October 17, Dear Vendors: Reference: RFQ No. FY Subject: Enterprise Risk Management Evaluation

Similar documents
February 7, Dear Vendors: Reference: RFQ No. FY Video Services for Law Enforcement. Subject: Video Production Services

REQUEST FOR PROPOSAL. No Ruby Training Services. July American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No PowerShell Training Services. July American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No. FY General Services Contract for Conferences. June American Association of Motor Vehicle Administrators

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

U.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions

Persons submitting this form should refer to the regulations referenced below for complete instructions:

DESIGN - BUILD PROPOSAL OF

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, Inc. REPRESENTATIONS AND CERTIFICATIONS (Must be completed and returned)

H. Assurances and Certifications Form

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Attachment C Federal Clauses & Certifications

REQUEST FOR BIDS BACKGROUND CHECK SERVICES. Bids Due: January 18th, 2017 at 10:00 A.M.

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

Required Federal Forms

REPRESENTATIONS, CERTIFICATIONS, AND ACKNOWLEDGEMENTS

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

REPRESENTATIONS AND CERTIFICATIONS Contract: SPRHA1-18-D-0002

Certifications. Form AD-1047 (1/92)

CITY OF SAN ANGELO REQUEST FOR PROPOSALS

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

State of Florida PUR 1001 General Instructions to Respondents

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

Vendor Certifications and Representations

REQUEST FOR PROPOSAL. No. FY Cloud Hosting Services and Managed Services Provider. October, 2017

Cherokee Nation

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

Request for Qualifications RFQ #

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

UNIVERSITY OF ARIZONA SUBRECIPIENT COMMITMENT FORM

Cherokee Nation

Contract Assurances Attachment 4. Contract Assurances

Suspension and Debarment Policy

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

ATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909

Notice to Interested Parties

AVIATION AUTHORITY POLICY. 400: FISCAL MATTERS Effective: 06/02/16

Notice to Interested Parties

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

LOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and

Minnesota Department of Health Tribal Governments Grant Agreement

REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA)

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

CBA. Procurement: General Procurement Policies

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 28711

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34282

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 19431

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 39735

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 30255

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,

Recitals. Grant Agreement

FORENSIC FINANCIAL AUDIT SERVICES

Bids Due: March 16, 2018

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

MARYLAND STATE TREASURER S OFFICE. Louis L. Goldstein Treasury Building 80 Calvert Street, Room 109 Annapolis, Maryland 21401

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34920

Request for Proposal. For. Redistricting Consultant

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS. Concept Plan and Implementation Matrix for the Patapsco Regional Greenway

Notice to Interested Parties

N.J.A.C. 17: Causes for debarment of a firm(s) or an individual(s)

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS

For additional information contact: Casey Covington

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

RFP Milestones, Instructions, and Information

and ments Repre Page 1 of 122 RFP No Operations

PART 25-GOVERNMENTWIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) AND GOVERNMENTWIDE REQUIREMENTS FOR DRUG-FREE WORKPLACE (GRANTS) Subpart A-General

PURCHASING DEPARTMENT WASHINGTON COUNTY PUBLIC SCHOOLS 820 Commonwealth Avenue Hagerstown, Maryland Telephone (301) Fax (301)

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 18677

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

Messenger Service Requirements to Open a Main Office

Town of Hooksett. ADMINISTRATION DEPARTMENT Dean E. Shankle, Jr., Ph.D., Town Administrator

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

RFP Milestones, Instructions, and Information

Notice to Interested Parties

CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA

Integrity Declaration Form. Instructions for Submitting an Integrity Declaration Form

CLOVIS COMMUNITY COLLEGE. External Grant Evaluation Services

REQUEST FOR PROPOSALS (RFP) # B TO LEASE KCATA S FACILITY LOCATED AT 39 TH AND TROOST AVENUE IN KANSAS CITY, MISSOURI

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF ENGINEERING SERVICES NORTH ARLINGTON LYNDHURST JOINT SEWER MEETING C-3 LICENSED ENGINEER

METROPOLITAN TRANSPORTATION AUTHORITY CONTRACTOR RESPONSIBILITY FORM INSTRUCTIONS 1

Request for Proposal. RFP # Non-Profit, Sports Photography

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON:

Section Serious Deficiency

Pinellas County. Staff Report

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 18515

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Transcription:

October 17, 2018 Dear Vendors: Reference: RFQ No. FY19-17106 Subject: Enterprise Risk Management Evaluation AAMVA is hereby requesting quotes on Enterprise Risk Management assessment. Please make sure your proposal includes pricing for all labor, estimated travel cost, and other direct cost related to the project. Project Background AAMVA is seeking firms to provide an Enterprise Risk Management Assessment to be awarded in December and to begin work in January 2019. The ERM Assessment will help AAMVA develop a plan that will provide strategic oversight of AAMVA s risk management strategies to assure the products and services AAMVA members depend on are protected. Statement of work: The assessment should focus on AAMVA s ability to continue operations during an emergency, or breakdown in internal systems and facilities, or an outside emergency affecting the region or country. The firm should examine all aspects of AAMVA s operations: Physical Infrastructure IT systems and security Meeting and Conference Services Financial Oversight/Services Ability of AAMVA Staff to operate in an emergency Ability to continue to provide services to our jurisdictions and vendors. We are looking for firms that have the expertise that can provide a detail risk assessment on how best to protect and manage risk exposure throughout the organization. This would include identifying and prioritizing the risks and recommending next steps.

Firms may be required to present their analysis and recommendations to our board of directors in April 2019. Period of Performance: January 1, 2019 to April 30, 2019 Labor Rates and Resumes: Please provide resumes or executive summaries for the key personnel proposed to perform the work in your proposal. Also include the breakdown between different labor categories and rates along with the estimated number of hours and any travel expenses required like the sample table below. Labor Category Estimated Hours Hourly Rate Total Principal consultant 100 $50.00 $5,000.00 Estimate Travel $1,000.00 Past Performance and References: Please provide at least three (3) examples of past performance. Evaluation Process: AAMVA will convene an evaluation panel comprising members chosen for their relevant expertise and experience. Quotes will be evaluated in accordance with the scoring outlined below. Proposed solution and services provided (30%) Demonstrated experience providing ERM assessments (25%) Past performance examples and references (10%) Pricing (35%) AAMVA may request an oral presentation and discussion to narrow down our selection. Details will be provided at a later date.

RFQ Timeline: Issue RFQ October 17, 2018 Written Questions Due October 23, 2018 Bidders Conference October 25, 2018 1pm EST Proposal Due November 9, 2018 Evaluate Proposal ASAP Announce Apparent Successful Contractor NLT December 2018 Issue Purchase Order/Sign Contract NLT December 2018 Work to start Jan 2019 Instructions and Contact information: 1. AAMVA will provide more detailed information on the organization once we have received a confirmation on your intent to submit a bid and a Non-Disclosure agreement is signed. 2. Quotes shall be submitted to procurement@aamva.org in pdf format by November 9, 2018. 3. All terms and conditions including pricing shall remain valid for 90 calendar days from the date of submission. 4. Please ensure Exhibits A and B attached hereto are signed and included with your submission. Procurement contacts: Wesley Day Sr. Manager Procurement Phone: 703-908-5877 Email: wrday@aamva.org Siedah Ross Procurement Specialist Phone: 703-908-2861 Email: sross@aamva.org Thank you for your interest. Sincerely, Wesley Day Sr. Manager, Procurement

EXHIBIT A CERTIFICATIONS AND ASSURANCES I/we make the following certifications and assurances as a required element of the proposal to which this Exhibit A is attached, understanding that the truthfulness of the facts affirmed herein and the continuing compliance with these requirements are conditions precedent to the award or continuation of the related contract(s): 1. I/we declare that all answers and statements made in the proposal are true and correct. 2. The prices and/or cost data have been determined independently, without consultation, communication, or agreement with others for the purpose of restricting competition. However, I/we may freely join with other persons or organizations for the purpose of presenting a single proposal. 3. The attached proposal is a firm offer for a period of 90 days following the due date for receipt of proposals, and it may be accepted by AAMVA without further negotiation (except where obviously required by lack of certainty in key terms) at any time within the 60-day period. 4. In preparing this proposal, I/we have not been assisted by any current or former employee of AAMVA whose duties relate (or did relate) to this proposal or prospective contract, and who was assisting in other than his or her official capacity. Any exceptions to these assurances are described in full detail on a separate page and attached to this document. 5. I/we understand that AAMVA will not reimburse any costs incurred in the preparation of this proposal. All proposals become the property of AAMVA and I/we claim no proprietary right to the ideas, writings, items, or samples presented in the proposal, unless so stated in the proposal. 6. Unless otherwise required by law, the prices and/or cost data which have been submitted have not been knowingly disclosed by the consultant and will not knowingly be disclosed by him/her prior to opening, directly or indirectly, to any other consultant or to any competitor. 7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation contents and the attached general terms and conditions. If there are any exceptions to these terms, I/we have described those exceptions in detail on a page attached to this document. 8. No attempt has been made or will be made by the consultant to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. Signature of Offeror Printed Name, Title and Date

EXHIBIT B- CERTIFICATION OF DEBAREMENT The prospective vendor certifies to the best of its knowledge and belief that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any department or agency of the Commonwealth of Virginia or any of the jurisdictions comprising the membership of the American Association of Motor Vehicle Administrators (AAMVA); 3. Have not within a three year period preceding this date been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 4. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated above of this certification; and 5. Have not within a three-year period preceding this date had one or more public transactions (Federal, State or local) terminated for cause or default. Vendor understands that a false statement on this certification may be grounds for rejection of any submitted proposal or quotation or termination of any award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both if federal funds are being used to support the procurement. Printed Name of Vendor Printed Name and Title of Authorized Representative Signature of Authorized Representative