Вы находитесь на странице: 1из 17

REQUEST FOR QUALIFICATIONS for Financial

Management System and System Integrator Professional Services


RFQ# CON2014-08
CONTACT: Steve Lee, Steve.W.Lee@sfgov.org, (415) 701-3449
Background
The City and County of San Francisco (the City), established
by Charter in 1850, is a legal subdivision of the State of
California with the governmental powers of both a city and a
county under California law. The City has an annual budget of
approximately $7.9 billion and employs approximately 28,000
employees.

The Citys current central, citywide financial system is FAMIS
(Financial Accounting and Management Information system),
a Cobol-VSAM mainframe system supported by the Office of
the Controller and used by all City departments. FAMIS is the
system of record for all official budgetary and accounting
information for the City. It is the basis of budgetary control,
fund accounting and financial statements on the Citys fiscal
position. The City seeks to replace FAMIS and implement a
comprehensive citywide financial management system.

The purpose of this Request for Qualifications (RFQ) is to pre-
qualify firms who provide and implement comprehensive
software solutions, especially Enterprise Resource Planning
Software, for participation in an RFP for replacement and
implementation of a new citywide financial management
system for the City. The City expects to receive Responses
from a Response Team made up of a System Integrator
and a Software Vendor. Only prequalified firms may
respond to the RFP to be issued in the future.
Intent of this Request for Qualification (RFQ)
It is the intent of the Controllers Office to create a pre-
qualified list of firms to respond to a subsequent RFP to
provide a comprehensive, fully integrated Enterprise
Resource Planning (ERP) System specifically designed
for government agencies, including all services related to
delivery, installation, integration, customization, data
conversion, training, documentation, deployments and
project management.

Prequalification Period
Response Teams pre-qualified under this RFQ will be
eligible to participate in the RFP process for replacing the
Citys financial management system for two years from
the pre-qualification notification date. Firms pre-qualified
under this RFQ are not guaranteed a contract.

Subcontracting Requirement:
Please note there is no Local Business Enterprise (LBE)
sub-consulting goal for this Request For Qualifications
(RFQ). However, there will be one for the Request for
Proposal (RFP) of 5%. Contractors will be asked to
partner with LBEs during the RFP process. For more
information regarding LBEs, please contact Romulus
Asenloo at romulus.asenloo@sfgov.org.

Schedule*
RFQ Issued May 15, 2014

Deadline for RFQ questions 5:00 pm PT
May 29, 2014

Response Teams Conference 2:00 pm PT
June 5, 2014

Answers to Questions Posted June 10, 2014

Deadline for RFQ Responses 5:00 pm PT
June 20, 2014

Qualification Notifications

July 2014
*Each date subject to change.
Check website for latest
schedule.


RFQ Questions and Communications
Interested parties, including Response Teams, are
specifically directed NOT to contact any employees or
officials of the City other than those specifically
designated in this RFQ and its Attachments.
Unauthorized contact may be cause for rejection of
responses at the Citys sole and absolute discretion.

Before the Response Teams conference, e-mail your
questions to at steve.w.lee@sfgov.org. Questions must
be in writing and received before 5:00 pm PT on May
29, 2014.

A summary of the questions and answers pertaining to this RFQ
will be posted on the City Controllers Office website at
http://www.sfcontroller.org/solicitations
Controllers Office City Hall, Room 316 1 Dr. Carlton B. Goodlett Place San Francisco, CA 94102 415.554.7500
http://www.sfgov.org/controller

City and County of San Francisco
Office of the Controller

City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page i
Table of Contents

Table of Contents ......................................................................................................................... i
1.0 Introduction ..................................................................................................................... 1
1.1 General terms used in this RFQ ................................................................................. 1
1.2 Background ................................................................................................................ 1
1.3 Statement of Need and Intent ..................................................................................... 3
1.4 Scope of Work ............................................................................................................ 3
1.4.1 Software ............................................................................................................... 4
1.4.2 Services ................................................................................................................ 4
1.5 Agreements Expected ................................................................................................ 5
2.0 RFQ Schedule and City Communication with Response Teams...................................... 6
2.1 RFQ Schedule* ........................................................................................................... 6
2.2 Issuing Agent .............................................................................................................. 6
2.3 Questions and Answers .............................................................................................. 6
2.4 Response Teams Conference ................................................................................... 7
2.5 Summary of Information Requested and Presented ................................................... 7
2.6 City Communication Following Receipt of Responses ................................................ 7
2.7 Protest Procedures ..................................................................................................... 7
2.7.1 Objections to RFQ Terms ..................................................................................... 7
2.7.2 Protest of Non-Responsiveness Determination ..................................................... 7
2.7.3 Protest of Establishment of Pre-Qualified Firm List ............................................... 8
2.7.4 Delivery of Protests ............................................................................................... 9
3.0 Evaluation Criteria ..........................................................................................................10
3.1 Minimum Qualifications ..............................................................................................10
3.2 Statement of Financial Position .................................................................................12
3.3 Response Certification ...............................................................................................12
3.4 Contractor Selection Processes .................................................................................12
3.5 Reference Checks .....................................................................................................12
3.6 Other Terms and Conditions Governing this RFQ ......................................................12
4.0 Response Submission Requirements .............................................................................14
4.1 Time and Place for Submission of Responses ...........................................................14
4.2 Response Package ...................................................................................................14
4.2.1 Response Checklist .............................................................................................14

City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 1
1.0 Introduction
1.1 General terms used in this RFQ
Terms and abbreviations used throughout this RFQ include:
The City The City and County of San Francisco
CAFR - Comprehensive Annual Financial Report
Controllers Office The City and County of San Francisco Controllers Office
COTS Commercial Off the Shelf software
Documentation - a set of documents provided on paper or online. Examples are user
guides, white papers, on-line help, quick-reference guides
EIS - Executive Information System, a central data warehouse, reporting and analysis
system
ERP Enterprise Resource Planning System
FAMIS Financial Accounting and Management Information System
GUI - Graphical User Interface
HCM Human Capital Management
Proposer Any entity submitting a Response to this Request for Qualifications
Respondent Any entity submitting a Response to this Request for Qualifications
Response A Respondents proposal submitted in response to this RFQ
Response Team the System Integrator and Software Vendor that the Respondent is
proposing to be prequalified as a team under this RFQ
RFP Request for Proposals
RFQ Request for Qualifications
Software Vendor - a company specializing in making or selling software, designed for
mass or niche markets
System represents the entire suite of software, licenses, custom programming and all
services needed to meet the Citys requirements as described in RFQ Section 1.4
Scope of Work for a City-wide financial management system replacement
System Integrator - a company that specializes in bringing together component
subsystems into a whole and ensuring that those subsystems function together
1.2 Background
The City and County of San Franciscos central financial system is FAMIS. FAMIS is an on-line,
transaction based, Cobol/VSAM, file based mainframe system. The major functions of FAMIS
include general ledger, project and grant accounting, fund accounting, purchasing, accounts
payable, accounts receivable, budgetary control, vendor maintenance and tracking, fixed asset
accounting, labor distribution, and payment issuance functions. FAMIS is supported by the
Controllers Office and maintains the official budgetary and accounting information for the City. It
is the basis for all official budgetary, operational, fund accounting reports and statements. It is
the source for the Citys CAFR and other audited financial statements and reports. It is the basis
City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 2
for the Citys fiscal position as issued by the Controller. FAMIS is used by financial, accounting,
purchasing and other staff in all City Departments.

FAMIS supports batch interfaces for certain financial activity. At the citywide level, interfaces to
and from FAMIS include the Citys Payroll System (currently Oracle PeopleSoft HCM 9.0), the
Citys Budget System, and the EIS. The Budget System and EIS use an Oracle database with
Cognos reporting and analytical software. For certain departmental activity, interfaces to and
from FAMIS include payment processing, encumbrance posting, cost allocation, work order
billings, vendor compliance and status information, inventory, accounts receivable, tax revenue
refunds, and other functions. FAMIS also interfaces with the Citys bank for check processing
and electronic payments.

Departmental processing systems and reporting environments also rely upon FAMIS data to
populate and update information for project management, requisitioning, materials management,
contracting, billing, grant reporting, and other purposes. Departments also use standalone
systems, spreadsheets, and other tools to track, maintain, and report on types of financial
information that are not maintained in FAMIS. They also use these systems and other tools to
reconcile FAMIS data. Departments often need to report on information at a lower level or
sometimes with a different accounting structure than is recorded in FAMIS. In some cases,
because of these department level needs, they must duplicate data entry into FAMIS and
reconcile data between systems.

FAMIS has a Web-GUI front end, using software from HostBridge Technology that is used
Citywide along with TN3270 emulators. HostBridge is also being used to generate XML from the
mainframe CICS screens in order for some departments to integrate their Web based
applications with FAMIS.

The following tables present information pertaining to the Citys current FAMIS production
environment.

Table 1: Number of approximate active users by module
Accounting Purchasing Fixed Assets
2,436 1,854 142

Table 2: Number of approximate transactions in a fiscal year
Encumbrance Payment Journal Entry
54,000 421,000 251,000

Table 3: Number of funds
General Fund Enterprise Special Rev. Cap. Proj. Debt Service Perm./Bequest
1 8 22 7 3 1

Table 4: Number of approximate active grants and projects
Grants Projects
1,760 4,908

City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 3
Table 5: Major File Record Counts (represents seven fiscal years: 2007-08 through 2013-14)
Operating General Ledger
Transaction
17,454,693 8,656,101
36,329,986


More information regarding the Citys budget and finances can be found by reviewing the Citys
Comprehensive Annual Financial Report (CAFR), available at the following website:
http://www.sfcontroller.org/index.aspx?page=537
1.3 Statement of Need and Intent
The purpose of this RFQ is to establish a pre-qualified list of firms to respond to a subsequent
RFP to provide a comprehensive, fully integrated Enterprise Resource Planning (ERP) System
specifically designed for government agencies, including all services related to delivery,
installation, integration, customization, data conversion, training, documentation, deployments
and project management. The City is seeking a proven System that is in current operational use
by at least four (4) other public entities with similar scope and complexity to the City and County
of San Francisco, California.

It is imperative that the proposed System be compatible and fully integrated with the Citys
Oracle PeopleSoft Human Capital Management (HCM) system, and must be able to support
multiple interfaces for different business application and technical environments.

It is the Citys intention to acquire a direct software license and maintenance agreement from the
Software Vendor, and professional services from the System Integrator. As part of this RFQ, the
Response Team certifies that they have worked together in a successful project similar in size
and scope.

Only prequalified firms may respond to a Request for Proposal to be issued in the future for the
scope of work described in Section 1.4 Scope of Work.
1.4 Scope of Work
This RFQ provides a high-level overview of the requirements that responders must meet to pre-
qualify for inclusion in future procurement activities. Detailed System requirements will be
provided in an RFP to be published at a later date. The System requirements will include both
software and integration services.
City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 4
1.4.1 Software
The City requires a Commercial-off-the-Shelf (COTS) software system, vendor supported, and
upgradeable ERP Solution that includes the major areas of functionality as specified in Table 6
Core System Functionality. Successful responders must demonstrate the ability to provide and
integrate a software solution that fulfills the functionalities and all System modules as described
in Table 6.

Table 6 Core System Functionality
Financial
Chart of Accounts
General Ledger
Accounts Receivable
Budget Control / Accounting
Fund Accounting
Encumbrance Accounting
Project Accounting
Cost Accounting
Grants Accounting
Grants Management
Invoicing and Billing
Strategic Sourcing
Accounts Payable
Purchase Orders and Requisitions
Contracts and Solicitations
Receiving
Sourcing Network
Vendor Management
Master Contract Support
Inventory Management
Capital and Fixed Assets
Work Order Accounting
Reporting
Business Intelligence and Reporting

1.4.2 Services
The City requires a System Integrator to ensure successful implementation, deployment, data
conversion, migration, testing, Documentation, training and ongoing support of the acquired
System. Anticipated implementation services required include:
Requirements confirmation and mapping
Implementation and configuration of the proposed System
Interface development and integration with the Citys systems performing specialized
financial management functions
City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 5
Integration with the Citys Oracle PeopleSoft Human Capital Management
Quality Assurance activities
Data conversion activities
Migration of existing systems, including data and all work in progress activities
All deployment activities
Organizational change management activities
Testing
Training of City staff
Documentation
1.5 Agreements Expected
The City expects to award the following separate contracts from this procurement:
Perpetual Software License and Maintenance Agreements for the ERP solution and for third
party application software (if any), as configured by the System Integrator.
Implementation Services Agreement that provides for ERP implementation services.

City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 6
2.0 RFQ Schedule and City Communication with
Response Teams
2.1 RFQ Schedule*
RFQ Schedule
RFQ Issued May 15, 2014
Deadline for RFQ Questions 5:00 pm PT
May 29, 2014
Response Teams Conference 2:00 pm PT
June 5, 2014
Answers to Questions Posted
June 10, 2014
Deadline for RFQ Responses 5:00 pm PT
June 20, 2014
Qualification Notifications July 2014
* Each date subject to change. Check website for latest schedule
2.2 Issuing Agent
The Office of the Controller is issuing this RFQ on behalf of the City and County of San
Francisco.
2.3 Questions and Answers
The City will compile questions prior to the Response Teams Conference. Answers to these
questions will be provided at the Conference and attendees may ask additional questions during
the Conference. The City will compile all questions and answers and post them on the
Controllers Office website at http://www.sfcontroller.org/solicitations.

Please e-mail any questions to Steve Lee at steve.w.lee@sfgov.org. Questions must be in
writing and received before 5:00 pm PT on May 29, 2014. No questions will be accepted after
this time with the exception of City vendor compliance.

All inquiries should include the number and title of the RFQ. Substantive replies will be
memorialized in written addenda to be made part of this RFQ. All addenda will be posted on the
Controllers Office website at http://www.sfcontroller.org/solicitations. This RFQ will only be
governed by information provided through written addenda. With the exception of Contract
Monitoring Division (CMD) or City contracting inquiries, no questions or requests for
interpretation will be accepted after 5:00 pm PT on May 29, 2014. Responders are encouraged
to check this website daily for any updates.
City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 7
2.4 Response Teams Conference
The City encourages attendance for all vendors interested in proposing as either the System
Integrator or Software Vendor of the Response Team. The Citys goals for the conference are to
provide an overview of submission requirements and to answer questions about the RFQ.
NOTE: No questions will be accepted after the deadline for Final Questions (See RFQ
Schedule). However, Conference attendees will be allowed to ask additional questions during the
conference.

The Response Teams Conference will be at 2:00 pm PT on June 5, 2014 at City Hall, 1 Dr.
Carlton B. Goodlett Place, Room 305 (3
rd
Floor), San Francisco, CA 94102. The main entrances
to City Hall are at Polk Street and Van Ness Avenue. The closest main thoroughfares are at
Market Street and Van Ness Avenue. This location is accessible by BART (Civic Center Station)
and a number of MUNI routes.
2.5 Summary of Information Requested and Presented
Following the Response Teams Conference, a summary of all questions and answers pertaining
to this RFQ will be posted on the Citys website http://www.sfgov.org/ under Business Bids &
RFPs >>Consultants and Professional Services at the following URL:
http://mission.sfgov.org/OCABidPublication/ReviewBids.aspx
2.6 City Communication Following Receipt of Responses
The City may contact Response Teams for clarification or correction of minor errors or
deficiencies in Responses. Minor errors or deficiencies are defined as those that do not
materially impact the Citys evaluation of the Response such as failing to label the original
Response as an original. Major errors or omissions, such as the Response Teams failure to
provide RFQ Attachment V Response Template with sufficient detail, will result in rejection of
the Response. For information regarding the Citys Evaluation Process, See RFQ Section 3.0 -
Evaluation Criteria.
2.7 Protest Procedures
2.7.1 Objections to RFQ Terms
Any questions or objections concerning the requirements in this RFQ must be submitted, in
writing, and received by the Controllers Office no less than five working days prior to the bid
opening date and time. Response Teams who fail to do so will waive all further rights to protest,
based on these specifications and conditions. The failure of a Response Team to object in the
manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such
objection.
2.7.2 Protest of Non-Responsiveness Determination
By 5:00 pm PT on the fifth (5
th
) working day of the City's issuance of a notice of non-
responsiveness, any Response Team that has submitted a response and believes that the City
has incorrectly determined that its response is non-responsive may submit a written notice of
protest. Such notice of protest must be received by the City by 5:00 pm PT, the fifth (5
th
) working
day following the City's issuance of the notice of non-responsiveness. The notice of protest must
include a written statement specifying in detail each and every one of the grounds asserted for
the protest. The protest must be signed by an individual authorized to represent the Response
City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 8
Team, and must cite the law, rule, local ordinance, procedure or RFQ provision on which the
protest is based. In addition, the protestor must specify facts and evidence sufficient for the City
to determine the validity of the protest.

If the Response Team submits a complete and timely protest, a review of the protest shall
commence soon after receipt of the protest. The City, at its discretion, may make a
determination regarding a protest without requesting further documents or information from the
Proposer who submitted the protest. Accordingly, the initial protest must include all grounds of
protest and all supporting documentation or evidence reasonably available to the prospective
Proposer at the time the protest is submitted. If the Proposer later raises new grounds or
evidence that were not included in the initial protest, but which could have been raised at that
time, then the City may not consider such new grounds or new evidence. The review shall be an
informal process conducted by the Controllers Office or its designee and will be based upon the
information submitted by the Response Team in its protest letter. The Controllers Office will
notify the Response Team in writing of its decision at the conclusion of the review. The decision
of the Controllers Office is final. The evaluation of proposals will not be delayed or postponed to
allow for completion of a protest process.

Protests not received within the time and manner specified will not be considered. A Proposer's
failure to protest as specified above on or before the time specified above shall constitute a
complete and irrevocable waiver of the ground(s) of protest and forfeit the Proposer's right to
raise such ground(s) of protest later in the procurement process, in a Government Code Claim,
or in other legal proceedings.

2.7.3 Protest of Establishment of Pre-Qualified Firm List
By 5:00 pm PT on the fifth (5
th
) working day of the City's issuance of a notice of intent to
establish a pre-qualified firm list, any Response Team whose response was not deemed non-
responsive and believes that the City has incorrectly excluded it from the pre-qualification list
may submit a written notice of protest. Such notice of protest must be received by the City on or
before the fifth (5th) working day after the City's issuance of the notice of intent to establish a pre-
qualified firm list.

The notice of protest must include a written statement specifying in detail each and every one of
the grounds asserted for the protest. The protest must be signed by an individual authorized to
represent the Response Team, and must cite the law, rule, local ordinance, procedure or RFQ
provision on which the protest is based. In addition, the protestor must specify facts and
evidence sufficient for the City to determine the validity of the protest.

If the Response Team submits a complete and timely protest, a review of the protest shall
commence soon after receipt of the protest. The City, at its discretion, may make a
determination regarding a protest without requesting further documents or information from the
Proposer who submitted the protest. Accordingly, the initial protest must include all grounds of
protest and all supporting documentation or evidence reasonably available to the prospective
Proposer at the time the protest is submitted. If the Proposer later raises new grounds or
evidence that were not included in the initial protest, but which could have been raised at that
time, then the City may not consider such new grounds or new evidence. The review shall be an
informal process conducted by the Controllers Office or its designee and will be based upon the
information submitted by the Response Team in its protest letter. The Controllers Office will
City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 9
notify the Response Team in writing of its decision at the conclusion of the review. The decision
of the Controllers Office is final. The issuance of the pre-qualified list and RFP issuance will not
be delayed or postponed to allow for completion of a protest process.

Protests not received within the time and manner specified will not be considered. A Proposer's
failure to protest as specified above on or before the time specified above shall constitute a
complete and irrevocable waiver of the ground(s) of protest and forfeit the Proposer's right to
raise such ground(s) of protest later in the procurement process, in a Government Code Claim,
or in other legal proceedings.

2.7.4 Delivery of Protests
All protests must be received by the due date. If a protest is mailed, the protestor bears the risk
of non-delivery within the deadlines specified herein. Protests should be transmitted by a means
that will objectively establish the date the City received the protest. Protests or notice of protests
made orally (e.g., by telephone) will not be considered. Protests must be delivered to:

Mary Hom
Office of the Controller
1 Dr. Carlton B. Goodlett Place, Room 306
San Francisco, CA 94102
Mary.Hom@sfgov.org

City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 10
3.0 Evaluation Criteria
This section describes the guidelines used for analyzing and evaluating the responses and for
Response Team pre-qualification. It is the Citys intent to pre-qualify Response Teams that
provide the best overall qualifications to the City. Response Teams selected for pre-qualification
are not guaranteed a contract. This RFQ does not in any way limit the Citys right to solicit
contracts for similar or identical services if, in the Citys sole and absolute discretion, it
determines the pre-qualified list is inadequate to satisfy its needs.
3.1 Minimum Qualifications
Any response that does not demonstrate that the Response Team meets these minimum
qualifications, listed in Section 3.1, by the response deadline, will be considered non-responsive
and will not be evaluated or eligible for award of any subsequent contract(s) for the software or
implementation of the ERP.

The Response Team must provide a total of four (4) prior project references (Reference
Attachment V, Section C Prior Project Experience), demonstrating their ability to meet the
Citys scope of work.

1) Each of the four (4) references must be for the proposed Response Team and must
meet each of the following criteria:
a) Reflect a successfully implemented project that was a new system implementation and
not an upgrade of current functionality from one software version to another.
b) Implementation must include all core system functionality as described in Section 1.4.1
Software, Table 6 Core System Functionality.
c) Have been successfully completed and deployed to production within the last 12 years.
d) Be from a United States based publicly funded entity.
2) At least one (1) of the four references must be a successful implementation of a city.
3) At least one (1) of the four references must be a successful implementation of a county.
4) At least one (1) of the four references must be a successful implementation that includes a
special district, public authority, or public enterprise, such as a public Hospital or Health
System, Transportation Authority, Airport, Public Utility, or Port Authority.
5) At least one (1) of the four references must be a successful implementation of a city, county,
public enterprise, or state department within the State of California.
6) Each city, county, or state references must have at least 6,000 employees and a minimum
annual budget of $2B. The implementation must have been deployed to the city, county, or
state that meets the minimum annual budget and employee threshold (not a department
within the city, county, or state). The minimum annual budget and employee thresholds must
be the size of the city, county, or state at the time of implementation (not after the system
was deployed).
7) Each special district, public authority, or public enterprise reference (entity) must have at
least 1,000 employees and a minimum annual budget of $500M. The implementation must
have been deployed to the entity that meets the minimum annual budget and employee
threshold (not a department within the entity). The minimum annual budget and employee
City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 11
thresholds must be the size of the entity at the time of implementation (not after the system
was deployed).

To effectuate the candid completion of information requested in the questionnaire referenced in
Section 3.1 above, Response Team is required to execute and submit Attachment IV - Release
and Waiver Agreement for information requested in Attachment V - Response Template.

The Table 7: Example References for Minimum Qualifications illustrates examples of different
combinations of references that meet the minimum qualifications required for this RFQ.

Table 7: Example References for Minimum Qualifications
Example 1

Example 2
City within California

County within California
County within United States

City within United States
Public Enterprise within United States

Public Enterprise within United States
City, County, Public Enterprise, or State
(Department) within United States

City, County, Public Enterprise, or State
(Department) within United States


Example 3

Example 4
Public Enterprise within California

State (Department) within California
City within United States

City within United States
County within United States

County within United States
City, County, Public Enterprise, or State
(Department) within United States

Public Enterprise within United States











Example 5
City within California
County with a Public Enterprise within
United States
City, County, Public Enterprise, or State
(Department) within United States
City, County, Public Enterprise, or State
(Department) within United States
City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 12
3.2 Statement of Financial Position
A Response Team must furnish a statement of financial position in accordance with either of the
following options:

1) Attach a copy of your companys latest reviewed or audited financial statement with
accompanying notes and supplemental information.
NOTE: A financial statement that is not either reviewed or audited is not acceptable.
A letter verifying availability of a line of credit may also be attached; however, it will be
considered as supplemental information only, and is not a substitute for the required
financial statement.
OR

2) Attach a certified statement from a bonding firm authorized to do business in the state of
California. The certification must indicate the maximum bonding coverage the surety will
issue on the applicants behalf for a single contract, and shall also specify the total bonding
that the surety will issue for all of the applicants work, including uncompleted contracts. (A
sample Certification of Surety is included in Attachment VI.)
3.3 Response Certification
By submitting a Response, the Response Team certifies that:

1) RFQ ATTACHMENTS:
It has completed the requirements and submitted the forms described in RFQ Attachments I,
II, III, IV, V, and VI as part of its RFQ response, as applicable.

2) ATTACHMENT V, Section C Prior Project Experience:
At the time of response to this RFQ, the Response Team must submit four (4) Prior Project
References as part of the RFQ response which demonstrate experience as detailed in
Section 3.1 - Minimum Qualifications.
3.4 Contractor Selection Processes
Response Teams meeting the minimum qualifications listed in Section 3.1 - Minimum
Qualifications will be added to the pre-qualified list and will be eligible to participate in a
subsequent Request for Proposal for the financial system replacement project.
3.5 Reference Checks
Reference checks listed in Attachment V - Response Template should be verifiable and should
be able to comment on the Response Teams experience related to the services of this RFQ.
The City will conduct reference checks of the submitted references in order to confirm the
information submitted in a Response Teams Proposal.
3.6 Other Terms and Conditions Governing this RFQ
1) Costs of Responding; Retention by the Controllers Office of Questionnaires and
Related Documents

City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 13
The Controllers Office accepts no financial responsibility for any costs incurred by a
Response Team in responding to this RFQ. Completed questionnaires and any other
documents or materials submitted in response to this RFQ shall, upon submission, become
the property of the Controllers Office and may be used by the Controllers Office in any way
the Controllers Office deems appropriate.

2) Reservation of Rights by the Controllers Office

The issuance of this RFQ does not constitute an agreement by the Controllers Office that any
subsequent selection process will occur or that any contract will be entered into by the
Controllers Office. The Controllers Office expressly reserves the right at any time to:

a) Waive any defect or informality in any questionnaire or the procedure set forth in this RFQ;
b) Reject any or all questionnaires;
c) Issue a new request for qualifications in lieu of this RFQ;
d) Change the subsequent selection process;
e) Procure all or any portion of the project by any other means; or
f) Determine that the project will not be pursued.





City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 14
4.0 Response Submission Requirements
4.1 Time and Place for Submission of Responses
Responses and all related materials must be received by the deadline shown in Section 2.1 RFQ
Schedule. Responses may be delivered to the Reception Desk at City Hall, Room 316 or to:

Steve W. Lee
Office of the Controller
1 S. Van Ness Avenue, 8
th
Floor
San Francisco, CA 94103

Postmarks will not be considered in judging the timeliness of submissions. Responses submitted
by e-mail or fax will not be accepted. Late submissions will not be considered, including
those submitted late due to postal or delivery service failure. Note that Response Teams who
hand-deliver responses to City Hall may experience delays due to City Hall security procedures,
including having to wait in line for entry and being required to open and make packages
accessible for examination by security staff.
4.2 Response Package
The following items must be included in your response and submitted in a sealed box or
envelope clearly marked RFQ# CON2014-08.

Response Teams must follow the instructions outlined in this section and shall organize
responses in the order outlined in Section 4.2.1 Response Checklist. Responses must be
bound and include a table of contents. Responses must be tabbed for ease of review by the
Evaluation Team. Responses should provide a clear, accurate, complete but concise description
of the Response Teams experience and ability to satisfy the requirements of the RFQ.
Marketing and sales information are not to be included. Page maximums are intended to
encourage focused Responses. All parts, pages, figures and tables should be numbered and
clearly labeled with references to the appropriate part of the RFQ.

4.2.1 Response Checklist

Requirement Description Submitted
Response, including
each of the following:
One (1) original hard copy with original signatures,
clearly marked Original

Seven (7) complete hard copies
One (1) CD-ROM containing Response Teams entire
response

Attachment I Acknowledgement of RFQ Terms and Conditions
Attachment II Citys Administrative Requirements
Attachment III Teaming Agreement Representation (to be completed
by the Response Team)

Attachment IV Release and Waiver of Liability
City and County of San Francisco
Financial Management System and System Integrator Professional Service
RFQ # CON2014-08

Page 15
Requirement Description Submitted
Attachment V Response Team Template
Attachment VI Certification of Surety (or Financial Statements)

Вам также может понравиться