Академический Документы
Профессиональный Документы
Культура Документы
Bidder name and address: Department Contact ARE YOU CLAIMING PREFERENCE
AS A SMALL BUSINESS?
Name: MaryLou Moreno YES ________ NO ________
IF YES, MANUFACTURER?
Email: marylou.moreno@doj.ca.gov YES ________ NO ________
Fax:
Name (Print): Return RFQ response SECTION 14838 ET SEQ. OF
THE CALIFORNIA
_______________________________ Bidder, clearly state on outside of each GOVERNMENT CODE
REQUIRES THAT A 5%
bid container:
PREFERENCE BE GIVEN TO
Title: BIDDERS WHO QUALIFY AS A
Department of Justice SMALL BUSINESS AS A NON-
_______________________________ Request for Quote 17-317 SMALL BUSINESS CLAIMING
ITCPU, Room D232 AT LEAST 25% CALIFORNIA
Signature: Bidder, please sign and date. 4949 Broadway CERTIFIED SMALL BUSINESS
Sacramento, CA 95820-1528 PARTICIPATION FOR
_______________________ Attention: MaryLou Moreno, 916-210-3258 REQUIREMENTS SEE TITLE 2,
CALIFORNIA CODE OF
REGULATIONS SECTION 1896
Date: ___________ Response to the RFQ administrative and ET SEQ. THE REQUIREMENTS
technical requirements must be FOR NONPROFIT VETERAN
Federal Employer Identification Number: submitted in a separate container from SERVICE AGENCIES
the RFQ Cost Sheet. QUALIFYING AS A SMALL
_______________________________ BUSINESS ARE CONTAINED IN
Each container must be sealed and SECTION 999.50 ET SEQ. OF
labeled with the contents RFQ 17-317 THE MILITARY AND
VETERANS CODE.
administrative, RFQ 17-317 technical
requirements or RFQ 17-317 Cost
Worksheet.
By signing above, with inclusion of the date of signature, the above signed bidder accepts the terms and conditions
referenced in the description section below which may be viewed via the referenced links. These terms and conditions
are non-negotiable and no other terms and conditions will be accepted.
1 of 30
State of California RFQ 17-317
Department of Justice
DESCRIPTION
The purpose of this Request for Quote is to acquire consulting personnel with specialized expertise to assist the
Department of Justice (DOJ) in its’ efforts to conduct a thorough and complete review and analysis of existing
Information Technology (IT) security policies, standards, and procedures, coupled with determining areas of
vulnerability, incompleteness, or deficiency as it relates specifically to DOJ’s hardware, software, applications,
communications network and data. This effort will also include the development of new as well as the modification,
improvement, and refinement of existing policies, standards and procedures to further reduce risk and provide greater
levels of protection. In addition, the DOJ is seeking assistance in aligning its’ IT security policies with the National
Institute of Technology Cybersecurity Framework (NIST CSF) to enhance its’ ability to prevent, detect, and respond
to cyber-attacks.
Be advised, your response will become public record once the award becomes final. DOJ will provide access
to all records upon request unless the law provides an exemption from mandatory disclosure or a court
order is provided.
The following documents are attached and part of this solicitation: Exhibit A, Statement of Work and
Exhibit B, Cost Sheet.
The following documents are incorporated by reference and may be viewed at the website listed.
Note: Bidders Instructions, Item 21, Protests is not applicable to acquisitions less than $100,000. See RFQ,
Section VI, Award of Contract for applicable protest language.
The electronic documentation shall not be altered in any manner. The State’s copy of the electronic
documentation developed for this RFQ, is for the purposes of issuing a binding contract, and shall be
considered the ORIGINAL.
2 of 30
State of California RFQ 17-317
Department of Justice
You are invited to review and respond to this Request for Quote (RFQ) for goods and/or services, entitled
Department of Justice (DOJ) RFQ 17-317, IT Security Policy Enhancement Project. In submitting your
quote, you must comply with the instructions found herein. The goods and/or services required are
delineated in Exhibit A, Statement of Work (SOW). Please read the enclosed document carefully.
Quotes must be received no later than the date and time specified on the face of this RFQ and in the Key
Action Dates.
I. GENERAL INFORMATION
A. Purpose
The State of California, DOJ requires the services of a Contractor to provide consulting services in
support of the IT Security Policy Enhancement Project.
The IT Security Policy Enhancement Project addresses the need for a thorough and complete review
and analysis of existing IT security policies, standards, and procedures along with the evaluation and
assessment of these policies, standards and procedures to determine areas of vulnerability,
incompleteness, or deficiency as it relates specifically to DOJ’s hardware, software, applications,
communications network and data. This effort will also include the development of new as well as the
modification, improvement, and refinement of existing policies, standards and procedures. The
current budget for this engagement is $200,000.
B. Availability
The selected Contractor must be able to meet the requirements of this RFQ and be ready to begin
work within ten (10) business days of the contract award date specified in the Key Action Dates. If
personnel offered by the selected Contractor leave the contractor’s firm or are otherwise unable to
participate in this contract, they must be replaced with comparably qualified personnel who meet the
minimum qualifications as stated within this RFQ. All replacement personnel are subject to approval
by the State.
C. Travel
All travel costs for this contract will be the sole responsibility of the Vendor.
D. Background Check
The selected Contractor must submit and pass a DOJ fingerprint security background check. When
identifying resources in your response, you must provide their legal names to ensure an accurate
background investigation.
E. Proposed Resource
If your proposed resource(s) is working on another DOJ, Government (e.g. State, Federal, City, etc.)
or private sector contract, the attached proposed resource form must be completed and returned with
your bid.
F. Period of Performance
The term of this Agreement is estimated to begin on the date as indicated in the Key Action Dates
through May 30, 2019. The end date is an estimation and may be amended, if needed, after contract
award by mutual consent of both parties. All deliverables will begin before June 30, 2018.
The Contractor shall not be authorized to deliver or commence performance of goods and/or services
as described in the SOW until written approval has been obtained from all entities. No delivery or
performance of goods and/or services may commence prior to the execution of the contract.
3 of 30
State of California RFQ 17-317
Department of Justice
All dates after the Submission of Quotes (date and time) are approximate and may be changed if
needed without addendum to allow the State additional time for evaluation and contract execution.
H. Written Questions
All questions and concerns regarding the content of this RFQ must be submitted in writing by the Key
Action Date for submission of written questions. You must reference the section and page number
you are inquiring or concerned about. Questions must be submitted in writing via electronic mail to
the department contact listed on the RFQ cover page and must be received by the Key Action Date
identified above. Questions not submitted in writing by the Key Action Date for submission of written
questions shall be answered at the State’s option.
When the State has completed its review of the questions, the questions and answers will be posted
on the State’s Cal eProcure http://www.dgs.ca.gov/pd/Programs/caleprocure.aspx
I. Interviews
DOJ will request an interview from the top scoring vendor resources prior to contract award.
A. RFQ Cover Page – Bidder must complete, sign and return the State’s RFQ form (page 1) with
their response. The form shall be signed by an individual who is authorized to bind the bidding
firm contractually. The signature must indicate the title or position that the individual holds in
the company. AN UNSIGNED FINAL QUOTE SHALL BE REJECTED.
4 of 30
State of California RFQ 17-317
Department of Justice
Bidders who have been certified by California as a DVBE (or who are bidding rental
equipment and have obtained the participation of subcontractors certified by California as a
DVBE) must also submit a completed form(s) STD. 843 (Disabled Veteran Business
Enterprise Declaration). All disabled veteran owners and disabled veteran managers of the
DVBE(s) must sign the form(s). Should the form not be included with the solicitation, contact
the State contracting official or obtain a copy online from the Department of General Services
Procurement Division, Office of Small Business and DVBE Services (OSDS) website at. The
completed form should be included with the bidder’s RFQ response.
DVBE Subcontractor
Contractor understands and agrees that should award of this contract be based in
part on their commitment to use the Disabled Veteran Business Enterprise (DVBE)
subcontractor(s) identified in their bid or offer, per Military and Veterans Code section
999.5 (e), a DVBE subcontractor may only be replaced by another DVBE
subcontractor and must be approved by the Department of General Services
(DGS). Changes to the statement of work that impact the DVBE subcontractor(s)
identified in the bid or offer and approved DVBE substitutions will be documented by
contract amendment.
Failure of Contractor to seek substitution and adhere to the DVBE participation level
identified in the bid or offer may be cause for contract termination, recovery of
damages under rights and remedies due to the State, and penalties as outlined in
M&VC section 999.9; Public Contract Code (PCC) section 10115.10.
5 of 30
State of California RFQ 17-317
Department of Justice
Contract Audit
NOTE TO BIDDER: The Bidder’s RFQ response need not contain the TACPA form if
there is no intention to claim this preference.
This solicitation contains the Target Area Contract Preference Act (TACPA) preference
request forms. Please carefully review the forms and requirements. If applying for this
preference, bidders must submit the preference request forms listed in the Attachments
section of this document. Denial of TACPA preference requests is not a basis for rejection of
the bid.
The State as part of its evaluation process reserves the right to verify, validate, and clarify all
information contained in the bid. This may include, but is not limited to, information from
bidders, manufacturers, subcontractors and any other sources available at the time of bid
evaluation. Bidder refusal to agree to and/or comply with these terms, or failure to provide
additional supporting information at the State’s request may result in the denial of the
preference requested.
Contracts awarded with applied preference will be monitored throughout the life of the contract
for compliance with statutory, regulatory, and contractual requirements. The State will take
appropriate corrective action and apply sanctions as necessary to enforce the preference
program.
Any questions regarding TACPA preference should be directed to the Department of General
Services, Procurement Division at Tacpa@dgs.ca.gov.
6 of 30
State of California RFQ 17-317
Department of Justice
http://www.documents.dgs.ca.gov/pd/delegations/GSPD105.pdf
Small business nonprofit veteran service agencies (SB/NVSA) claiming the small business
preference must possess certification by California prior to the day and time RFQ responses
are due.
7 of 30
State of California RFQ 17-317
Department of Justice
R. At the State’s option prior to award, bidders may be required to submit additional written
clarifying information. Failure to submit the required written information as specified may be
grounds for the RFQ response ejection.
This RFQ and the bidder’s quote in response to this document will be made a part of the contract.
Responses to this RFQ must contain all data/information requested and must conform to the format
described in this RFQ. Also, the documents identified as Technical must be submitted in the bidder’s
RFQ response and are the Technical Requirements to be evaluated.
A. Number of Responses
Bidders may submit one (1) quote.
B. Number of Copies
Bidders shall deliver one (1) Master hard copy (printed, three-hole punched and in a binder),
three (3) additional identical copies (printed, three-hole punched and in a binder) and one (1) soft
copy (CD or Thumb Drive) of their quote to the location specified in the RFQ on or before the
submission of quote due date and time. DO NOT INCLUDE A SOFT COPY OF THE COST
WORKSHEET. A HARDCOPY OF COSTS MUST BE SUBMITTED IN A SEPARATELY SEALED
CONTAINER.
The Quotes must be organized and indexed in the following format and must contain, at
minimum, all listed items in the sequence indicated.
RFQ Cover Page
All other documents required to meet RFQ Administrative Requirements in Section II.
Bidder’s Statement of Work, including the Required Qualifications table, the Desirable
Qualifications table, work product examples, and required certificate information
Resources and Resumes
Customer Experience References (Exhibit 9)
High Level Project Timeline
Literature (highly discouraged)
Completed Cost Sheet (SEPARATELY SEALED)
All forms provided in the RFQ must be thoroughly completed and included in the appropriate
section of the quote. All discussion of proposed costs, rates or expenses must occur only within the
cost sheets and must be sealed separately. Any quote that does not adhere to these requirements
may be deemed non-responsive and rejected on that basis.
8 of 30
State of California RFQ 17-317
Department of Justice
Resource(s) – For each proposed resource, the bidder must submit at least two (2)
references that can validate each Required Qualification (RQ) within the timeframe
identified for each in the RQ.
The State may contact customer references to validate the accuracy of the information provided
by the bidder and to determine the customer’s overall satisfaction with the goods and/or services
provided. Therefore, it may prove beneficial to the bidder to contact its referenced customers to
ensure their contact information provided on the Customer Experience Reference Form is up to
date.
If DOJ is unable, after three phone and/or email attempts, to contact the bidder’s reference
for validation, the requirement will be considered non-responsive. Additionally, negative
feedback provided by a reference may cause a bidder’s response to be rejected.
9 of 30
State of California RFQ 17-317
Department of Justice
The “awarded vendor” will be required to prepare a thorough project plan based on the Project
Management Body of Knowledge, and Project Management Institute Standards that includes but
is not limited to a detailed work breakdown structure.
K. Literature
Submitting additional literature that is not part of the administrative or technical requirements is
highly discouraged. Any supporting product literature containing costs or rates such as catalogs,
maintenance service rates must have all cost figures replaced with “XXXX”. BIDDERS SHOULD
BE AWARE THAT MARKING A DOCUMENT "CONFIDENTIAL" OR "PROPRIETARY" IN A FINAL
QUOTE WILL NOT KEEP THAT DOCUMENT FROM BEING RELEASED AFTER NOTICE OF
INTENT TO AWARD AS PART OF THE PUBLIC RECORD, UNLESS A COURT HAS ORDERED
THE STATE NOT TO RELEASE THE DOCUMENT.
L. Interviews
For the top scoring vendors that receive a numeric score for numerically scored components and
also received a passing score for all pass/fail components, interviews may be held. For vendors
that did not score in the top scoring and vendors that received a zero (0) score for any of the
numerically scored components or received a “fail” for any of the pass/fail components, interviews
will not be held.
M. Cost Sheet
Bidder must complete the cost sheet that identifies total cost per transaction as described and
using the State’s cost sheet format. Cost sheets must be completed with clear and legible figures
preferably typed. This cost sheet may include an entry for optional purchase of goods and/or
services costs. These costs would be valid should the State exercise its option to purchase
additional goods, and/or services. ALL COST INFORMATION (COST SHEET) SUBMITTED
WITH THE FINAL QUOTE MUST BE SEALED IN A SEPARATE CONTAINER.
Any other expenses such as delivery, tax, installation, safety inspection, license, travel, or training
associated with the implementation of the Statement of Work must be included in Bidder's firm
fixed cost. There shall be no assumptions, conditions, or constraints included in the
proposed cost.
Any proposed service that is not specifically priced or identified in the Bidder’s cost sheet, or that
is identified after contract award as necessary to meet the requirements of the RFQ, will be
assumed by the State to be included at no cost to the State. By submitting a cost, the Bidder
affirms their agreement to this provision.
This section presents the evaluation process and scoring guidelines the evaluation team will follow in
reviewing responses submitted in response to this RFQ.
A. Evaluation Process
All quotes received by the time and date specified in the Key Action Dates, will be opened at that
time, except for cost information which will be kept sealed until all non-cost aspects of the quotes
have been evaluated. The quotes will then be checked for the presence of the required information
in conformance with this RFQ. Absence of required information may deem the quote non-
responsive and may cause rejection.
10 of 30
State of California RFQ 17-317
Department of Justice
5. Cost Evaluation
The evaluation team will reconvene to complete cost evaluation after the cost opening. The cost
sheet will be verified for mathematical accuracy. Errors will be resolved in accordance with the
Bidder Instructions. After verification of costs, points will be assigned.
If the cost sheet does not contain all required elements the bidder’s response may be disqualified
from further consideration.
6. Selection
Responsive and responsible quotes will be evaluated on the factors in this RFQ that have been
assigned a point value. Award of this Contract, if any, will be to the Responsive and Responsible
bidder with the highest total bid score that meets all requirements of the RFQ including cost. The
State reserves the right at any time to reject any or all quotes.
1. Administrative Requirements
The State will examine the bidder’s response to the RFQ administrative requirements
identified in Section II.
The bidder’s response will be given a “fail” score if the required information is not included, is
incomplete or does not meet the administrative requirements. A material deviation on an
administrative requirement will result in a “fail” score. Only those bids that “Pass” the
administrative requirements will be evaluated further.
11 of 30
State of California RFQ 17-317
Department of Justice
2. Technical Requirements
The State will examine the technical requirements of the responses that receive a passing
score on the administrative requirements.
Technical requirements will be scored pass/fail and/or assigned points as applicable. The
bidder’s response will be given a “fail” score if the required information is not included, is
incomplete or does not meet the technical requirements. A score of zero points for any of the
technical requirements will result in a “fail” score. A material deviation on a technical
requirement will result in a “fail” score.
Only those bids that “Pass” all technical requirements and who have been assigned
points above zero for each requirement will have their cost sheet envelope opened.
The total points available for technical requirements is 700 points. The following technical
requirements will be evaluated.
0 points The response does not meet the requirement as outlined in the State’s
SOW.
100 points The response meets the requirement as outlined in the State’s SOW.
150 points The response exceeds the requirement as outlined in the State’s SOW.
12 of 30
State of California RFQ 17-317
Department of Justice
Pass/Fail All five (5) required qualifications must be met to receive a passing score.
Failure to meet one (1) of the five (5) required qualifications will result in
disqualification.
Pass/Fail RQ 1: At least one resource must have a minimum of five (5) years of
personal experience in the cyber security field developing and updating
security related documentation. This experience must be demonstrated
through the submission of examples of documentation personally
authored and prepared by the resource. Classified information may be
redacted as necessary.
Pass/Fail RQ 2: At least one resource must have personal experience in developing
and updating cyber security policies, standards and procedures within the
last two (2) years. This experience must be demonstrated through the
submission of examples of new policies, standards, and procedures
personally authored and documented by the resource. Classified
information may be redacted as necessary.
Pass/Fail RQ 3: The resource responsible for authoring revisions to existing policy
and formulating new policy language must possess an “active” CISSP
certification.
Pass/Fail RQ 4: At least one or a combination of resources must possess a strong
understanding of NIST Special Publications, FBI CJIS Security Policy, and
CA State Administrative Manual Section 5300.
Pass/Fail RQ 5: At least one resource must possess excellent technical oral and
written communication skills.
DOJ reserves the right to contact customer references for each resource to score the references
submitted.
13 of 30
State of California RFQ 17-317
Department of Justice
If DOJ is unable, after three phone and/or email attempts, to contact the bidder’s reference for
validation the requirement may result in a “fail" score.
0 points The response fails to address the requirement or the high level
project timeline was not submitted.
20 points
The response contains all Deliverables along with estimated
start/end date for each deliverable.
Note: Tasks pertaining to all deliverables begin prior to June 30,
2018.
3. Desirable Qualification.
The State will examine the desirable qualification of the responses that receive a passing
score on the technical requirements. DOJ reserves the right to call the contact person(s) to
validate the information provided.
Desirable Qualifications are not mandatory. You are not required to include them in
your response, however they add value when determining award.
14 of 30
State of California RFQ 17-317
Department of Justice
4. Cost
Each bidders cost score will be calculated based on the ratio of the lowest bid cost evaluated
to the bidders bid cost, multiplied by the maximum number of cost points available. The
bidder with the lowest cost evaluated amount will receive the maximum of 700 cost points
available. All other bidders will be awarded a cost score calculated using the equation below:
Lowest Bid Cost Evaluated x 700 (max points) = Bidder’s Total Cost Score
Bidder’s Bid Cost
V. Scoring
A. Administrative Score
The administrative requirements will be scored pass/fail, except incentive and preferences.
The following table provides an example of how the bidder’s pre-interview technical score is
determined.
After the interviews have been conducted and assigned points, the interview score will be
added in with the pre-interview technical points to determine each bidder’s total technical
score.
15 of 30
State of California RFQ 17-317
Department of Justice
The following table provides an example of how the bidder’s total technical score is
determined.
16 of 30
State of California RFQ 17-317
Department of Justice
3. TACPA Preference
Preference will be applied in accordance with the State procurement rules.
The following table provides an example of how the bidder’s preference score is determined.
The following table provides an example of how the bidder’s final bid score is determined. In
this case the highest scored RFQ response from Bidder B would be the intended awardee.
17 of 30
State of California RFQ 17-317
Department of Justice
The State reserves the right to determine the successful bidder(s) either on the basis of individual
items or on the basis of all items included in its RFQ, unless otherwise expressly provided in the
State’s RFQ. Unless the bidder specifies otherwise in its RFQ response, the State may accept
any item or group of items of any RFQ response. The State reserves the right to modify or cancel
in whole or in part its RFQ.
Written notification of the State’s intent to award will be made to all bidders. If a bidder, having
submitted an RFQ response, can show that its RFQ response, instead of the RFQ response
selected by the State, should be selected for contract award, the bidder will be allowed five (5)
working days to submit a protest to the Notice of Intent to Award, according to the instructions
contained in the paragraph titled “Protests” of this RFQ.
Protests
Any bidder’s issues regarding solicitation requirements must be resolved (or attempts to resolve
them must have been made) before a protest may be submitted according to the procedure
below. These issues will first be resolved by the contact for the solicitation or if they result in a
protest, the protest will be submitted to DGS Procurement Division Deputy Director to hear and
resolve issues and whose decision will be final.
If a bidder has submitted an RFQ response which it believes to be totally responsive to the
requirements of the RFQ and to be the RFQ response that should have been selected according
to the evaluation procedure in the solicitation section on Evaluation and the bidder believes the
State has incorrectly selected another bidder for award, the bidder may submit a protest of the
selection as described below. Protests regarding selection of the “successful Contractor” will be
heard and resolved by the Victim Compensation and Government Claims Board whose decision
will be final.
All protests of award must be made in writing, signed by an individual authorized to bind the
bidder contractually and financially, and contain a statement of the reason(s) for protest; citing the
law, rule, regulation or procedure on which the protest is based. The protester must provide facts
and evidence to support the claim. Protests must be mailed or delivered to:
All protests to the RFQ or protests concerning the evaluation, recommendation, or other aspects
of the selection process must be received by the DGS Procurement Division Deputy Director as
promptly as possible, but not later than the date indicated in the Notification of Intent to Award.
Certified or registered mail must be used unless delivered in person, in which case the protester
should obtain a receipt of delivery.
18 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 1
All Bidders must complete the Payee Data Record, STD. 204 and include it with their RFQ response.
Refer to the following website link for more details.
https://www.documents.dgs.ca.gov/dgs/fmc/pdf/std204.pdf
19 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 2
All Bidders must complete the Bidder Declaration GSPD-05-105 and include it with their RFQ response.
http://www.documents.dgs.ca.gov/pd/poliproc/MASTEr-BidDeclar08-09.pdf
20 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 3
Confidentiality Statement
California Department of Justice
As an authorized representative and/or corporate officer of the company named below, who has the
authority to bind the company, I warrant my company and its employees will not disclose any documents,
diagrams, information and information storage media made available to us by the State for responding to
RFQ 17-317 or in conjunction with any Contract arising there from. I warrant that only those employees
who are authorized and required to use such materials will have access to them.
I further warrant that all materials provided by the State will be returned promptly after use and that all
copies or derivations of the materials will be physically and/or electronically destroyed. I will include with
the returned materials, a letter attesting to the complete return of materials, and documenting the
destruction of copies and derivations. Failure to so comply may subject this company to liability, both
criminal and civil, including all damages to the State and third parties. I authorize the State to inspect and
verify the above.
I warrant that if my company is awarded the contract, it will not enter into any agreements or discussions
with a third party, excluding the subcontractor(s) participating on the project team, concerning such
materials prior to receiving written confirmation from the State that such third party has an agreement with
the State similar in nature to this one.
21 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 4
DEPARTMENT OF JUSTICE
SECURITY AND DISCLOSURE CERTIFICATION
__________________________________
Company or Organization (Print or Type) Contractor's Name (Print or Type)
__________________________________
Contractor's Signature Date
The California Department of Justice (herein after referred to as the Department or DOJ) collects, stores,
and disseminates confidential and sensitive information from the law enforcement community and the
public to administer the various programs for which it has responsibility. This information is maintained
according to provisions of various laws and regulations including the Information Practices Act, the Public
Records Act, various California Codes, the State Administrative Manual (SAM), and Departmental
Administrative Manuals and policies. The Department is committed to protect its information and systems
from unauthorized access, use or disclosure. The following policies have been adopted to address
contractors' responsibilities for handling, protecting or disseminating information maintained in the
Department's data bases and files:
2. Based upon the degree of access required, and the sensitivity of the information, the Department may
require a background investigation of any contractor, sub-contractors, or individuals assigned to the
project. As a condition of employment, the initial or continued contractual relationship may be
contingent upon the successful completion of a background investigation.
3. A Contractor may access Department systems or information only when authorized by Department
management in order to fulfill contractual requirements. Contractors may not access or use
information from Departmental networks, system, or applications, or from any other database
accessible through the Department's systems, for any unauthorized purpose.
4. Contractors may disclose information from Departmental files or databases only when authorized in
writing by Departmental management authorized to release such information and only to individuals
who have been authorized to receive it. Contractors shall not divulge or make use of confidential or
proprietary information, data, or records of the Department for any unauthorized purpose. Such use
maybe subject to civil or criminal action.
5. Contractors may not deliberately enter false or incomplete data or delete existing data on any of the
Departmental databases or files. Contractors may not deliberately take any unauthorized action that
would adversely affect the performance or security of any Departmental system, or cause the
interruption of information technology services, or the destruction or alteration of any Departmental
network, system, or application.
22 of 30
State of California RFQ 17-317
Department of Justice
F. Immediately notify HDC's Network Information Security Unit (NISU) of any security incident
involving data or any incident regarding breeches of data. If the breech involves criminal
offender record information or CLETS, the Communications Administration Program shall
also be notified.
G. Contractors shall obtain written approval from the Project Manager and the NISU before
downloading information to a PC/Laptop.
8. Upon conclusion of the authorized work interval, all designated equipment, software, information,
materials, or proprietary/intellectual property shall be returned to the Department or destroyed within
two working days with proof of destruction furnished to the Departmental manager with oversight
responsibility for the project.
By signing above, I acknowledge that I have read and understand, and received a copy of the security
policies stated above as well as the requirements set forth in DOJ Administrative Manual Chapter 15
Sections 15100 through 15784. I understand that failure to comply with these policies may constitute
grounds for disciplinary action up to and including contract termination and/or administrative, civil, or
criminal action in accordance with applicable statutes. In complying with the aforementioned I further
understand that there is no expectation of privacy when utilizing Department of Justice (DOJ) systems
and resources, as they are being audited and monitored.
I recognize that criminal history record information and related data, by its very nature, is sensitive and
has potential for great harm if misused. I acknowledge that access to criminal history record information
and related data is therefore limited to the purpose(s) for which a government agency has entered in to
the contract incorporating the Security Addendum. I understand that misuse of the system by, among
other things: accessing it without authorization, accessing it by exceeding authorization, accessing it for
an improper purpose, using, disseminating, or re-disseminating information received as a result of this
contract for a purpose other than that envisioned by the contract, may subject me to administrative and
criminal penalties. I understand that accessing the system for an appropriate purpose and then using,
disseminating or re-disseminating the information received for another purpose other than execution of
the contract also constitutes misuse. I further understand that the occurrence of misuse does not depend
upon whether or not I receive additional compensation for such authorized activity. Such exposure for
misuse includes, but is not limited to, suspension or loss of employment and prosecution for state and
federal crimes.
23 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 5
For the purpose of this solicitation, the DVBE participation requirement was waived; however, this
solicitation does provide an incentive for DVBE participation.
The following link directs you to the CA DVBE Participation Requirement Packet dated 10/24/15 which
includes the DVBE Incentive table.
http://www.documents.dgs.ca.gov/pd/smallbus/CUF/DVBEIncentiveRequireGoodIT.pdf
Bidders who have been certified by California as a DVBE (or who are bidding rental equipment and have
obtained the participation of subcontractors certified by California as a DVBE) must also submit a
completed form(s) STD. 843 (Disabled Veteran Business Enterprise Declaration). All disabled veteran
owners and disabled veteran managers of the DVBE(s) must sign the form(s). The STD. 843 can be
found at:
http://www.documents.dgs.ca.gov/pd/poliproc/STD-843FillPrintFields.pdf
24 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 6
Bidder must identify all proposed resource(s) and their current employment on other contracts with DOJ,
other Government Entities (e.g. State, Federal, City, etc.) or Private Sector. If the proposed resource(s) is
not currently employed on other contracts complete the form stating N/A under the proposed resource’s
name and return with your RFQ response.
Resource Name:
Project Name:
Department/Company Name:
Contract Term:
Resource Name:
Project Name:
Department/Company Name:
Contract Term:
Resource Name:
Project Name:
Department/Company Name:
Contract Term:
25 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 7
If neither a small business nor a DVBE will be participating in the bid, then this form is not required.
Under Military and Veterans Code 999.5 and Government Code 14837.4 (A/B), each solicitation must be
evaluated for Commercially Useful Function when the prime bidder is small, micro or DVBE certified, or a
prime bidder’s subcontractor is small, micro or DVBE certified. All small businesses, micro businesses,
and disabled veteran business enterprises (DVBE) are required to perform a “commercially useful
function” in any contract it performs for the State.
The Bidder must provide a written, signed statement below detailing the role, services and/or
goods the Bidder and/or Subcontractor(s) will provide to meet the Commercially Useful Function
requirement. A separate form must be provided for each small businesses, micro businesses, and
DVBE.
A business that is performing a commercially useful function is one that does all of the following (e.g. specific
roles of business for this project and/or goods or services to be provided as part of this project), please
respond to the following questions
1) Supplier must be responsible for the execution of a distinct element of the work.
_____________________________________________________________________________
_______________________________________________________________
2) Supplier must carry out their obligation by actually performing, managing or supervising the work
involved.
_____________________________________________________________________________
_______________________________________________________________
3) Supplier performs work that is normal for its business, services and function.
_____________________________________________________________________________
_______________________________________________________________
4) Supplier is responsible, with respect to products, inventories, materials, and supplies required for
the contract, for negotiating price, determining quality and quantity, ordering, installation, if
applicable, and making payment.
_____________________________________________________________________________
_______________________________________________________________
5) Supplier is not further subcontracting a portion of the work that is greater than that expected to be
subcontracted by normal industry practices.
_____________________________________________________________________________
_______________________________________________________________
26 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 8
Pursuant to Public Contract Code section 2010, if a bidder or proposer executes or renews a contract
over $100,000 on or after January 1, 2017, the bidder or proposer hereby certifies compliance with the
following:
1. CALIFORNIA CIVIL RIGHTS LAWS: For contracts over $100,000 executed or renewed after January
1, 2017, the contractor certifies compliance with the Unruh Civil Rights Act (Section 51 of the Civil Code)
and the Fair Employment and Housing Act (Section 12960 of the Government Code); and
2. EMPLOYER DISCRIMINATORY POLICIES: For contracts over $100,000 executed or renewed after
January 1, 2017, if a Contractor has an internal policy against a sovereign nation or peoples recognized
by the United States government, the Contractor certifies that such policies are not used in violation of the
Unruh Civil Rights Act (Section 51 of the Civil Code) or the Fair Employment and Housing Act (Section
12960 of the Government Code).
CERTIFICATION
I, the official named below, certify under penalty of perjury under the laws of the Federal ID Number
State of California that the foregoing is true and correct.
By (Authorized Signature)
27 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 9
Company/Organization Name:
Address:
Telephone:
Fax:
E-mail:
Please circle the rating below that best describes your experience with the Company and/or Resource
named above (to be completed by the Contact person signing above):
28 of 30
State of California RFQ 17-317
Department of Justice
EXHIBIT 10
Deviation Worksheet
Definition: A deviation exists when the response is not in substantial accord with the solicitation
requirement.
Solicitation Requirement:
Bidder Response:
Materiality Test
Is the requirement Mandatory or Desirable (see above)? If it is mandatory, proceed with answering the
following questions. If desirable, Stop; the deviation is immaterial (For Formal Procurements, reference
Section II, paragraph A.2.).
2. Does the response provide the bidder an advantage over other Yes* No
bidders? If NO, the deviation is NOT material for this reason. If YES, _______ _______
explain how the response provides an advantage:
3. Does the response have a potentially significant effect on the delivery Yes* No
of the items bid? If NO, the deviation is NOT material for this reason. If _______ ______
YES, explain how delivery is affected:
29 of 30
State of California RFQ 17-317
Department of Justice
4. Does the response have a potentially significant effect on the quantity Yes* No
of the items bid? If NO, the deviation is NOT material for this reason. If _______ _______
YES, explain how the quantity has been or will be affected:
5. Does the response have a potentially significant effect on the quality Yes* No
of the items bid? If NO, the deviation is NOT material for this reason. If _______ _______
YES, explain how the quality of the items bid is affected:
6. Does the response have a potentially significant effect on the amount Yes* No
paid to the vendor? If NO, the deviation is NOT material for this reason. _______ _______
If YES, explain how the amount to be paid the vendor is affected:
7. Does the response have a potentially significant effect on the cost to Yes* No
the State? If NO, the deviation is NOT material for this reason. If YES, _______ _______
explain how the cost to the State is affected:
* If the requirement is mandatory and any of these items are checked, the deviation must deemed
material (IV.Evaluation Information, A.3), and the bid rejected. “Material deviations cannot be
waived.”
Revised 02/22/11
30 of 30