134
REQUEST FOR PROPOSALS (RFP) Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095 August 15, 2017 Submit Response To: Attn: Leanna Jordan Pierre RFP No. 17-095 State Road and Tollway Authority (SRTA) 245 Peachtree Center Avenue NE Marquis Tower 1, Suite 2200 Atlanta, Georgia 30303 All spaces below are to be filled in and this sheet must be incorporated within as the first page of the response to this Request for Proposals (RFP). Firm Name: Contact Name: Address: Telephone: Facsimile: Email: By my signature below, I certify that I am authorized to sign this proposal for the firm named above. I further certify that this proposal is made without prior understanding, agreement, or connection with any other company or person submitting a separate proposal for the same services, and is in all respects fair and without collusion or fraud. I further certify that the provisions of OCGA §§45-10-20 et seq. have not been violated and will not be violated in any respect. This offer shall remain open for acceptance for 150 days from the Amended Proposal Due Date. On behalf of the firm named above, I further certify that such firm has and will abide by all conditions set forth in this RFP. Signature Name and Title Date Refer ALL Inquiries to: Leanna Jordan Pierre Procurement and Contracts Manager [email protected] Only email inquiries accepted

SRTA Request for Proposals · REQUEST FOR PROPOSALS ( RFP) Customer Service System (CSS) Implementation and Maintenance . RFP No. 17-095 . August 15, 2017 . Submit Response To: Attn:

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

  • REQUEST FOR PROPOSALS (RFP) Customer Service System (CSS) Implementation and Maintenance

    RFP No. 17-095

    August 15, 2017

    Submit Response To: Attn: Leanna Jordan Pierre

    RFP No. 17-095 State Road and Tollway Authority (SRTA)

    245 Peachtree Center Avenue NE Marquis Tower 1, Suite 2200

    Atlanta, Georgia 30303

    All spaces below are to be filled in and this sheet must be incorporated within as the first page of the response to this Request for Proposals (RFP).

    Firm Name: Contact Name: Address: Telephone: Facsimile: Email:

    By my signature below, I certify that I am authorized to sign this proposal for the firm named above. I further certify that this proposal is made without prior understanding, agreement, or connection with any other company or person submitting a separate proposal for the same services, and is in all respects fair and without collusion or fraud. I further certify that the provisions of OCGA §§45-10-20 et seq. have not been violated and will not be violated in any respect. This offer shall remain open for acceptance for 150 days from the Amended Proposal Due Date. On behalf of the firm named above, I further certify that such firm has and will abide by all conditions set forth in this RFP.

    Signature Name and Title Date

    Refer ALL Inquiries to: Leanna Jordan Pierre Procurement and Contracts Manager [email protected] Only email inquiries accepted

    mailto:[email protected]:[email protected]

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 2. Page ii Table of Contents

    Table of Contents List of Tables ................................................................................................................................................ ix

    List of Figures ................................................................................................................................................ x

    List of Acronyms ........................................................................................................................................... xi

    List of Appendices ....................................................................................................................................... xiv

    1 Introduction ........................................................................................................................................ 17

    1.1 SRTA Tolled Facilities................................................................................................................... 17

    I-85 Express Lanes ............................................................................................................... 17

    I-75 South Metro Express Lanes Project ............................................................................. 18

    I-75 Northwest Corridor Express Lanes Project .................................................................. 18

    I-85 North Express Lanes Project ........................................................................................ 18

    I-20 Moveable Barrier Lanes Project ................................................................................... 18

    1.2 SRTA Transit Operations ............................................................................................................. 18

    1.3 Purpose of Procurement ............................................................................................................. 18

    1.4 Summary of Procurement ........................................................................................................... 19

    CSC Operations Scope (Optional) ........................................................................................ 19

    1.5 Budget ......................................................................................................................................... 20

    1.6 RFP Certification .......................................................................................................................... 20

    1.7 Overview of the RFP Process ...................................................................................................... 20

    1.8 Schedule of Events ...................................................................................................................... 21

    1.9 Issuing Officer ............................................................................................................................. 22

    1.10 Contract Term ............................................................................................................................. 22

    1.11 Bid Bond ...................................................................................................................................... 22

    2 General Information and Instructions ................................................................................................ 22

    2.1 Restrictions on Communications with Staff ................................................................................ 22

    2.2 Contract Questions, Clarifications and Recommendations ........................................................ 23

    2.3 Overview of the RFP Process ...................................................................................................... 23

    2.4 State’s Right to Request Additional Information – Contractor Responsibility ........................... 24

    2.5 Failing to Comply with Submission Instructions ......................................................................... 24

    2.6 Rejection of Proposals; State’s Right to Waive Immaterial Deviation ........................................ 24

    2.7 State’s Right to Amend and/or Cancel this RFP .......................................................................... 25

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 2. Page iii Table of Contents

    2.8 Protest Procedures ..................................................................................................................... 25

    2.9 http://www.srta.ga.gov/doing-business-with-us/Costs for Preparing Proposals ...................... 25

    2.10 ADA Guidelines ........................................................................................................................... 25

    2.11 Public Access to Procurement Records ....................................................................................... 25

    2.12 Confidential/Proprietary Information ......................................................................................... 25

    2.13 Registered Lobbyists ................................................................................................................... 26

    2.14 Submittal Instructions ................................................................................................................. 26

    Preparing a Response .......................................................................................................... 26

    Packaging the Response ...................................................................................................... 27

    Hard Copy and Electronic Copies Required ........................................................................ 27

    Electronic Copies ................................................................................................................. 28

    Submitting the Response .................................................................................................... 28

    2.15 Proposal Evaluation and Award .................................................................................................. 28

    Administrative/Preliminary Review .................................................................................... 29

    Scoring Criteria .................................................................................................................... 29

    Cost Proposal ...................................................................................................................... 29

    Cost Structure and Additional Instructions ......................................................................... 30

    Evaluating Technical Requirements .................................................................................... 30

    Competitive Range .............................................................................................................. 30

    Final Technical Score ........................................................................................................... 31

    Evaluating Cost Proposal and Total Combined Score ......................................................... 31

    Cost Scoring ......................................................................................................................... 31

    Best and Final Offers (BAFOS) ......................................................................................... 32

    Total Score ...................................................................................................................... 32

    Selection and Award ....................................................................................................... 32

    Public Award Announcement ......................................................................................... 32

    2.16 Company Structure ..................................................................................................................... 32

    2.17 Small and/or Minority Business .................................................................................................. 32

    2.18 Sales and Use Tax ........................................................................................................................ 33

    2.19 Proposal Withdrawal and/or Revision Following Submission .................................................... 33

    2.20 Conflict Of Interest ...................................................................................................................... 33

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 2. Page iv Table of Contents

    2.21 Contractor Responsibility ............................................................................................................ 34

    2.22 Contract Terms and Conditions .................................................................................................. 34

    2.23 Execution Of Contract ................................................................................................................. 34

    2.24 Reserved Rights ........................................................................................................................... 34

    3 Scope of Work ..................................................................................................................................... 34

    3.1 General Requirements ................................................................................................................ 35

    3.2 Account Management ................................................................................................................ 35

    Payments ............................................................................................................................. 38

    3.3 Transaction Processing ............................................................................................................... 39

    3.4 Prepaid Processing ...................................................................................................................... 40

    3.5 Toll-by-Plate Processing .............................................................................................................. 40

    3.6 Violation Processing .................................................................................................................... 40

    Identifying Violations .......................................................................................................... 41

    Violation Noticing ................................................................................................................ 41

    Payment Plans ..................................................................................................................... 43

    Violation Conversion ........................................................................................................... 44

    Interface with Mobile Enforcement Units .......................................................................... 45

    Suspension of Violation Processing .................................................................................... 45

    Address Lookup ................................................................................................................... 45

    Violation Statuses and Disputes .......................................................................................... 46

    Collections ........................................................................................................................... 46

    Court Processing ................................................................................................................. 47

    3.7 Inventory Management System (IMS) ........................................................................................ 48

    3.8 Customer Service GUI ................................................................................................................. 48

    3.9 Website ....................................................................................................................................... 49

    3.10 Email Support .............................................................................................................................. 50

    3.11 Document Scanning System ........................................................................................................ 51

    3.12 Telephony/IVR System Integration ............................................................................................. 51

    3.13 Account Registration is not within the Scope of this IVR Implementation ................................ 54

    3.14 Standard Reporting Requirements ............................................................................................. 55

    3.15 Categories of Reports .................................................................................................................. 57

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 2. Page v Table of Contents

    3.16 Audit Support .............................................................................................................................. 60

    3.17 Customer Service System Application Interfaces ....................................................................... 61

    Standard Transaction ICD .................................................................................................... 61

    Interoperable Tolling Partners ............................................................................................ 62

    SRTA’s Existing Mobile Enforcement Solution .................................................................... 65

    SRTA’s Existing Mobile App ................................................................................................. 66

    SRTA Data Warehouse ........................................................................................................ 66

    Financial Management System General Ledger Module .................................................... 66

    Credit Card and ACH Processing ......................................................................................... 66

    DOR (GA Department of Revenue) ..................................................................................... 66

    Collection Agencies ............................................................................................................. 67

    Out-of-State License Plates ............................................................................................. 67

    Transit Fare Collection (Optional) ................................................................................... 67

    Third Party Retail Transponder Distribution ................................................................... 68

    3.18 Migration..................................................................................................................................... 68

    Requirements ...................................................................................................................... 68

    Data Migration Plan ............................................................................................................ 69

    Data Conversion Test .......................................................................................................... 69

    Full Data Migration ............................................................................................................. 70

    3.19 CSS Hosting ................................................................................................................................. 70

    General Requirements ........................................................................................................ 70

    Location ............................................................................................................................... 70

    CSS Capacity ........................................................................................................................ 71

    Communications ................................................................................................................. 71

    Monitoring .......................................................................................................................... 72

    Hosting Site Security ........................................................................................................... 72

    3.20 Project Management Methodology ........................................................................................... 72

    General Requirements ........................................................................................................ 73

    Project Implementation Schedule ...................................................................................... 73

    Monthly Project Status Meetings ....................................................................................... 75

    Cooperation With Others .................................................................................................... 75

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 2. Page vi Table of Contents

    Other Project Meetings ....................................................................................................... 77

    3.21 Hardware and Software Requirements ...................................................................................... 77

    Hardware Requirements ..................................................................................................... 77

    Workstations ....................................................................................................................... 78

    Diagnostics .......................................................................................................................... 78

    Bill of Materials (BOM) ........................................................................................................ 78

    Spares .................................................................................................................................. 78

    Software Requirements ...................................................................................................... 79

    Case Management System .................................................................................................. 80

    Back Up and Archive Capability .......................................................................................... 80

    Equipment Installation ........................................................................................................ 81

    Installation Scope of Work and Requirements ............................................................... 81

    Data Communications ..................................................................................................... 82

    System and Data Security and Access Control Requirements ........................................ 85

    Georgia Technology Authority Security Requirements .................................................. 85

    PCI and PA-DSS Compliance ............................................................................................ 86

    3.22 Quality Assurance and Quality Control Program ........................................................................ 86

    General Requirements ........................................................................................................ 86

    Configuration Management ................................................................................................ 87

    Change Control ................................................................................................................... 88

    Control of Purchase ............................................................................................................. 88

    Handling, Storage and Delivery ........................................................................................... 88

    Documentation Management ............................................................................................. 88

    3.23 Documentation ........................................................................................................................... 88

    Project Management Plan .................................................................................................. 89

    Security Plan ........................................................................................................................ 91

    Disaster Recovery Plan ........................................................................................................ 92

    Training Plan........................................................................................................................ 92

    Maintenance Plan ............................................................................................................... 93

    Data Archive, Backup and Retention Plan .......................................................................... 93

    Case Management Plan ...................................................................................................... 94

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 2. Page vii Table of Contents

    Severability Plan .................................................................................................................. 94

    Requirements Traceability .................................................................................................. 94

    System Requirements Documentation ........................................................................... 95

    Design and Development Demonstration Plan ............................................................... 96

    System Detailed Design Document (SDDD) .................................................................... 97

    Business Rules ................................................................................................................. 98

    Interface Control Documents (ICDs) ............................................................................... 98

    Implementation Plan....................................................................................................... 98

    Master Test Plan ............................................................................................................. 99

    User Manuals ................................................................................................................ 101

    3.24 Training Program....................................................................................................................... 102

    General Requirements ...................................................................................................... 102

    4 Warranty and Maintenance .............................................................................................................. 103

    4.1 General Requirements .............................................................................................................. 103

    Maintenance Management System .................................................................................. 104

    Notification and Recording of Maintenance Activities ..................................................... 104

    Routine Maintenance........................................................................................................ 105

    Maintenance Staffing ........................................................................................................ 106

    Revenue Loss Management .............................................................................................. 106

    5 Testing ............................................................................................................................................... 106

    5.1 General Requirements .............................................................................................................. 106

    5.2 Formal Test Phases ................................................................................................................... 107

    5.3 Hardware Installation Test (Checklist) ...................................................................................... 107

    5.4 Data Migration Test .................................................................................................................. 107

    Data Migration Plan .......................................................................................................... 108

    Data Migration Report ...................................................................................................... 108

    5.5 Factory Acceptance Test ........................................................................................................... 108

    FAT Plan and Procedures .................................................................................................. 108

    FAT Scope .......................................................................................................................... 109

    FAT Report and Approval .................................................................................................. 109

    5.6 User Acceptance Test (UAT) ..................................................................................................... 109

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 2. Page viii Table of Contents

    UAT Plan and procedures .................................................................................................. 110

    UAT Report and Approval ................................................................................................. 110

    5.7 Integration Test ......................................................................................................................... 110

    Integration Test Plan and Procedures ............................................................................... 111

    Integration Report and Approval ...................................................................................... 111

    5.8 System Acceptance Test (SAT) .................................................................................................. 111

    SAT Plan ............................................................................................................................. 111

    SAT Report ........................................................................................................................ 112

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 3. Page ix List of Tables

    LIST OF TABLES

    Table 1: Schedule of Events ........................................................................................................................ 21 Table 2: Scoring Criteria .............................................................................................................................. 29

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 4. Page x List of Figures

    LIST OF FIGURES Figure 1 75-85 Express Lanes Fiber Network Diagram ............................................................................... 84

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 4. Page xi List of Acronyms

    LIST OF ACRONYMS ACH Automated Clearing House

    ALPR Automatic License Plate Recognition

    ANSI American National Standards Institute

    AVI Automatic Vehicle Identification

    BAFO Best and Final Offer

    BOM Bill of Materials

    BOS Back Office System

    COTS Commercial Off-The-Shelf

    CSC Customer Service Center

    CSC/VPS Customer Service Center/Violation Processing System

    CSR Customer Service Representative

    CSS Customer Service Systems

    CSSI Customer Service Systems Integrator

    CSV Comma Separated Values

    DIS Document Imaging System

    DOR Department of Revenue

    DR Disaster Recovery

    DSS Data Security Standards

    DWL Double White Line violation

    ETC Electronic Toll Collection

    ETL Express Toll Lane

    FAT Factory Acceptance Test

    FDL Final Demand Letter

    GDOT Georgia Department of Transportation

    GL General Ledger

    GP General Purpose

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 4. Page xii List of Acronyms

    GRTA Georgia Regional Transportation Authority

    GTA Georgia Technology Authority

    GUI Graphical User Interface

    HOT High-Occupancy Toll

    HOV High-Occupancy Vehicle

    ICD Interface Control Document

    IMT Inventory Management System

    ISO International Organization for Standardization

    IT Information Technology

    ITS Intelligent Transportation System

    IVR Interactive Voice Response

    MARTA Metropolitan Atlanta Rapid Transit Authority

    MMIP Major Mobility Investment Program

    NEC National Electrical Code

    NOA Notice of Award

    NOIA Notice of Intent to Award

    NSF Non-Sufficient Funds

    NTP Notice to Proceed

    NWC Northwest Corridor

    OLCSC Online Customer Service Center

    OSAH Office of State Administrative Hearings

    PCI Payment Card Industry

    PCI-DSS Payment Card Industry Data Security Standards

    PDA Personal Data Assistant

    PDF Portable Document Format

    PIN Personal Identification Number

    PM Project Manager

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 4. Page xiii List of Acronyms

    QA Quality Assurance

    QA/QC Quality Assurance/ Quality Control

    QC Quality Control

    RFP Request for Proposals

    RTM Requirements Traceability Matrix

    SAT System Acceptance Test

    SDDD System Detailed Design Document

    SIT Systems Integration Test

    SLA Service Level Agreement

    SMS Short Message Service

    SQL Structured Query Language

    SRD System Requirements Documentation

    SRTA State Road and Tollway Authority

    TVL Transponder (Tag) Validation List (both for Interop and SRTA)

    UAT User Acceptance Test

    UPS Uninterruptable Power Supply

    URL Uniform Resource Locator

    VPS Violation Processing System

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 4. Page xiv List of Appendices

    LIST OF APPENDICES Appendix A: Glossary ................................................................................................................................ 113

    Appendix B: Business Rules ....................................................................................................................... 121

    1. Business Rules – General .............................................................................................................. 121

    Appendix C: Deliverables Schedule ........................................................................................................... 122

    1. Deliverables Schedule – General .................................................................................................. 122

    Appendix D: Performance Requirements & Service Level Agreements ................................................... 123

    1. Performance Requirements & SLAs – General ............................................................................. 123

    Appendix E: Technical Specifications Response Guide ............................................................................. 124

    1. Technical Specifications Response Guide – General ..................................................................... 124

    Appendix F: Pricing Worksheets ............................................................................................................... 125

    1. Instructions ................................................................................................................................... 125

    2. Price Summary .............................................................................................................................. 125

    3. Sched A Implementation Services................................................................................................. 125

    4. Sched B Maintenance & Hosting................................................................................................... 125

    5. Sched C Change Orders ................................................................................................................. 125

    Appendix G: Optional Operational Scope of Work ................................................................................... 126

    1. Operational Scope of Work – General .......................................................................................... 126

    Appendix H: Contract ................................................................................................................................ 127

    1. Customer Service System Implementation and Maintenance Contract ...................................... 127

    Appendix I: SRTA Mobile Enforcement ICD .............................................................................................. 128

    1. SRTA Mobile Enforcement ICD...................................................................................................... 128

    Appendix J: SRTA Standard Transaction Interface ICD ............................................................................. 129

    1. SRTA Standard Transaction Interface ICD ..................................................................................... 129

    Appendix K: Southern States ICD and Business Rules .............................................................................. 130

    1. Southern States IOP ICD ................................................................................................................ 130

    2. Southern States IOP Business Rules .............................................................................................. 130

    Appendix L: Offer Documents ................................................................................................................... 131

    1. Non-Collusions Affidavit................................................................................................................ 131

    2. Statement of Responsibility Certification ..................................................................................... 131

    3. Acknowledgement of Addenda .................................................................................................... 131

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 4. Page xv List of Appendices

    4. Bid Bond Form............................................................................................................................... 131

    5. Certification Regarding Lobbying .................................................................................................. 131

    6. Contractor Affidavit ...................................................................................................................... 131

    7. Cover Letter .................................................................................................................................. 131

    8. Questions and Answers Templates ............................................................................................... 131

    9. Sub Subcontractor Affidavit .......................................................................................................... 131

    10. Subcontractor Affidavit ............................................................................................................. 131

    11. Subcontractor and DBE’s .......................................................................................................... 131

    12. Sales and Use Tax Compliance Form ........................................................................................ 131

    Appendix M: Statewide Electronic Payments Policy ................................................................................ 132

    1. Statewide Electronic Payments Policy .......................................................................................... 132

    Appendix N: SRTA R23A I85 Collections ICD ............................................................................................. 133

    1. SRTA R23A I85 Collections ICD ...................................................................................................... 133

    Appendix O: SRTA Mobile APP ICD ........................................................................................................... 134

    1. SRTA Mobile APP ICD .................................................................................................................... 134

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    FOOTER OF DOCUMENT SECTION 5. Page xvi FOOTER NOT SAME-AS-PREVIOUS

    THERE IS A SECTION BREAK AFTER THIS PAGE

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    17 Introduction

    1 INTRODUCTION SRTA is a state-level, independent authority created by the Georgia General Assembly to operate tolled facilities within the state of Georgia. SRTA also serves as a financing arm for transportation projects across the state. SRTA’s Mission is to enhance the mobility in Georgia by providing innovative transportation choices and financial solutions. SRTA’s vision is to be a world class tolling and financing provider of transportation solutions. SRTA’s core values go to integrity, expertise, collaboration, providing excellent customer service, and diversity.

    SRTA currently operates the I-85 Express Lanes, the I-75 South Metro Express Lanes, and will open the I-75 NWC Express Lanes in the spring of 2018 and the I-85 Extension later that same year. SRTA will open the I-20 Moveable Barrier Lane in early 2020. In addition to these tolled facilities, SRTA is coordinating with GDOT in the planning and development stages for the Major Mobility Investment Program (MMIP). As part of this program, the State is planning for at least four additional Express Lane facilities:

    1. Revive 285 2. I-285 East Wall 3. I-285 West Wall 4. GA 400 Express Lanes

    It is anticipated that these projects would be under construction by 2026. Details on these projects can be found at www.garoads.org.

    1.1 SRTA TOLLED FACILITIES SRTA currently operates two tolled facilities - the I-85 Express Lanes and the I-75 South Metro Express Lanes.

    I-85 EXPRESS LANES The I-85 Express Lanes is a 15.5-mile-High Occupancy Toll (HOT) Facility from Chamblee Tucker Road to North of Old Peachtree Road. The Express Lanes has a single lane in each direction and is separated from the adjacent General Purpose (GP) lanes by a painted double white line buffer. The I-85 Express Lanes opened on September 30, 2011 as a conversion of the existing High Occupancy Vehicle (HOV) lanes into HOT lanes in order to restore reliable travel times. The HOV2+ to HOT3+ conversion raised the occupancy requirement from two people to three people for toll-free passage and allows vehicles with two people or less to use the lane by paying a toll. The toll is dynamically priced based on traffic conditions, in both the Express Lanes and the GP lanes, and the distance travelled in the Express Lanes. The toll ranges from $0.01 per mile to a current high of $1.50 per mile. The Express Lanes are a registered Facility - all vehicles are required to be registered with a Peach Pass account. The Express Lanes currently average approximately 27,500 trips during weekdays with an average toll of approximately $3.00.

    http://www.garoads.org/

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    18 Introduction

    I-75 SOUTH METRO EXPRESS LANES PROJECT The I-75 South Metro Express Lanes project is a 12-mile reversible, barrier-separated managed lane system along Interstate Highway 75 from the State Route 155 interchange in Henry County north to the State Route 138 interchange. This new construction is a 2-lane Facility located in the median of I-75 corridor on the south side of Metro Atlanta. Toll rates on the I-75S are currently static, but SRTA will use dynamically priced toll rates to manage the flow and capacity in this Facility in the future. Toll rates will vary in price as with the I-85 in terms of min and max tolls. This is a registered Facility - all vehicles are required to be registered with a valid Peach Pass account. The I-75 South Metro Express Lanes opened to traffic in early 2017.

    I-75 NORTHWEST CORRIDOR EXPRESS LANES PROJECT The I-75 Northwest Corridor (NWC) project is a 30-mile reversible, barrier-separated managed lane from I-285 north to Hickory Grove Road on I-75 and to Sixes Road on I-575. SRTA anticipates the NWC Express Lanes will open to traffic in 2018.

    I-85 NORTH EXPRESS LANES PROJECT The I-85 North Express Lanes project consists of 10 miles of new capacity with one managed lane in each direction along I-85 in north Metro Atlanta from just north of Old Peachtree Road in Gwinnett County to Hamilton Mill Road. SRTA anticipates the managed lanes will open to traffic in 2018.

    I-20 MOVEABLE BARRIER LANES PROJECT The I-20 Moveable Barrier Express Lane project consists of a 5-mile managed lane along I-20 east of Atlanta from Panola Road to Columbia Drive. The project will only operate in the morning peak period by converting a westbound lane to eastbound operation through the use of a moveable barrier. SRTA anticipates the managed lane will open to traffic in 2020.

    1.2 SRTA TRANSIT OPERATIONS SRTA will operate the Xpress bus service, currently operated by GRTA, in Metro Atlanta. The service currently has 23 commuter bus routes from 30 park and ride lots located in 12 counties. Future expansion of Xpress is detailed in the Direct Xpress Final Report located on the Xpress website: http://directxpress.xpressga.com/. This plan includes expansion of existing park and ride lots, construction of new park and ride lots, and potential airport service.

    1.3 PURPOSE OF PROCUREMENT SRTA is seeking qualified Contractors interested in serving as SRTA’s Customer Service Systems Integrator (CSSI) to provide Customer Service Systems (CSS) including customer account management for Peach Pass account holders and unregistered customers who utilize SRTA’s toll facilities or interoperable partner

    http://directxpress.xpressga.com/

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    19 Introduction

    facilities which may include parking, transit and other facilities. The services will include CSS design, integration, provisioning, installation, implementation, testing, migration of existing accounts, maintenance, and at SRTA’s option, operations (CSR staffing).

    1.4 SUMMARY OF PROCUREMENT The selected CSSI will be the Prime Contractor, herein referred to as Contractor or CSSI, responsible for provisioning, system integration, implementation and maintenance of a CSS that will perform all functions typical of a tolling commercial CSS, including at least the following:

    1. Customer relationship management 2. Creating and managing customer accounts Tolling transponder inventory and distribution 3. Transit fare media inventory, distribution, and assignment to accounts 4. Retail inventory and distribution 5. Payment processing (including DDS and retail channels) 6. Invoicing of unregistered customers (violations and pay-by-mail processing) 7. Processing of tolling, parking and transit transactions originating from third party tolling roadside,

    parking or other mobility systems 8. Interoperability with partner tolling, parking, transit and other mobility agencies 9. Processing toll, parking and transit (and potentially other types of) transactions 10. Financial reconciliation with SRTA’s existing ERP system 11. Violations processing 12. A customer facing website for customer information and self-service 13. Incident/case management

    Detailed requirements for this CSS are included in this RFP and appendices. This project includes:

    1. The installation/implementation of the CSS with all associated subsystems and functionality 2. The migration of data from SRTA’s existing CSS 3. Any/all modifications to the selected Contractors’ off the shelf system(s) to support SRTA’s

    specific requirements 4. Development and delivery of specific project documentation 5. All project management and quality assurance activities including all testing phases associated

    with the project’s delivery

    Included in this scope of work is system hosting, which will not be on SRTA’s premises. This scope of services does not include roadside tolling systems functionality, dynamic pricing or trip building. Complete toll/parking/transit/etc. transactions will be submitted to the CSS for processing and reconciliation.

    CSC OPERATIONS SCOPE (OPTIONAL) SRTA may optionally contract with the Contractor to provide operational services for SRTA’s statewide tolling customer service center (CSC). The selected Contractor will be responsible for the operations of the CSC to support tolling, parking, and transit projects throughout the State of Georgia. At SRTA’s

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    20 Introduction

    discretion, the selected Contractor will also provide the same or similar services for future tolling projects without further competitive procurement during the term of the awarded Agreement.

    The requirements and responsibilities of the Contractor regarding the optional operations scope of work includes the operational (staffing and management) aspects of:

    1. Account management and account maintenance 2. Transponder issuance and management 3. Customer contact for both tolling and transit customers 4. Tasks related to the support and management of all violation and video toll processing activities

    including: a) Image review b) Violation noticing c) Processing violation payment d) Tracking violations until closure e) Incident and case management

    5. Audit and reconciliation 6. Provisioning, training and management of the personnel required to run the CSC 7. Interaction with interoperable agencies and states 8. Quality Assurance:

    a) CSR monitoring sessions, score sheets, ongoing calibration sessions b) How all operational position outputs and or roles are measured and reported for quality

    assurance and efficiency

    Appendix G provides details on the requirements and responsibilities for CSC operations.

    1.5 BUDGET SRTA has estimated that its budgetary need for delivery of the customer service system, inclusive of the warranty period, is $15 million dollars. Irrespective of this estimate, Proposers must propose a system which conforms to all system requirements as outlined in the RFP.

    1.6 RFP CERTIFICATION SRTA certifies that the use of competitive sealed bidding will not be practicable or advantageous to the State of Georgia in completing this acquisition; therefore, an RFP is being used.

    1.7 OVERVIEW OF THE RFP PROCESS The objective of this RFP is to select a Contractor to provide the goods and/or services outlined in this RFP to SRTA. This RFP process will be conducted to gather and evaluate responses from Proposers for potential award. All prequalified Proposers are invited to participate by submitting responses, as further defined below. After evaluating all responses received prior to the Proposal Due Date, the preliminary results of

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    21 Introduction

    the RFP process will be publicly announced, including the names of all participating Proposers and the evaluation results. Subject to the protest process, final Contract award(s) will be publicly announced thereafter.

    1.8 SCHEDULE OF EVENTS The Schedule of Events set out herein represents SRTA’s best estimate of the schedule that will be followed. However, delays to the procurement process may occur which may necessitate adjustments to the proposed schedule. If a component of this schedule, such as the Proposal Due Date, is delayed, the Schedule of Events may be shifted as appropriate and at SRTA’s discretion. Any changes to the Schedule of Events up to the Proposal Due Date will be posted to the SRTA website at http://www.srta.ga.gov/doing-business-with-us/. After the Proposal Due Date, SRTA reserves the right to adjust the remainder of the proposed dates, including the dates for evaluation, award and the Contract term on an as needed basis with or without notice. The Final RFP and any addendums thereto will be shared with proposers via Dropbox. The Dropbox folder link will be sent to the email address of each firm's designated contact person.

    Table 1: Schedule of Events

    Event Date Time

    Release DRAFT RFP (including appendices) June 26, 2017

    Deadline for submitting written questions regarding Draft RFP (including appendices)

    July 24, 2017 2:00 PM EST*

    First One-on-One session July 26 – 27, 2017

    Deadline for submitting additional written questions regarding the RFP (including appendices)

    August 2, 2017 2:00 PM EST*

    RFP Issued and Response to Written Questions August 15, 2017

    Deadline for submitting written questions regarding the RFP (including appendices)

    August 22, 2017 2:00 PM EST*

    SRTA to Provide Responses to Written Questions August 31, 2017

    Proposals Due Date September 22, 2017 2:00 PM EST

    Oral Presentations (SRTA’s option) October 24 – 25, 2017 To be determined

    Best and Final Offer Request (at SRTA’s sole discretion)

    November 3, 2017

    Best and Final Offer Due Date (at SRTA’s sole discretion)

    November 10, 2017 2:00 PM EST*

    Notice of Intent to Award* [NOIA] (on or about) November 14, 2017

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    22 General Information and Instructions

    Event Date Time

    Notice of Award [NOA] (on or about) November 21, 2017

    * All Proposer submissions under this RFP must be submitted in hard and electronic copy. Hard copies must be sent to the Issuing Officer of this RFP. Electronic copies may be submitted via email or USB.

    1.9 ISSUING OFFICER Leanna Jordan Pierre, Procurement Manager/Legal Associate 245 Peachtree Center NE, Marquis Tower 1 Suite 2200, Atlanta, Georgia 30303 404-893-6124 [email protected]

    1.10 CONTRACT TERM The initial term of the Contract is from the execution date of the Contract through June 30, 2025. SRTA shall have five (5), one (1) year renewal option(s), which shall be exercisable at the sole discretion of SRTA. Renewal will be accomplished through the issuance of a Contract Amendment. In the event that the Contract, if any, resulting from the award of this RFP shall terminate or be likely to terminate prior to the making of an award for a new Contract for the identified products and/or services, SRTA may, with the written consent of the awarded Contractor, extend the Contract for such period of time as may be necessary to permit SRTA’s continued supply of the identified products and/or services. Additional renewals for maintenance purposes only can be issued. The award of the Contract does not guarantee volume or a commitment of funds.

    1.11 BID BOND The Proposer shall submit with its proposal a Bid Bond guaranteeing its offer to be good for acceptance for a period of 150 days from the Proposal Due Date in the amount of $750,000. The Bid Bond shall be submitted on the form identified in Appendix L and shall be issued by a surety licensed to do business in the State of Georgia.

    2 GENERAL INFORMATION AND INSTRUCTIONS By submitting a response to the RFP, the Proposer is acknowledging that the Proposer:

    1. Has read the information and instructions 2. Agrees to comply with the information and instructions contained herein

    2.1 RESTRICTIONS ON COMMUNICATIONS WITH STAFF From the issue date of this RFP until the final award is announced, Proposers are not allowed to communicate for any reason with any SRTA staff regarding this procurement except through the Issuing Officer named herein, or during the Proposers’ conference (if any), or as defined in this RFP or as provided

    mailto:[email protected]

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    23 General Information and Instructions

    by existing work agreement(s). Prohibited communication includes all contact or interaction, including but not limited to telephonic communications, emails, faxes, letters, or personal meetings, such as lunch, entertainment, or otherwise. SRTA reserves the right to reject the Proposal of any Proposer violating this provision.

    2.2 CONTRACT QUESTIONS, CLARIFICATIONS AND RECOMMENDATIONS The final Contract that SRTA expects to award as a result of this RFP will be posted as an Appendix to the final RFP. Therefore, all costs associated with complying with the requirements of the final Contract should be included in any pricing quoted by the Proposers.

    Please review SRTA’s attached Contract terms and conditions and submit any and all questions, clarifications and recommendations to the Issuing Officer by the deadline date/time specified in this RFP. Exceptions should be submitted using the provided Microsoft Excel template in Appendix L. Respondents submitting questions, clarifications and recommendations will have an opportunity to discuss their questions during the one-on-one session. Meetings will take place during the times specified in the Schedule of Events.

    Requests that materially change the terms or the requirements of the Contract as determined by SRTA, in its sole discretion, will be rejected. Requests that grant the Proposer an impermissible competitive advantage, as determined by SRTA, in its sole discretion, will be rejected. Requests will only be considered if submitted prior to the deadline for submitting written questions as defined by the Schedule of Events. The final Contract, containing any acceptable and agreed upon requests will be posted with the final RFP by the deadline specified in Schedule of Events. All requests will be taken into consideration by SRTA; however, the final Contract that is posted will contain the final Contract terms and conditions that are acceptable to SRTA. Proposers should plan on the Contract terms and conditions contained in the final Contract posted, being included in any award because of this RFP.

    2.3 OVERVIEW OF THE RFP PROCESS All questions must be submitted in writing using the Microsoft Excel template provided in Appendix L. Questions and answers will not be binding upon SRTA unless incorporated by amendment to the final RFP. All Proposers must submit questions by the deadline identified in the Schedule of Events for submitting questions.

    Answers to questions will only be provided to the Proposer that is the source of the question. If SRTA determines the answer to any particular question to be material to the content of this RFP, then SRTA will amend this RFP for the benefit of all Proposers.

    One-on-One Session. There will be a four-hour one-on-one session scheduled with each prequalified Proposer. The intent of the one-on-one session is to provide SRTA and Proposers with the opportunity to have an interactive discussion about any comments, questions or concerns regarding the Procurement documents. This session will not be a presentation by the Proposer.

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    24 General Information and Instructions

    The Issuing Officer will contact each Proposer to schedule the one-on-one sessions. Agendas for each session will be set by SRTA.

    Site Visits. If desired, Proposers should submit a written request for access to the Issuing Officer. The request should indicate the specific sites for access and the preferred dates/times, including the number of attendees. The names and titles of attendees should be submitted to the Issuing Officer no less than two (2) days prior to the scheduled visit.

    Proposal Submission. Proposals shall be packaged and submitted in accordance with section 2.14 Submittal Instructions. Prequalified Proposers shall submit Proposals no later than the day and time indicated in the Schedule of Events.

    Proposal Evaluation. Proposals will be evaluated in accordance with section 2.15 Proposal Evaluation and Award.

    Proposal Award. The Contract will be awarded based on section 2.15.7 and section 2.15.9

    2.4 STATE’S RIGHT TO REQUEST ADDITIONAL INFORMATION – CONTRACTOR RESPONSIBILITY

    Prior to award, SRTA must be assured that the selected Contractor has all of the resources to successfully perform under the Contract. This includes, but is not limited to, adequate number of personnel with required skills, availability of appropriate equipment in sufficient quantity to meet the on-going needs of SRTA, financial resources sufficient to complete performance under the Contract, and relevant experience in similar endeavors. If such information is required, the Contractor will be so notified and will submit the information requested within the time requested by SRTA.

    2.5 FAILING TO COMPLY WITH SUBMISSION INSTRUCTIONS Proposals received after the identified due date and time or submitted by any other means than those expressly permitted by the RFP will not be considered. Proposers’ responses must be complete in all respects, as required in each section of this RFP.

    2.6 REJECTION OF PROPOSALS; STATE’S RIGHT TO WAIVE IMMATERIAL DEVIATION SRTA reserves the right to reject any or all responses, to waive any irregularity or informality in a Proposer’s Proposal, and to accept or reject any item or combination of items, when to do so would be to the advantage of the State of Georgia. It is also within the right of SRTA to reject responses that do not contain all elements and information requested in this RFP. A Proposer’s response will be rejected if the response contains any defect or irregularity and such defect or irregularity constitutes a material deviation from the RFP requirements, which determination will be made by SRTA on a case-by-case basis.

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    25 General Information and Instructions

    2.7 STATE’S RIGHT TO AMEND AND/OR CANCEL THIS RFP SRTA reserves the right to amend this RFP prior to the Proposal due date and time. Amendments to the RFP will be made in writing and communicated to the prequalified Proposers. EACH PROPOSER IS INDIVIDUALLY RESPONSIBLE FOR REVIEWING AMENDMENTS AND ANY OTHER POSTED DOCUMENTS AND MAKING ANY NECESSARY OR APPROPRIATE CHANGES AND/OR ADDITIONS TO THE PROPOSER’S RESPONSE. Finally, SRTA reserves the right to cancel this RFP at any time.

    2.8 PROTEST PROCEDURES Proposers should familiarize themselves with the procedures set forth on SRTA’s website, which is accessible online as follows:

    2.9 HTTP://WWW.SRTA.GA.GOV/DOING-BUSINESS-WITH-US/COSTS FOR PREPARING PROPOSALS

    Each Proposer’s Proposal should be prepared simply and economically, avoiding the use of elaborate promotional materials beyond those sufficient to provide a complete Proposal. The cost for developing the Proposal and participating in the procurement process (including the protest process) is the sole responsibility of the Proposer. SRTA will not provide reimbursement for any costs.

    2.10 ADA GUIDELINES SRTA adheres to the guidelines set forth in the Americans with Disabilities Act. Proposers should contact the Issuing Officer at least one day in advance if they require special arrangements when attending the Proposer’s Conference (if any). The Georgia Relay Center at 1-800-255-0056 (TDD Only) or 1-800-255-0135 (Voice) will relay messages, in strict confidence, for the speech and hearing impaired.

    2.11 PUBLIC ACCESS TO PROCUREMENT RECORDS Proposals will be made available for public inspection, upon request, after SRTA’s posting of the Notice of Intent to Award (or the Notice of Award in the event the SRTA does not issue the Notice of Intent to Award). Audited financial statements not otherwise publicly available but required to be submitted as part of the Proposer’s Proposal shall not be subject to public disclosure unless otherwise required by law.

    2.12 CONFIDENTIAL/PROPRIETARY INFORMATION Any and all materials submitted in response to this RFP are subject to public inspection, pursuant to the provisions of Georgia’s Open Records Act upon completion of the RFP process. SRTA’s receipt, review, evaluation or any other act or omission concerning any such information shall not be considered to create an acceptance of any obligation or duty for SRTA to prevent the disclosure of any such information except as required by the Open Records Act. Proposers that decide to submit information they believe should be

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    26 General Information and Instructions

    exempt from disclosure under the Open Records Act shall: (i) clearly mark each page containing such information as confidential, proprietary or exempt, (ii) shall include such information in a different color from the rest of the proposal text (iii) shall state the legal basis for the exemption with supporting citations to the Georgia Code, and (iv) for records containing trade secrets, Proposers who wish to keep such records confidential shall also submit and attach to the records an affidavit affirmatively declaring that specific information in the records constitute trade secrets pursuant to Article 27 of Chapter 1 of Title 10 of the Georgia Code.

    Pursuant to Georgia Law, if the information is requested under the Open Records Act, SRTA shall make a final determination if any exemption actually exists for SRTA to deny the request and prevent disclosure. SRTA will withhold such information from public disclosure under the Open Records Act only if SRTA determines, in its sole discretion, that there is a legal basis to do so.

    All material submitted regarding the RFP becomes the property of SRTA.

    Any activity pursuant to this RFP by any Proposer is governed by all applicable laws including, without limitation, State and Federal antitrust laws.

    2.13 REGISTERED LOBBYISTS By submitting a response to this RFP, the Proposer hereby certifies that the Proposer and its lobbyists are in compliance with the Lobbyist Registration Requirements in accordance with the Georgia Government Transparency and Campaign Finance Commission. The Certification Regarding Lobbying found in Appendix L must be completed by the Proposer.

    2.14 SUBMITTAL INSTRUCTIONS Listed below are key action items and instructions related to this RFP. The Schedule of Events in section 1.8 identifies the dates and time for these key action items. This portion of the RFP provides instructions regarding the process for reviewing the RFP, preparing a Proposal to the RFP and submitting a Proposal to the RFP.

    PREPARING A RESPONSE When preparing a response, the Proposer must comply with the following:

    1. Use the nomenclature and follow the format instructions provided. 2. Complete Appendix F: as the Cost Proposal. 3. Complete each question in Appendix E: Technical Specifications Response Guide as instructed

    therein and include Appendix E as a part of your Technical Proposal. 4. Label any and all files using the corresponding section numbers of the RFP so that SRTA can easily

    organize and navigate the Proposer’s Proposal. 5. Submittals must be typed on standard (8 ½” x 11”) paper. Excepting those offer documents

    provided by SRTA for completion by the Contractor and sample reports provided by the Contractor to SRTA, all documents submitted by the Contractor shall have a font size no smaller

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    27 General Information and Instructions

    than 10pt font. Contractor may use single or double spacing between lines. Graphics are allowed and may be provided on paper up to size 11 x 17.

    6. See Appendix E for page count information.

    PACKAGING THE RESPONSE The Proposer’s Proposal, in response to this RFP, must be divided into two (2) appropriately labeled and sealed packages - a Technical Proposal and a Cost Proposal.

    The contents of each package will include:

    1. Technical Proposal a) Signed Certificate of Non-Collusion (Cover page of this RFP) b) Cover Letter c) Affidavit of Trade Secrets d) Executive Summary, not to exceed 10 pages e) Appendix D - Performance Requirements and Service Level Agreements and include as a part

    of the Technical Proposal f) Appendix E – Technical Response Guide and all required attachments g) Appendix L – Bid Bond executed by a Surety authorized to do business in the State of Georgia h) Signed Appendix L – Statement of Responsibility Certification Form i) Appendix L Contractor Affidavit under O.C.G.A. § 13-10-91(b)(1) j) Appendix L Subcontractor Affidavit under O.C.G.A. § 13-10-91(b)(3) k) Appendix L Sub-subcontractor Affidavit under O.C.G.A. § 13-10-91(b)(4)

    DO NOT INCLUDE ANY COST INFORMATION IN YOUR TECHNICAL SUBMISSION.

    2. Cost Proposal a) The Proposer must complete Appendix K: as the Cost Proposal

    HARD COPY AND ELECTRONIC COPIES REQUIRED The Proposer must provide the following number of copies:

    1. Technical Proposal: a) Eight (8) hard copies, with one (1) marked “Original” with original signatures b) Two (2) electronic copies (USB drive)

    2. Cost Proposal:

    a) Three (3) hard copies, with one (1) marked “Original” b) Two (2) electronic (USB drive) copies of the SRTA provided Excel Worksheets

    Technical Proposal and Cost Proposal thumb drives must be labeled and packaged separately. In the event of a discrepancy/conflict between a hard copy and electronic versions, the Original hardcopy version will govern.

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    28 General Information and Instructions

    ELECTRONIC COPIES 1. Use caution in creating electronic files. If SRTA is unable to open an electronic file due to a virus

    or because the file has become corrupted, the Proposer’s response may be considered incomplete and disqualified from further consideration.

    2. Use commonly accepted software programs to create electronic files. SRTA has the capability of viewing documents submitted in the following format: Microsoft Word, Microsoft Excel and portable document format file (PDF). Unless the RFP specifically requests the use of another type of software or file format than those listed above, please contact the Issuing Officer prior to utilizing another type of software and/or file format. In the event that SRTA is unable to open an electronic file because SRTA does not have ready access to the software utilized by the Proposer, the Proposer’s response may be considered incomplete and disqualified from further consideration.

    SUBMITTING THE RESPONSE Mark the outside of shipping package as follows:

    Name of Company Point of Contact for Company and Phone Number RFP No. 17-095

    The Proposer’s complete response must be received on or before the due date and time at the following location:

    Issuing Officer 245 Peachtree Center Ave NE, Marquis Tower 1 Suite 2200 Atlanta, Georgia 30303

    All proposals will be time stamped by SRTA upon receipt. Proposals received after the due date and time will not be evaluated.

    2.15 PROPOSAL EVALUATION AND AWARD All proposals received in timely fashion according to the Schedule of Events will be evaluated in accordance with the following steps. The objective of the evaluation process is to identify the proposal which represents the best value to SRTA based on a combination of technical and cost factors. Based on the results of the initial evaluation, SRTA may or may not elect to negotiate technical and/or cost factors as further described in the RFP. Once the evaluation process has been completed (and any negotiations SRTA desires to conduct have occurred), the apparent successful Contractor will be required to execute the Contract. SRTA will announce the results of the RFP as described further in 2.15.13.

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    29 General Information and Instructions

    ADMINISTRATIVE/PRELIMINARY REVIEW Upon receipt, each proposal will be reviewed by the Issuing Officer to determine the proposal’s compliance with the following requirements:

    1. Proposal was received by deadline, 2. Proposal is complete and contains all required documents, and 3. Technical Proposal does not include any pricing from the Cost Proposal

    If the Proposer’s proposal passes the Administrative/Preliminary Review, the Proposer’s proposal will be submitted to the Technical Evaluation Team for evaluation. Terms and conditions attached to a proposal by a Proposer and made a condition of contract execution may render the proposal non-responsive and may be rejected by SRTA.

    SCORING CRITERIA The evaluation is comprised of the following:

    Table 2: Scoring Criteria

    Category Points

    Cost

    Cost of proposed products and/or services

    300 Points

    Technical Scored Requirements Sections 3, 4, 5, Appendix D and Appendix G

    700 Points

    Up to 100 of the 700 Technical Points will be available for optional operational services as determined by SRTA

    Total N/A 1000 Points

    COST PROPOSAL Each Proposer is required to submit a Cost Proposal as part of its response. The Cost Proposal will be evaluated and scored. By submitting a response, the Proposer agrees that it has read, understood, and will abide by the following instructions/rules:

    1. The submitted Cost Proposal must include all costs of performing pursuant to the final posted Contract.

    2. Cost proposals containing a minimum order/ship quantity or dollar value, unless otherwise called for in the RFP, will be treated as non-responsive and may not be considered for award.

    3. In the event there is discrepancy between the Proposer’s unit price and extended price, the unit price shall govern.

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    30 General Information and Instructions

    4. The prices quoted and listed in the Cost Proposal shall be comprised of the initial term including System implementation, a 12-15 month Warranty period, and a four-year Maintenance period. Options will be available to extend the Maintenance period an additional five years subsequent to the initial five-year term (for a total possible Warranty/Maintenance term of ten (10) years).

    For the purposes of the Work to be performed, Proposer shall be responsible for all travel and per diem incurred in the performance of this Contract. Therefore, these expenses shall be included in the prices set out in Appendix K: , Cost Proposal and will not be presented as separately payable items.

    COST STRUCTURE AND ADDITIONAL INSTRUCTIONS SRTA’s intent is to structure the cost format to facilitate comparison among all Proposers and foster competition to obtain the best market pricing. Therefore, SRTA requires that each Proposer’s cost be in the format outlined in Appendix F. Additional or alternative cost structures will not be considered. Each Proposer is cautioned that failure to comply with the instructions listed below, submission of an incomplete offer, or submission of an offer in a different format than the one requested may result in the rejection of the Proposer’s proposal.

    Enter all information directly into the cost sheet(s). Enter numbers on each cost sheet in “number” (two-place decimal), not “currency” or another format unless otherwise stated. That is, omit dollar signs, commas, and any other non-essential symbols (e.g., $7.90 should be entered as 7.90). Prices must be in US Dollars.

    The Technical Proposal shall not include any pricing from the Cost Proposal.

    The Cost Proposal will be reviewed for reasonableness and proper allocation across project deliverables. Failure to reasonably allocate cost among the deliverables may result in proposal disqualification.

    1. The reasonableness review will be a general review of the overall cost proposal and address potential frontend loading of price items such as Mobilization.

    EVALUATING TECHNICAL REQUIREMENTS The Technical Evaluation Team will review each proposal to determine its compliance with the RFP technical requirements. All proposals which are considered “Responsive Proposals” will be scored in accordance with the point allocation in section 2.15.2 Scoring Criteria of this RFP. A total technical score will be assigned to each proposer.

    COMPETITIVE RANGE The Technical Evaluation Team shall evaluate all proposals submitted by the prequalified Proposers (only one (1) proposal each) in accordance with the technical scoring criteria and, in conjunction with the issuing officer, establish a competitive range based on the raw consensus scores of each proposal as follows:

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    31 General Information and Instructions

    1. Based on the raw consensus scores of each proposal against all technical evaluation criteria, the issuing officer may establish a competitive range comprised of all proposals with a raw consensus score of 75% or more of the available raw technical points.

    2. Proposals excluded or otherwise eliminated from the competitive range will not be evaluated any further and their price proposals will be returned to the Proposer. No further revisions to that proposal shall be accepted or considered.

    3. Proposers excluded or otherwise eliminated from the competitive range may request a debriefing upon the conclusion of the solicitation.

    Proposals from Proposers remaining in the competitive range will continue through the evaluation process as outlined below.

    FINAL TECHNICAL SCORE The Proposer with the highest technical score will have its final technical score adjusted to 700 points. All remaining Proposers shall have their scores adjusted as follows:

    Technical Score under Consideration Adjusted Technical Score under Consideration = ---------------------------------------------------------------- X 700 Highest Scoring Unadjusted Technical Score

    EVALUATING COST PROPOSAL AND TOTAL COMBINED SCORE The Cost Proposals will be reviewed and scored in accordance with section 2.15.9 Cost Scoring To expedite the evaluation process, SRTA reserves the right to analyze the Cost Proposals independently, but at the same time the Technical Evaluation Team is analyzing the Technical Proposals. Neither the Cost Proposals nor the cost analysis will be disclosed to the Technical Evaluation Team until the Technical Evaluation Team completes its final evaluation and scoring of the RFP Proposal Factors.

    COST SCORING SRTA will utilize lowest total cost to determine the most competitive Cost Proposal. The Proposer deemed to have the most competitive Cost Proposal overall, as determined by SRTA, will receive the maximum score for the cost criteria. Other proposals will receive a percentage of the maximum score based on the percentage differential between the most competitive Cost Proposal and the specific proposal in question as follows:

    Lowest Cost Proposal Cost Score under Evaluation = --------------------------------------------- X300

    Cost Proposal under Evaluation

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    32 General Information and Instructions

    BEST AND FINAL OFFERS (BAFOS) At SRTA’s sole discretion, after the evaluation of all responsive proposals, SRTA may request a Best and Final Offer (BAFO) from all Proposers or to the two Proposer’s with the highest scores within the competitive range at the end of initial scoring. In the event that a Best and Final Offer is requested, the request will indicate: 1.) the elements of the proposal for which revisions are requested; 2.) the criteria by which the revised proposals will be evaluated; 3.) any additional questions that the Proposer must respond to; and 4.) the method of submission and the deadline for submission of revised proposals and pricing. Additional discussions between SRTA and the proposers may not take place during the BAFO period. The proposer with the highest cumulative score after evaluation at the end of the BAFO process, based upon any adjustments to initial pricing scores, is the Apparent Successful Proposer.

    TOTAL SCORE The Proposer’s Adjusted Cost Score will be combined with the Proposer’s Adjusted Technical Score to determine the Proposer’s overall score (or “Total Combined Score”).

    SELECTION AND AWARD The responsive and responsible Proposer receiving the highest Total Combined Score and with whom SRTA executed the Contract will be selected for award.

    PUBLIC AWARD ANNOUNCEMENT The preliminary results of the evaluation may be announced through the public posting of a Notice of Intent to Award to the SRTA website and/or to the Georgia Procurement Registry. The Notice of Intent to Award (“NOIA”) is not notice of an actual Contract award; instead, the NOIA is notice of SRTA’s expected Contract award(s) pending resolution of the protest process. The NOIA (if any) will identify the apparent successful Proposer.

    The Notice of Award (“NOA”) is SRTA’s public notice of actual Contract award and will be publicly posted to the SRTA website.

    2.16 COMPANY STRUCTURE The Proposer will provide the legal form of its business organization, the state in which incorporated (if a corporation) or otherwise formed, the types of business ventures in which the organization is involved and the office location that will be the point of contact during the term of any resulting Contract.

    2.17 SMALL AND/OR MINORITY BUSINESS It is the policy of the State of Georgia that small and/or minority business enterprises shall have a fair and equal opportunity to participate in the State purchasing process. Therefore, the State of Georgia

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    33 General Information and Instructions

    encourages all small and minority business enterprises to compete for, win, and receive contracts for goods, services, and construction. Also, the State encourages all companies to subcontract portions of any state contract to small and minority business enterprises. Proposers interested in taking advantage of the Georgia income tax incentives provided for by the O.C.G.A. § 48-7-38, relative to the use of minority subcontractors in the performance of contracts awarded by the State of Georgia, should contact the Department of Administrative Services Vendor Relations Administrator. Proposers must complete the Subcontractors and DBEs Form in Appendix L.

    2.18 SALES AND USE TAX In accordance with O.C.G.A § 50-5-82, the SRTA is prohibited from awarding a contract to a nongovernmental Contractor if that Contractor or an affiliate of the Contractor is a “dealer” failing or refusing to collect sales or use taxes on its sales delivered to Georgia. Please complete the Sales and Use Tax Form, which is included as Appendix I: to this RFP.

    In the event the Proposer is identified as an apparent successful Contractor, the information provided in the Sales and Use Tax Form will be submitted by SRTA to the Georgia Department of Revenue (“DOR”) for a determination as to whether the Proposer is a “prohibited source.” SRTA reserves the right to submit the Proposer’s completed form to DOR for review even if the Proposer has not been selected for award.

    Any Proposer identified as a prohibited source will be ineligible for award. Accordingly, the Proposer is strongly encouraged to check its tax status and resolve any outstanding tax liabilities prior to submitting Proposer’s proposal. Department of Revenue has identified the following source to allow Proposers to check current tax status: http://www.etax.dor.ga.gov.

    2.19 PROPOSAL WITHDRAWAL AND/OR REVISION FOLLOWING SUBMISSION A submitted proposal may be withdrawn and changes to a submitted proposal can be made prior to the RFP Due Date and time. In the event a Prequalified Proposer notes an error or omission in its response which was overlooked prior to submitting the proposal, the Prequalified Proposer may contact the Issuing Officer to request the proposal be withdrawn. Once the Prequalified Proposer’s response is withdrawn, SRTA has no response from the Prequalified Proposer. Unless and until the Prequalified Proposer resubmits the revised response, SRTA will have no offer from the Prequalified Proposer to evaluate for possible Contract award. Any resubmission must be received by SRTA no later than the RFP Due Date and time.

    2.20 CONFLICT OF INTEREST The Proposer must disclose in detail, with the Proposal, anything that may create a conflict or appearance of a conflict of interest. Conflicts of interest that arise after the RFP Due Date and before the NOA must be disclosed in detail in writing to the Issuing Officer.

    http://www.etax.dor.ga.gov/

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    34 Scope of Work

    2.21 CONTRACTOR RESPONSIBILITY A Responsible Contractor is one that SRTA believes to be responsible based on responses provided on the Contractor’s “Statement of Responsibility Certification Form” and/or based on Contractor’s responses to the requirements of the solicitation document. SRTA reserves the right to conduct additional due diligence into any Proposer’s responsibility status. Such due diligence may include investigations into any of the items set forth on the form in Appendix L. Each Proposer must complete and submit Appendix L.

    2.22 CONTRACT TERMS AND CONDITIONS The Contract that SRTA expects to award because of this RFP will be the Final Contract posted by the Deadline for Posting Final Contract as set forth in the Schedule of Events.

    2.23 EXECUTION OF CONTRACT At the end of the evaluation process, SRTA shall contact the apparent successful Proposer. The apparent successful Proposer must return two signed Contracts acceptable to SRTA to the Issuing Officer within one (1) week of notification. Failure to do so may lead to rejection of the Proposer. SRTA reserves the right to proceed to discussions with the next highest ranked Proposer.

    SRTA reserves the right to modify the Contract to be consistent with the successful offer.

    2.24 RESERVED RIGHTS SRTA reserves the right to reject any and all proposals or any portion of a specific proposal for any reason. Issuance of this RFP and receipt of proposals does not commit SRTA to award a contract. SRTA has the sole right to select the successful Proposer for contract award; to reject any Proposal as unsatisfactory or non-responsive due to non-conformance with the requirements of this RFP; to cancel the solicitation and to advertise for new RFPs; or not to award a contract as a result of this RFP. SRTA reserves the right to accept any Proposal deemed to be in the best interest of SRTA and to waive any irregularities in any proposal that does not prejudice other Proposers. SRTA further reserves the right to negotiate with the Proposer whose Proposal is considered by SRTA and in its sole discretion, to be most advantageous to SRTA. SRTA further reserve the right to retain all Proposals submitted and to use any ideas or concepts in any proposal for any purpose regardless of whether that proposal is selected for contract award. Proposals shall be submitted to SRTA on the most favorable of terms possible from the standpoint of cost, quality and technical capability to SRTA. No Proposer shall have any cause of action against SRTA arising out of the methods by which Proposals are evaluated.

    3 SCOPE OF WORK The following is the scope of work for this RFP.

  • Customer Service System (CSS) Implementation and Maintenance RFP No. 17-095

    35 Scope of Work

    3.1 GENERAL REQUIREMENTS The Contractor shall supply a CSS that will support the currently operational tolled facilities along with Transit and Parking operations in the Metropolitan Atlanta area (the CSS provided by the Contractor will replace the existing SRTA CSS), and future tolling projects.

    The Contractor shall pro