Sworn Scheduling and Timekeeping System For The LAFD
Sworn Scheduling and Timekeeping System For The LAFD
ISSUED BY
CITY OF LOS ANGELES
LOS ANGELES FIRE DEPARTMENT
INFORMATION TECHNOLOGY BUREAU
Attendance at this pre-proposal conference is optional. For those who attend the pre-
proposal conference, please bring your Request for Proposals (RFP) with you. COPIES OF
THE RFP WILL NOT BE AVAILABLE AT THE CONFERENCE. For those who are unable to
attend the pre-proposal conference, a teleconference option will be available. Details on
this option will be posted on the City’s Business Assistance Virtual Network (BAVN) website at
www.labavn.org.
All questions regarding the RFP must be emailed to the RFP Administrator, Drew Steinberg, at
[email protected], no later than May 21, 2018 at 12:00 p.m., Pacific Time.
Proposals are to be submitted in a sealed package or box, clearly marked with the words “RFP
2018-038-003, Custom Software Development”.
For more information about the LAFD, please see the Los Angeles Fire
Department’s 2018 – 2020 strategic plan, A Safer City 2.0 at
http://www.lafd.org/about/about-lafd/strategic-plan.
The LAFD also manages approximately 1,600 mobile devices including iOS,
Android and Windows smartphones, tablets and ruggedized PCs. LAFD
members also use their own personal mobile devices to access various LAFD
systems.
The successful Proposer will use its experience and expertise to lead the
development effort which includes the creation of a product roadmap, user
requirements, iterative and incremental development, structured testing and
ultimately the deployment of a new system into the field. The Proposer will lead
and direct the overall solution architecture, design and development effort, and
the LAFD will provide technical and business resources to complete parts of the
final solution at the direction of the Proposer. The Proposer will ultimately be
responsible for the overall solution design and implementation.
All proposals shall be valid for one hundred eighty (180) days following the
submission deadline unless otherwise agreed to in writing by both the LAFD and
the Proposer.
Any Proposer claiming such an exemption must also state in the proposal the
following: “The Proposer will indemnify the LAFD and its officers, employees, and
agents, and hold them harmless from any claim or liability and will defend any
action brought against them for their refusal to disclose copyrighted material,
trade secrets, or other proprietary information to any person making a request
therefore.” Failure to include such a statement will constitute a waiver of a
Proposer’s right to exemption from disclosure.
All contracts (both construction and non-construction) for which the consideration
is $1,000 or more shall comply with the provisions of Los Angeles Administrative
Code Section 10.8.3, Equal Employment Practices Provisions. By affixing its
signature on a contract that is subject to the Equal Employment Practices
Provisions, the Contractor shall agree to adhere to the provisions in the Equal
Employment Practices Provisions for the duration of the contract.
All contracts (both construction and non-construction) for which the consideration
is $25,000 or more shall comply with the provisions of Los Angeles
Administrative Code Section 10.8.4., Affirmative Action Program Provisions. By
affixing its signature on a contract that is subject to the Affirmative Action
Program Provisions, the Contractor shall agree to adhere to the provisions in the
Affirmative Action Program Provisions for the duration of the contract.
Proposers who believe that they meet the qualifications for one of the
exemptions described in the LWO List of Statutory Exemptions will apply for
exemption from the Ordinance by submitting with their proposal the
Bidder/Proposer Application for Non-Coverage or Exemption (Form OCC/LW-
10), or the Non-Profit/One-Person Proposer Certification of Exemption (OCC/LW-
13). The List of Statutory exemptions, the Application and the Certification are
included in Exhibit 4.
All Proposers shall complete and return with their proposals, the Responsibility
Questionnaire included in Exhibit 6. Failure to return the completed
Questionnaire may result in a Proposer being deemed non-responsive and
disqualified from being considered.
Proposers must refer to Exhibit 8, Business Inclusion Program of this RFP for
additional information and instructions. BIP outreach must be performed using
the Business Assistance Virtual Network (www.labavn.org). A Proposer’s failure
to utilize and complete their BIP Outreach as described in Exhibit 8 may result in
their proposal being deemed non-responsive.
Proposers must submit CEC Form 55, provided in Exhibit 11, to the awarding
authority at the same time the response is submitted. The form requires
Proposers to identify their principals, their subcontractors performing $100,000 or
more in work on the contract, and the principals of those subcontractors.
Proposers must also notify their principals and subcontractors in writing of the
restrictions and include the notice in contracts with subcontractors. Responses
submitted without a completed CEC Form 55 may be deemed nonresponsive.
Proposers who fail to comply with City law may be subject to penalties,
termination of contract, and debarment. Additional information regarding these
restrictions and requirements may be obtained by calling the City Ethics
Commission at (213) 978-1960.
The City may also conduct evaluations of the Proposer’s performance during the
term of the contract. Evaluations will be based on a number of criteria, including
but not limited to the quality of the work product or service performed, the
2. The Contractor will make the Confidential Information provided by the LAFD
to the Contractor, or accessed or reviewed by the Contractor during
6. The Contractor will require that all its employees, Project Manager, and
subcontractors who will review, be provided, or have access to Confidential
Information, during the performance of this Agreement, execute a
confidentiality agreement that incorporates the provisions of this Section, prior
to being able to access Confidential Information.
Proposals can be hand delivered or sent via US Postal Service, UPS, FedEx,
DHL, or other mail delivery service. Facsimile or email will not be accepted.
After receipt of a proposal, but prior to award of any contract, the LAFD, at its
sole discretion, may require any or all Proposers to submit additional information
and/or to meet in person with LAFD personnel.
The LAFD, at its option, may reject any and all proposals submitted in response
to this RFP, or waive any informality in a proposal when to do so would be to the
advantage to the LAFD, the City, or its taxpayers.
The LAFD reserves the right to reject any and all proposals, seek additional
candidates, or to further negotiate terms, price and conditions submitted by a
selected Proposer.
Cost — This is an assessment of the Proposer’s overall cost. The scores for this
category are derived from an assessment of the Proposer’s responses to
Section 5: Cost Proposal (Appendix A).
Rating Description
The Proposer’s response was clear, succinct and demonstrated a
high-degree of understanding of and compliance with the stated
5 requirement. The Proposer’s proposed approach to the requirement
was particularly innovative and exceeded the expectations of the
evaluator.
The Proposer’s response was clear, succinct and demonstrated a
basic understanding of and compliance with the stated requirement.
3
The Proposer’s proposed approach to the requirement seemed
reasonable to the evaluator.
The Proposer’s response was unclear, overly verbose and/or
confusing and/or did not demonstrate a basic understanding of the
1 stated requirement. The Proposer’s proposed approach to the
requirement was unexpected and/or did not seem to be a reasonable
response to the evaluator.
The Proposer’s response was unclear, overly verbose or confusing
and/or did not demonstrate any understanding of the stated
0
requirement and/or was otherwise unresponsive. A missing or blank
response must be scored with a “0.”
Proposals will first be evaluated for compliance with all required submission
material, adherence to proposal response instructions, and the proper and
complete submittal of required documents and BAVN outreach. Failure to submit
the proposal in the required format, failure to submit the required forms and
failure to complete BAVN outreach could each disqualify the Proposer’s proposal
for further consideration.
This round is expected to take two (2) to four (4) weeks to complete depending
on the number of responses received and will result in a subset of Proposers to
move on to the next round.
Demonstrations will be held at a LAFD facility within the City of Los Angeles and
Proposers are expected to present in person. Invited Proposers will receive a
minimum of two weeks’ notice with required logistics information.
Invited Proposers will be asked to spend two consecutive days on-site with the
LAFD team during this round. The activities of the two days will be as follows:
At least one hour should be available for Q&A between the Proposer and the
LAFD for members of the selection committee to ask questions about the
Proposer’s written response and the Proposer to ask questions of the selection
committee about the project objectives and/or requirements.
The Proposer will be asked to submit a revised proposal within two (2) weeks of
the end of Round 2 Demonstration Period that includes any relevant changes to
the Proposer’s response including, but not limited to the overall approach,
timeline and cost. The Proposer should include any work products created as
part of the demonstration period to be considered by the selection committee as
part of the scoring of Round 2. The selection committee will re-score the
Proposer’s revised proposal using the same criteria and considering any newly
provided material.
This round is expected to take four (4) to six (6) weeks to complete depending on
the number of Proposers invited to participate and will result in a subset of
Proposers to move on to the next round.
Evaluation of this round will be based on the selection committee’s review of the
resulting SOW and POC. At the end of Round 3, selection committee members
will use the final SOW and POC to complete a final score of the Proposer’s
proposal.
Invited Proposers will be given 30 days to complete this round and will be asked
to present their final SOW and POC during a one-day on-site presentation. If the
Proposer and the LAFD are unable to agree on a SOW or to successfully
execute a POC, the Proposer will not be considered further.
The deadline for receipt of a protest submission is seven (7) days after the
notification of Award of Contract. If the protest submission deadline falls on a
weekend or a holiday, then the deadline will be extended to the next business
day.
An administrative hearing may be held within ten (10) business days after
receiving the protest in writing, unless waived by the Proposer. Following the
hearing, the Department Contract Administrator will provide written notification of
the determination to the protesting party. Such notification will be mailed within
five (5) working days.
It is the Department’s intent to enter in a contract for a term of three (3) years
subject to the Department’s needs, availability of funds, and the Contractor’s
satisfactory performance. The estimated Contract commencement date is
October 2018, upon final signatures and approval by the Board of Fire
Commissioners, City Attorney, City Administrative Officer, Mayor’s Office and the
authorized Contractor.