without the above form will be considered “non-responsive.” The attached affidavit for compliance with Section 889(a) of the Fiscal Year 2019 National Defense Authorization Act must be completed, notarized and returned with your proposal. Failure to comply will cause your proposal to be non-responsive. Questions will be accepted by email to Kim Taylor @ [email protected] until 4:00 PM on Monday, April 19, 2021. Please include a contact name; mailing address, email address and telephone number in your response. EMAIL SUBJECT LINE SHOULD STATE RFP #134 − VOIP TELEPHONE SERVICE INCLUDING LONG DISTANCE 2021 STPSB must receive and stamp at the address below an original, four (4) copies and an electronic copy (i.e., flash drive, USB drive, CD, etc.) of the response document by 4:00 PM on Monday, April 26, 2021. Any proposals submitted after that time will be disqualified and returned unopened. Responses must include the completed Proposal Information Form that is included at the end of the RFP.
3
All proposals should be typed or legibly written and submitted in a sealed envelope clearly labeled on the outside:
REQUEST FOR PROPOSALS ON A VOIP TELEPHONE SERVICE – RFP #134
Proposals delivered to: St. Tammany Parish School Board
Attn: Purchasing Department RFP #134 – VOIP 2021 321 N. Theard Street Covington, LA 70433
INDEMNIFICATION AND INSTITUTION REQUIREMENTS The successful vendor shall agree to indemnify St. Tammany Parish Schools, its Board, its officers and employees against loss or damage (including reasonable attorney’s fees and other costs of litigation) caused by the successful vendor’s negligent acts or omissions or the negligent acts or omissions of the successful vendor’s agents or employees. The successful vendor shall agree to defend any suit against St. Tammany Parish Schools alleging injuries or damages arising out of the service provided; provided, however, that nothing contained therein shall require the successful vendor to defend or indemnify St. Tammany Parish Schools for injuries or damages arising out of the negligence of St. Tammany Parish Schools, its agents, or employees. Contract Law: Any contract and /or purchase order(s) resulting from this RFP will be subject to the laws of the State of Louisiana and all other applicable statutes. The Vendor must consent to and yield to the exclusive venue and jurisdiction of the 22nd Judicial District Court for the Parish of St. Tammany, and waive any and all claims of entitlement to removal of any case from this jurisdiction, including any removal of any claim to any Federal Court, in connection with any proposal. The total contract and/or purchase order(s), will include only the negotiated and executed contract and/or purchase order (s), addendum and the vendor’s response to this request for proposal. Contract Assignment: No portion of the operation or of any negotiated and executed contract and/or purchase order (s) for the solution may be sublet, subcontracted, or otherwise assigned by the vendor without the prior written consent of St. Tammany Parish Schools. The primary hardware/software vendor will serve as the primary contact for all work related to this request. NETWORK SPECIFICATIONS AND SERVICES
St. Tammany Parish School System will require the vendor to design and implement a VoIP Centrex service for 71 sites including long distance along with a solution for analog lines to be used for facility lines (elevator, area of refuge, fire and intrusion systems). The solution for analog lines must meet local jurisdictions, all applicable building codes, State Fire Marshall requirements and NFPA. The specifications which follow must be strictly adhered. Vendors may suggest additional services, but the listed specifications will be considered the absolute minimum.
4
All costs, monthly service, installation, chargeable services and any costs to effect the transition from the current provider (Uniti Fiber) are to be included. Below is a list of sites and their current number of hosted seats. These numbers may change month to month and as such are reasonably close to the actual number of hosted seats. Please describe any price variations. The actual numbers will be provided to the successful proposer upon award. The proposed VoIP System would service the below listed locations: The VoIP System consist of the 1489 Hosted Seats including (88) hosted faxes, eleven (11) Fax to Email at the following 71 locations. One (1) location (RISE Virtual School) currently has 46 soft phones. Although it is anticipated that the School System will close Virtual School at the end of this school year, but the RISE Facility will remain functional. System will also need to have ability to connect to school intercom systems. Forty (40) schools currently have their VoIP phones connected to their analog intercom systems. Those seats are not noted on the below table. However, price for this service must be provided.
SCHOOL/SITE ADDRESS
HOSTED SEATS
EQUIPMENT HOSTED FAX
ANALOG V310 V410 V600 IP6000
Abita Springs Elementary 22410 Level Street Abita Springs, LA 70420
17
10
5
1
0
1
2 Abita Springs Middle 72079 Maple Street Abita Springs, LA 70420
15
8
4
1
1
0
1 Abney Elementary 825 Kostmayer Avenue Slidell, LA 70458
18
12
5
1
0
0
2 Abney Early Childhood 829 Kostmayer Avenue Slidell, LA 70458
8
4
2
1
0
1
2 Alton Elementary 38276 N. 5th Avenue Slidell, LA 70460
13
8
3
1
0
1
2 Bayou Lacombe Middle 27527 St. Joseph Street Lacombe, LA 70445
13
7
3
1
1
1
2 Bayou Woods Elementary 35614 Liberty Drive Slidell, LA 70460
13
8
3
1
0
0
2 Bonne Ecole Elementary 900 Rue Verand Slidell, LA 70458
17
10
5
1
0
1
2 Boyet Junior High 59295 Rebel Drive Slidell, LA 70461
20
11
7
1
0
1
2 Brock Elementary 259 Brakefield Street Slidell, LA 70458
12
7
3
1
0
1
3 Carolyn Park Middle 35708 Liberty Drive Slidell, LA 70460
13
6
5
1
1
0
2 Chahta-Ima Elementary 27488 Pichon Road Lacombe, LA 70445
16
10
3
1
0
1
3 Clearwood Junior High 130 Clearwood Drive Slidell, LA 70458
14
7
4
1
0
1
1
5
SCHOOL/SITE ADDRESS
HOSTED SEATS
EQUIPMENT HOSTED FAX
ANALOG V310 V410 V600 IP6000
Covington Elementary 325 S. Jackson Street Covington, LA 70433
19
10
5
1
1
1
0 Covington High 73030 Lion Drive Covington, LA 70433
37
25
9
1
0
1
3 Creekside Junior High 65434 Hwy. 41 Pearl River, LA 70452
19
13
4
1
0
0
2 Cypress Cove Elementary 540 S. Military Road Slidell, LA 70461
19
13
4
1
0
0
2 Fifth Ward Junior High 81419 Highway 21 Bush, LA 70431
17
10
4
1
1
1
2 Florida Avenue Elementary 342 Florida Avenue Slidell, LA 70458
16
8
4
1
1
1
2 Folsom Elementary 82144 Hwy. 25 Folsom, LA 70437
17
12
3
1
0
0
2 Folsom Junior High 83055 Hay Hollow Road Folsom, LA 70437
15
10
3
1
0
0
1 Fontainebleau High 100 Bulldog Drive Mandeville, LA 70471
38
22
11
1
0
3
4 Fontainebleau Junior High 100 Hurricane Alley Mandeville, LA 70471
25
15
7
1
0
1
3 Honey Island Elementary 500 S. Military Road Slidell, LA 70461
16
9
4
1
0
1
1 Lake Harbor Middle 1700 Viola Street Mandeville, LA 70448
17
10
5
1
0
0
2 Lakeshore High #1 Titan Trace Mandeville, LA 70448
32
19
10
1
0
1
3 Lancaster Elementary 133 Pine Creek Drive Madisonville, LA 70447
20
11
5
1
1
1
4 Lee Road Junior High 79131 Highway 40 Covington, LA 70435
18
9
5
1
1
1
3 Little Oak Middle 59241 Rebel Drive Slidell, LA 70461
16
7
7
1
0
0
2
6
SCHOOL/SITE ADDRESS
HOSTED SEATS
EQUIPMENT HOSTED FAX
ANALOG V310 V410 V600 IP6000
Little Pearl Elementary 63829 Highway 11 Pearl River, LA 70452
9
6
2
1
0
0
3 Lyon Elementary 1615 N. Florida Street Covington, LA 70433
15
7
4
1
1
1
3 Madisonville Elementary 317 Hwy. 1077 Madisonville, LA 70447
17
9
6
1
0
0
2 Madisonville Junior High 106 Cedar Street Madisonville, LA 70447
18
9
5
1
1
1
2 Magnolia Trace Elementary 1405 Hwy. 1088 Mandeville, LA 70448
14
7
5
1
0
0
2 Mandeville Elementary 519 Massena Street Mandeville, LA 70448
13
8
3
1
0
0
2 Mandeville High #1 Skipper Drive Mandeville, LA 70471
34
20
10
1
0
2
9 Mandeville Junior High 639 Carondelet Street Mandeville, LA 70448
22
13
5
1
1
1
2 Mandeville Middle 2525 Soult Street Mandeville, LA 70448
17
11
4
1
0
1
2 Marigny Elementary 1715 Viola Street Mandeville, LA 70448
16
11
4
1
0
0
3 Mayfield Elementary 31820 Highway 190 West Slidell, LA 70460
16
8
4
1
1
1
2 Monteleone Junior High 63000 Blue Marlin Drive Mandeville, LA 70448
17
10
4
1
0
1
3 Northshore High 100 Panther Drive Slidell, LA 70461
31
22
8
1
0
0
3 Project Team West 23636 Sparrow Road Mandeville, LA 70448
19
11
6
0
0
2
0 Project Team East (SPA) 2552 Sergeant Alfred Drive, Slidell, LA 70458
32
0
29
0
0
3
2 Pearl River High 39110 Rebel Lane Pearl River, LA 70452
23
14
6
1
0
1
0 Pine View Middle 1200 W. 27th Avenue Covington, LA 70433
17
8
5
1
1
1
2
7
SCHOOL/SITE ADDRESS
HOSTED SEATS
EQUIPMENT HOSTED FAX
ANALOG V310 V410 V600 IP6000
Pitcher Junior High 415 S. Jefferson Avenue Covington, LA 70433
18
12
3
1
0
1
1 Pontchartrain Elementary 1500 W. Causeway Approach Mandeville, LA 70471
17
11
4
1
0
0
3 RISE Virtual School 23515 Hwy 190 Building D Mandeville, LA 70448
7
1
4
0
1
1
1 Riverside Elementary 38480 Sullivan Drive Pearl River, LA 70452
22
16
4
1
0
0
1 St. Tammany Junior High 701 Cleveland Avenue Slidell, LA 70458
14
6
4
1
0
1
1 Salmen High 300 Spartan Drive Slidell, LA 70458
30
18
7
1
0
3
6 Sixth Ward Elementary 72360 Highway 41 Pearl River, LA 70452
17
11
3
1
0
1
1 Slidell High #1 Tiger Drive Slidell, LA 70458
39
24
10
1
0
3
2 Slidell Junior High 333 Pennsylvania Avenue Slidell, LA 70458
20
11
7
1
0
0
1 Tchefuncte Middle 1530 W. Causeway Approach Mandeville, LA 70471
19
10
5
1
1
1
2 Whispering Forest Elem. 38374 Spiehler Road Slidell, LA 70458
15
9
3
1
0
1
1 Woodlake Elementary 1620 Livingston Mandeville, LA 70448
16
7
6
1
1
1
1 Brooks Curr. Center 2554 Sergeant Alfred Drive Slidell, LA 70458
5
0
4
0
0
1
2 Covington Warehouse 19380 Claiborne Hill Covington, LA 70433
12
0
10
0
0
2
0 Educational Center 71460 Edna Street Covington, LA 70433
50
7
38
0
0
5
1
Harrison Curr. Center 706 W. 28th Avenue, Covington LA 70433
104
0
97
0
1
6
3
8
SCHOOL/SITE ADDRESS
HOSTED SEATS
EQUIPMENT HOSTED FAX
ANALOG V310 V410 V600 IP6000
Information Technology 215 W 17th Avenue Covington, LA 70433
17
0
16
0
0
1
2 Schoen Adm. Complex 321 N Theard Street, Covington LA 70433
122
10
92
4
1
15
3 Slidell Annex 980 Ninth Street Slidell, LA 70458
5
0
4
0
0
1
0 Slidell Child Search 2346 Ciruti Street Slidell, LA 70458
7
0
6
0
0
1
2 Slidell Pupil Appraisal 224 Brakefield Slidell, LA 70458
23
0
22
0
0
1
1 Slidell Support Facility 100 Stone Road Slidell, La 70458
5
0
4
0
0
1
1
Slidell Warehouse 38086 Coast Drive Slidell, LA 70458
12
0
10
0
0
1
0
Transportation Center 68391 James Street Mandeville, LA 70471
16
4
10
0
0
2
0 Treen Technology Center 2024 Livingston Street Mandeville, LA 70448
17
0
14
0
1
2
2 TOTALS
1489
642
639
59
19
88
142
VOIP must provide the following:
- all standard PBX functions - fully integrated enhanced services, such as call centers, conferencing, voice,
video, and fax mail, as well as mobile integration - Integration with IT Applications like Microsoft Outlook
Features should include but not be limited to the following:
- Auto Callback - Automatic Hold/Retrieve - Call Forwarding Always/Busy/No
Answer/Not Reachable - Call Forwarding Remote Access - Call Forwarding Selective - Call Notify - Call Return - Call Transfer
- Call Waiting - Calling Line ID Delivery - Connected Line Presentation - Calling Line ID Blocking - Call Pickup - Conference Calling - Custom Ring back - Do Not Disturb - Extension Dialing
9
- In-Service Call Activation - Last Number Redial - Remote Office - Selective Call Acceptance - Selective Call Rejection - Sequential Ring - Shared Call Appearances - Simultaneous Ring - Speed Dial - Three-Way, N-Way Calling - Two-stage Dialing - Voice Portal Calling - Video Conferencing - Auto Attendant - Call Centers
- Call Intercept - Call Park and Pickup - Calling Group ID Delivery - Calling Plan (Incoming and
Outgoing) - Click-to-Dial Directories - Configurable Feature Access - Hunt Groups - Instant Group Call - Least Cost Routing - Loudspeaker Paging - Multi-site dialing plans - Music on Hold - Series Completion - Voice/Video/Fax Mail - Voice Virtual Private Networking
NOTE: The above listed services may not be used at every site for every phone. Equipment - Vendor must give a variety of equipment choices from basic VoIP Phones to Video Conferencing VoIP Phones. Features should include but not be limited to the following:
- Call Waiting - Keypad - 3-way Conference Call Capability - Speakerphone - Menu Operation - Programmable Button - Built-in web server, BLF status lamps - PoE Support - Display - Headset Connection - Volume Control - Ringer Control
NOTE: Phone equipment will vary at each location. The VOIP service must include, but is not limited to the following:
1. It is imperative that VoIP Services be provided, monitored and managed on a 7x24 hour and 365 (6) day “manned” schedule. On call and, if necessary, on-site service may be required.
2. The vendors must be able to demonstrate redundancy of all systems and circuits.
10
3. The vendors must be able to demonstrate the capacity and an organized plan for capacity above the maximum peak loads of all customers.
4. The vendors must be able to show a presence and success in the local educational
marketplace. Vendor must also have a verifiable history (at least 36 months) of stability and performance.
5. The vendors are responsible for determining and addressing all requirements to
transition from the current vendor(s). The transition must be accomplished without interruption of services.
6. The STPSB requires a 24-month contract with options for a renewal minimum two (2)
additional 24-month terms. Provide detail for price reductions or increases in subsequent years. You must provide a cost that will stay static for 24 months with no changes. Please provide us a copy of your standard agreement or contract.
7. The vendors must be willing to submit all charges by location on one bill electronically
which will be sent to the Central Office of the St. Tammany Parish School Board. A copy of that portion of the bill which is attributed to the individual school must be provided to the individual sites for verification and concurrence.
INSTALLATION PLANS
1. The vendor must provide an installation plan, including site-by-site schedule.
2. The vendor must provide details on subcontractors that will be used during installation.
3. Vendor is required to manage the project installation through to completion.
4. The vendor shall protect all buildings, equipment, personal items, trees, shrubs, lawns
and all landscaping on school property from damage. Any damaged property shall be repaired or replaced at the vendor’s expense. Labor shall be included in all restoration (leveling, sod) of grounds broken up during the installation of this project.
NETWORK MAINTENANCE 1. Provide a detailed Maintenance & Repair Plan for the VoIP network services and
media. In order for the St. Tammany Parish Public School System to purchase the complete system the vendor must offer a complete maintenance plan for that system including a Service Level Agreement (SLA).
2. The Service Level Agreement must provide credit or compensation for any services that are down for more than 48 hours.
3. Describe the process for submitting and tracking service requests and associated
timelines and response times. Describe the flow of your trouble resolution process.
4. The vendor must provide a single point of contact and help desk for ongoing maintenance and troubleshooting of all components of this service. A single point of contact must be available to open trouble tickets 7x24 by 365 with a one (1) hour response per incident.
11
5. Outline your ability to monitor and maintain all VoIP services.
GENERAL CONTRACT REQUIREMENTS All RFP contracts and related documents submitted to St. Tammany Parish Public School System by the vendor are governed under the laws of the State of Louisiana.
1. It is understood that, the vendor and their representatives shall follow all applicable
school district regulations while on School System property, including the no smoking, no weapons, and drug free policies.
2. All vendors and their representatives must check in with school office personnel prior to any on site work. No work shall interfere with school activities or environment unless the Principal or designee gives permission. All vendor personnel shall be easily identified by the use of identification badges and uniforms or shirts with the vendor’s logo clearly visible.
3. Background Check/Finger Print: All employees of the awarded Contractor who will be performing work on any phase of the contract arising out of this proposal may be subject to a criminal history background check by the STPSB. Such persons, if requested by the STPSB, must provide fingerprints and other required information to facilitate such a check. At the completion of a background check, the STPSB may, at its sole discretion, decide that a particular Contractor employee be prohibited from entering the STPSB properties.
4. This is an asbestos notification: Some buildings in the St. Tammany Parish Public School System may contain asbestos. Information on school asbestos management can be obtained from the St. Tammany Parish Construction Department 985-892-2276.
5. The vendor will be responsible for repairs of damage to buildings, roads, equipment, existing cable, or property. The vendor will report to a representative of the St. Tammany Parish Public School System Central Office any such damage to any School System property. It is recommended that the vendor use LA 1 CALL to prevent unseen damage to buried hazards.
6. The vendor may use subcontractors to perform work. However, all responsibilities rest with the vendor. Upon the completion of each workday, the vendor must remove all tools, equipment, rubbish and debris from the premises and must leave the premises clean and neat. The vendor is responsible for disposal of all debris through the vendor’s outlet. The vendor cannot use the School System’s garbage dumpsters or any other School System garbage service to dispose of rubbish and debris.
7. Any equipment removed from existing system shall remain the property of STPSB and shall not be discarded.
12
8. All work on St. Tammany Parish School System property must adhere to all applicable city, parish and state codes. These include but are not limited to building codes and fire codes.
9. STPSB reserves the right to reject any proposal. STPSB reserves the right to reconsider any proposal submitted at any phase of the procurement.
10. STPSB also reserves the right to meet with select vendors at any time to gather additional information. Furthermore, STPSB reserves the right to delete or add functionality up until the final contract signing.
11. Contractors must be properly licensed by the Louisiana State Licensing Board for Contractors, Fire Marshal and any other licensing authority for each scope of work performed. If the total of your proposal is $10,000 or more, and requires a license, you must show the appropriate license number(s) on the outside of your proposal.
12. Insurance Requirements: Insurance coverage specified below shall be furnished with the following minimum limits:
A. Workers' Compensation, Applicable State, Employer’s Liability, Statutory Requirement – $1,000,000.00
B. Comprehensive General Liability – $1,000,000.00 combined single limit. Coverage
to include premises, operations, contractor’s protective liability, products and completed operation, contractual liability, and broad form CGL endorsement. If exposure warrants, underground, explosion, and collapse are to be included.
C. Automobile Liability Bodily Injury - Each Person – $1,000,000.00 Bodily Injury - Each Occurrence – $1,000,000.00 Property Damage - Each Occurrence – $1,000,000.00
NOTE: Coverage shall be written to include all owned, non-owned and hired
vehicles.
Additional Requirements – Coverage listed in items A, B, and C shall provide for 30-day notice of cancellation, specifically name St. Tammany Parish School Board, its officers, and/or officials as additional insured, and provide waiver of subrogation in favor of the St. Tammany Parish School Board.
GUIDELINES FOR SUBMITTING PROPOSAL PRICING
Pricing must be provided for the following plus any costs associated with implementation of the submitted proposal not requested by the St. Tammany Parish Public School System.
13
Please use the tables included in this RFP to price listed items. Any priced item the vendor has included in this RFP not listed in the table must be added to the table. All labor is to be included in the material costs. Table A
LOCAL MONTHLY
COST INITIAL 2 YEAR TERM
LOCAL MONTHLY COST
2ND TERM (OPTIONAL)
LOCAL MONTHLY COST
3RD TERM (OPTIONAL)
Hosted Seat/Fax
Fax to e-mail service
Desktop Faxing in/out
**Soft Phones
Intercom/Speaker
ANALOG SOLUTION PRICING
Long Distance Cost Interstate Per Minute
Long Distance Cost Intrastate Per Minute
TOTAL CHARGES
∗ If the vendor intends to quote prices per location, please duplicate the above chart for
each location. ∗∗ With the anticipation of closing Virtual School, the STPPSS may not have a need for
soft phones.
14
ONE TIME CHARGES
INSTALLATION (if necessary)
TRANSITION SERVICES
EQUIPMENT (if any)
ADD LINE CHARGE
DELETE LINE CHARGE
ADD HOSTED SEAT
DELETE HOSTED SEAT
DELETE A SITE
TOTAL ONE TIME CHARGES
∗ If the vendor intends to quote prices per location, please duplicate the above chart for
each location.
15
Option 1 – Provide pricing for Leasing of Equipment Table B
COST TO LEASE EQUIPMENT
EQUIPMENT
LOCAL MONTHLY COST INITIAL (2) YEAR
TERM
LOCAL MONTHLY COST
2ND TERM (OPTIONAL)
LOCAL MONTHLY COST
3RD TERM (OPTIONAL)
∗ If the vendor intends to quote prices per location, please duplicate the above chart for
each location.
16
Option 2 – Provide pricing for Purchase of Equipment Table C
EQUIPMENT
PURCHASE COST
∗ If the vendor intends to quote prices per location, please duplicate the above chart for each location.
17
EVALUATION CRITERIA All proposals received will be evaluated by a committee consisting of members assigned by the St. Tammany Parish Public School System’s Superintendent in accordance with the following evaluation criteria table:
Evaluation Criteria Points
Availability and Quality of Resources 20
Comprehensiveness of Proposal 15
Support 20 Vendor Information including references & past performance for similarly sized projects 10
Cost Structure 35
Total 100
18
VENDOR CHECKLIST Please review this checklist to ensure that you have properly followed the instructions. Many proposals are rejected because the respondent simply failed to comply with the required preparation and submission requirements. ________ Have you performed a final review of your response to ensure you have
included all required documentation? ________ Have you verified all amounts to ensure that they are complete and
accurate? ________ Is your envelope properly marked? See page 2-3 of the RFP for further
details. ________ Have you included an original, four (4) copies and an electronic copy (i.e.,
flash drive, USB drive, CD, etc.) ________ If your price is $10,000 or more, and requires a license, did you include the
appropriate license number(s) on the outside of the envelope? ________ Have you completed and signed the enclosed Proposal Information Form? This is a required form and must be submitted with your proposal.
Proposals submitted without this form will be considered “non-responsive” and will not be evaluated.
________ Did you complete the enclosed affidavit? This affidavit must be completed,
notarized and submitted with your proposal. Proposals submitted without this affidavit will be considered “non-responsive” and will not be evaluated.
19
PROPOSAL INFORMATION FORM
DATE: ___________________________________________________________ COMPANY: _______________________________________________________ Legal Name of Agency Submitting Proposal LOUISIANA CONTRACTOR LICENSE # ________________________________ COMPANY ADDRESS: _____________________________________________ _____________________________________________ _____________________________________________ _____________________________________________ CONTACT NAME: _________________________________________________ TELEPHONE NUMBER: ____________________________________________ EMAIL ADDRESS: _________________________________________________ SIGNATURE: _____________________________________________________ Company Official (Duly authorized to sign proposals/contracts) _____________________________________________________ Typed or Printed Name & Title of Company Official NOTE: THIS FORM MUST BE FILLED OUT AND SUBMITTED WITH YOUR PROPOSAL.
20
AFFIDAVIT
STATE OF _________________ PARISH/COUNTY OF _____________________ BEFORE ME, the undersigned authority, personally came and appeared:
________________________________,
Who, after being duly sworn, did state and affirm the following:
1. That he/she is employed by ___________________________ (Vendor Name) in the
position of ___________________________;
2. That _________________________ (Vendor Name) has submitted a Response to
Request for Proposal ___________________________ (Number/Title of RFP) from the
St. Tammany Parish School Board; and
3. That any and all telecommunications and video surveillance equipment to be purchased in
connection with the Response to Request for Proposal __________________________
(Number/Title of RFP), if awarded to ___________________________ (Vendor Name),
is and/or will be from a manufacturer that is in compliance with Section 889(a) of the
Fiscal Year 2019 National Defense Authorization Act.
Signature: _______________________________ Printed Name: ____________________________
Title: ___________________________________
Company: _______________________________
SWORN TO AND SUBSCRIBED before me, Notary Public, this ____ day of , 2021.
Signature: _____________________
Printed Name: __________________
My commission expires: _________