1263_0_RFP#900958Add#1 - Alameda County Government

advertisement
COUNTY OF ALAMEDA
GENERAL SERVICES AGENCY-PURCHASING
ADDENDUM No. 1
to
RFP No. 900958
for
Social Adjustment Services for Refugees
Specification Clarification/Modification and Recap of the Networking/Bidders Conferences
Held on May 17, 2012 and May 18, 2012
_________________________________________________________________________
NOTICE TO BIDDERS
THIS COUNTY OF ALAMEDA, GENERAL SERVICES AGENCY (GSA), RFP ADDENDUM HAS BEEN ELECTRONICALLY
ISSUED TO POTENTIAL BIDDERS VIA E-MAIL. E-MAIL ADDRESSES USED ARE THOSE IN THE COUNTY’S SMALL
LOCAL EMERGING BUSINESS (SLEB) VENDOR DATABASE OR FROM OTHER SOURCES. IF YOU HAVE REGISTERED
OR ARE CERTIFIED AS A SLEB PLEASE ENSURE THAT THE COMPLETE AND ACCURATE E-MAIL ADDRESS IS NOTED
AND KEPT UPDATED IN THE SLEB VENDOR DATABASE. THIS RFP ADDENDUM WILL ALSO BE POSTED ON THE
GENERAL SERVICES AGENCY (GSA) CONTRACTING OPPORTUNITIES WEBSITE LOCATED AT
HTTP://WWW.ACGOV.ORG/GSA/PURCHASING/BID_CONTENT/CONTRACTOPPORTUNITIES.JSP.
The following Sections have been modified to read as shown below. Changes made to the original
RFP document are in bold print and highlighted, and deletions made have a strike through.
Please note: The new RESPONSE DUE DATE is June 14, 2012.
1401 LAKESIDE DRIVE, SUITE 907, OAKLAND, CALIFORNIA 94612
510 208 9600 FAX 510 208 9626 www.acgov.org/gsa
I:\PURCHASING\Contracting Opportunities\Purchasing\Social Adjustment Services for RefugeeParticipants\Addendum1_SocialAdjustment.doc
rev. 25 March 2010
County of Alameda, General Services Agency – Purchasing
RFP No. 900958, Addendum No. 1
Page 2 of 9
March 9, 2016
I.
CALENDAR OF EVENTS
\
Event
Date/Location
Request Issued
May 1, 2012
Written Questions Due by 5:00 pm on May 18, 2012
at: Castro Valley Library
Canyon-Chabot Room
3600 Norbridge Avenue
Castro Valley, CA 94546
at: General Services Agency
Room 1105, 11th Floor
1401 Lakeside Drive
Oakland, CA 94612
Networking/Bidders
Conference #1
May 17, 2012 @ 2:00 p.m.
Networking/Bidders
Conference #2
May 18, 2012 @ 10:00 a.m.
Addendum #1 Issued
Response Due
Evaluation Period
Vendor Interviews
Board Letter Issued
Board Award Date
Contract Start Date
May 24, 2012 May 29, 2012
June 7, 2012 June 14, 2012 by 2:00 p.m.
June 7, 2012 – July 12, 2012 June 14, 2012 – July 26, 2012
July 12, 2012 July 26, 2012
August 28, 2012
September 11, 2012
October 1, 2012
Note: Award and start dates are approximate.
Responses to Verbal Questions
Q1)
A1)
Can a sole proprietor vendor bid on the project?
Yes, as long as the sole proprietor meets the vendor minimum qualifications.
Q2)
Page 7 of the RFP, Section D (VENDOR MINIMUM QUALIFICATIONS / SPECIFIC
REQUIREMENTS), Item 1.a., states:
Bidder must be regularly and continuously engaged in the business of providing SA
services to refugee populations for at least five (5) consecutive years within the last
seven (7) years.
If a vendor has been in business for one (1) year but an employee has 20 years of experience,
will the County consider the individual employee’s experience as meeting the minimum
vendor requirement stated above?
No. The lead agency/prime vendor must meet the minimum vendor requirements.
A2)
Q3)
How should a sole proprietor explain and lay out their experience in the bid proposal (i.e.
Personal Reference Letters)?
County of Alameda, General Services Agency – Purchasing
RFP No. 900958, Addendum No. 1
Page 3 of 9
March 9, 2016
A3)
The sole proprietor should provide the information requested under the Key Personnel
Qualifications and Experience and Reference sections of the bid. The references should
confirm that the vendor meets the minimum qualifications.
Q4)
Can a vendor (i.e. sole proprietor) use their personal volunteer experience to meet the vendor
minimum qualifications?
No. A vendor’s personal volunteer experience would not meet the vendor minimum
qualification of being “regularly and continuously engaged in the business of providing
SA services”.
A4)
Q5)
A5)
Q6)
A6)
Q7)
A7)
Q8)
A8)
Q9)
A9)
Page 5 of the RFP, Section B (SCOPE), states:
SSA is interested in contracting with a vendor to provide social adjustment (SA)
services to refugee populations which consist of, but are not limited to, refugees,
asylees, victims of human trafficking, victims of severe torture, Cuban and Haitian
entrants, and Iraqis and Afghans admitted/issued a Special Immigrant Visa (SIV).
Can a vendor use subcontractors to service the linguistic element of the project?
Yes. However, the bid proposal must outline how the vendor will provide the service
including the use of subcontractors. The resumes of subcontractors used to provide
key aspects of the required services should be included in the Key Personnel section of
the proposal.
Page 5 of the RFP, Section B (SCOPE), Third Paragraph, states:
The estimated maximum amount of funds available for SA services is $60,000 per
Federal Fiscal Year (FFY).
Is the $60,000 per family or individual per year?
The County has allocated a total of $60,000 to provide all of the services described in
the RFP for one-year. A vendor may not exceed this amount.
Does the County have any projections based on history or the anticipated withdrawal from
Afghanistan in 2014 impacting the number of refugees or visas?
No. The County does not have any projections on how the anticipated withdrawal from
Afghanistan in 2014 may impact the number of refugees or visas.
If the County experiences a higher number of refugees at the end of the initial contract term,
will the funding be increased for the extension term(s)?
The amount of money available is an allocation from the State. It is not enough to meet
the demand. Any future increase would come from the Federal government to the
State level for distribution to specific Counties. It is not possible to predict whether
additional funding will be provided.
Can the County provide reports that specify the current populace, the history of refugees
being serviced by the County and the history of primary/secondary migration to the County?
Please see Exhibit O (Refugee arrivals into California by Country/ Region of Origin) at
the end of this Addendum for the historical and most recent data on the current
County of Alameda, General Services Agency – Purchasing
RFP No. 900958, Addendum No. 1
Page 4 of 9
March 9, 2016
refugee populace. This chart can also be accessed by clicking the following link,
http://www.cdss.ca.gov/refugeeprogram/res/pdf/RptCtr/ArrivalsData/0711FiveYrArrivalsByCountyAndRegion.pdf
The County does not have data describing the history of primary/secondary migration
to Alameda County.
Q10) Is the awarded vendor supposed to pay the subcontractor(s) from the $60,000 allocated
budget?
A10) Yes, the $60,000 is the maximum annual budget to provide these services.
Q11) Will the funding amount change in the future?
A11) The County does not anticipate any funding change; historically, funding tends to go
down instead of going up.
Q12) Does the awarded vendor have the discretion to help fewer refugees at a deeper level or does
the vendor have to take on all assigned cases?
A12) The discretion is up to the vendor, each bidder must submit a description of their
program as part of their bid response. The bid response should outline the program
design, mission, philosophy, purpose and how services will be distributed. The County
will evaluate this information to arrive at a decision as to award.
Q13) Does the philosophy of the program need to be disclosed in the proposal or is that up to the
vendor’s discretion afterwards?
A13) The philosophy is a part of the program design and must be included in the bid
response. Please see page 23 of the RFP, Section M (EVALUATION CRITERIA /
SELECTION COMMITTEE), Item G (Program Design). There are 25 points for this
criterion out of a total of 100 available points, so it is heavily weighted. Bid responses
should address each of the evaluation criteria to achieve the maximum number of
points.
Q14) If service demand is high in the beginning of the contract and funds are drained within the
first three (3) months, what happens to remaining nine (9) months of the contract?
A14) Bidders are required to submit a program design that will provide services for oneyear. During the one-year contract term, the awarded bidder’s program activities and
invoices will be monitored and approved by the Social Services Agency (SSA). Part of
the purpose of this step is to oversee the rationing and use of funds.
Q15) Is the County looking for vendors that can leverage the $60,000 annual budget with
volunteer connections?
A15) Bidders must propose a program designed to the County. It is up to each bidder to
decide how to leverage their connections to provide the services specified in the RFP
and stay within the $60,000 annual budget amount.
County of Alameda, General Services Agency – Purchasing
RFP No. 900958, Addendum No. 1
Page 5 of 9
March 9, 2016
The County has included a section on Exhibit B (Bid Form) for “Leveraged
Funds/Other Resources”. If a bidder decides to leverage their connections as part of
their proposed program design, then they must complete this section of the Bid Form
and submit detailed leverage information on Exhibit B-1 (Line Item/Detail Narrative
Table).
Q16) Page 7 of the RFP, Section D (VENDOR MINIMUM QUALIFICATIONS / SPECIFIC
REQUIREMENTS), Item 1.b., states:
Bidder must be a Mutual Assistance Association (MAA) defined by the State Refugee
Program as an organization with a Board membership consisting of 51% or more
refugees or former refugees.
Is the County requiring that vendors have a Board of 51% or more refugees or former
refugees?
A16) Yes.
Q17) Page 7 of the RFP, Section D (VENDOR MINIMUM QUALIFICATIONS / SPECIFIC
REQUIREMENTS), Item 1.b., states:
Bidder must be a Mutual Assistance Association (MAA) defined by the State Refugee
Program as an organization with a Board membership consisting of 51% or more
refugees or former refugees.
Can an organization collaborate with another organization to meet the minimum
qualifications?
A17) No. The lead agency/prime vendor must meet the minimum vendor requirements.
Q18) Page 8 of the RFP, Section D (VENDOR MINIMUM QUALIFICATIONS / SPECIFIC
REQUIREMENTS), Item 2.a., states:
Maintain a staff that has (1) a demonstrated track record of providing successful SA
services to limited English speaking refugees; (2) experience and expertise in working
with diverse refugee populations; (3) the linguistic capacity necessary to serve a
linguistically diverse population; (4) the qualifications and experience necessary to
successfully achieve required objectives specified below; and (5) the ability to collect
required data and submit accurate, timely reports to the County.
Can the County specify diverse? Would two (2) different refugee groups be diverse or is the
County expecting bidders to serve the whole scope of eligible newcomers?
A18) The County is looking for a single contract to be able to address all refugee needs.
When the County says diverse that would include any eligible refugee who comes to the
County for assistance.
Q19) Are the services for specific refugees or are victims of human trafficking also eligible?
A19) Victims of human trafficking are eligible to receive the services described in this RFP.
Please see page 5 of the RFP, Section B (SCOPE):
SSA is interested in contracting with a vendor to provide social adjustment (SA)
services to refugee populations which consist of, but are not limited to, refugees,
County of Alameda, General Services Agency – Purchasing
RFP No. 900958, Addendum No. 1
Page 6 of 9
March 9, 2016
asylees, victims of human trafficking, victims of severe torture, Cuban and Haitian
entrants, and Iraqis and Afghans admitted/issued a Special Immigrant Visa (SIV).
Q20) Are bidder’s required to provide a second Exhibit B (Bid Form for SA Services) with the
breakdown of the subcontractor’s costs to allow the County to compare the costs of
subcontractors?
A20) The cost of the prime vendor’s subcontractor(s) should be included in the cost
submitted on Exhibit B (BID FORM).
The prime vendor must provide a detailed breakdown of the subcontractor costs on
Exhibit B-1 (LINE ITEM / DETAIL NARRATIVE TABLE).
Q21) Page 7 of the RFP, Section D (VENDOR MINIMUM QUALIFICATIONS / SPECIFIC
REQUIREMENTS), Item 1.b., states:
Bidder must be a Mutual Assistance Association (MAA) defined by the State Refugee
Program as an organization with a Board membership consisting of 51% or more
refugees or former refugees.
Does the 51% requirement apply to the lead agency or to the subcontractor(s)?
A21) The 51% requirement applies to the prime vendor which is the lead agency.
Q22) Is the intent of this RFP to award one contract with an option to renew for a not to exceed
amount of $60,000?
A22) The County intends to award one (1) contract to one (1) vendor. The initial contract
term is for one (1) year. There is a single year renewal option. The maximum funding
level for the initial one (1) year contract term (October 1, 2012 – September 30, 2013) is
$60,000. Future funding is not guaranteed and is subject to change based on Federal
and State allocations.
Q23) Page 7 of the RFP, Section D (VENDOR MINIMUM QUALIFICATIONS / SPECIFIC
REQUIREMENTS), Item 1.a., states:
Bidder must be regularly and continuously engaged in the business of providing SA
services to refugee populations for at least five (5) consecutive years within the last
seven (7) years.
Will the County consider changing the minimum requirement of five (5) years experience so
new emerging MAAs can participate in the bid?
A23) The County will not change the vendor minimum requirements but suggests that new
emerging MAAs subcontract with an experienced MAA who meets the vendor
minimum requirements.
Q24) Can the partner be MAA as well or does the partner have to be a part of another
organization?
A24) The lead agency/prime bidder must be a MAA. There are no specific requirements for
a partner/subcontractor.
Q25) Can the County describe the process by which the requirements of the RFP were developed?
County of Alameda, General Services Agency – Purchasing
RFP No. 900958, Addendum No. 1
Page 7 of 9
March 9, 2016
A25) The Social Adjustment RFP was based on the County Refugee Plan (page 16) that was
submitted to the State in 2010.
Q26) Will the County revise the requirements if none of the vendors can meet the minimum
vendor qualifications?
A26) The County cannot deviate from the specification of the current County Refugee Plan.
The current plan expires September 30, 2013. The County will hold community
meetings in early 2013 before submitting a new plan. Vendors may address the social
adjustment requirements at that time.
Q27) Will the County cancel the bid if there is only one (1) qualified vendor?
A27) No.
Q28) Is the prime vendor required to be a MAA or can the partner organization be a MAA?
A28) The prime bidder must meet the vendor minimum qualifications. As a result, the
prime bidder must be a MAA.
Q29) Can a potential vendor(s) make recommendations about the requirements of the RFP?
A29) The deadline for questions/recommendations was May 18, 2012 (see RFP, page 15).
Q30) If the County considers the recommendation will it void the current RFP?
A30) The County considered the recommendations and questions submitted by potential
bidders and have included its responses in this Addendum. The County will not
void/cancel the current RFP at this time.
Q31) In regards to the County Refugee Plan submitted to the State, can the County submit an
amendment to the State stating that the County will approach the RFP in a different manner?
A31) No. The current plan has been in place for two (2) years and expires in 2013.
Vendors may submit recommendations during the community meetings that will be
held in early 2013. The County will consider vendor recommendations when
developing the new County Refugee Plan that will be submitted to the State in late
2013.
Q32) Has the current RFP criteria been successful with regard to receiving competitive bids?
A32) A variation of the current RFP criteria was released in the past. The previous RFP
resulted in at least two (2) bid responses, but no contract was awarded.
Q33) The RFP will result in a one-year contract but the County Refugee Plan is for three (3) years.
Is this correct?
A33) Yes, this is correct.
The County intends to award a one-year contract with one (1) single year option to
renew. The County may have to go out to bid again after the one-year contract due to
County of Alameda, General Services Agency – Purchasing
RFP No. 900958, Addendum No. 1
Page 8 of 9
March 9, 2016
changes in a new County Refugee Plan. The new County Refugee Plan that will be
submitted to the State in 2013 will expire in 2016.
Q34) Page of the RFP, Section M (EVALUATION CRITERIA / SELECTION COMMITTEE),
Paragraph Seven, states:
Each of the following Evaluation Criteria below will be used in ranking and
determining the quality of bidders’ proposals. Proposals will be evaluated according
to each Evaluation Criteria, and scored on a five-point scale. The scores for all the
Evaluation Criteria will then be added according to their assigned weight (below) to
arrive at a weighted score for each proposal. A proposal with a high weighted total
will be deemed of higher quality than a proposal with a lesser-weighted total. The
final maximum score for this project is five hundred (500) points.
The evaluation criteria on pages 21-23 of the RFP add up to 100 points but the final
maximum score for this project is 500 points, will there be five (5) evaluators?
A34) No, this does not mean there will be five (5) evaluators.
Each member of the County Selection Committee (CSC) will review and rate each
proposal on a scale of one (1) to five (5) in each Evaluation Criteria category. The
average of the CSC ratings is multiplied by the Evaluation Criteria Weight to
determine a bidder’s overall score.
For example, if a bidder receives an averaged rating of five (5) in category D (Budget &
Cost Effectiveness), then the bidder’s rating would be multiplied by the Weight (10
Points) for an overall score of 50 points. The highest score available is a score of five
(5) times the total weight of 100 points for a total of 500 points.
County of Alameda, General Services Agency – Purchasing
RFP No. 900958, Addendum No. 1
Page 9 of 9
March 9, 2016
The following participants attended the Bidders’ Conferences:
Company Name / Address
Representative
Contact Information
Phone: (510) 828-4561
E-Mail: greenbbf@aol.com
Afghan Coalition
39155 Liberty Street, Suite D 460
Fremont, CA 94538
Bruce Green
Tri Valley Universal
5820 Stoneridge Mall Road, Suite 100
Pleasanton, CA 94588
Salma Nayabkhil
Prime Contractor:
Subcontractor: Yes
Certified SLEB: No
Phone: (925) 523-3107
E-Mail: salmanayabkhil@yahoo.com
Prime Contractor: Yes
Tri Valley Universal
5820 Stoneridge Mall Road, Suite 100
Pleasanton, CA 94588
Lailoma Nayabkhil
Subcontractor:
Certified SLEB: Yes
Phone: (925) 523-3107
E-Mail: lailoma1979@yahoo.com
Prime Contractor: Yes
Lao Family Community Development
2325 E. 12th Street
Oakland, CA 94601
Chaosarn Chao
Subcontractor:
Certified SLEB: Yes
Phone: (510) 533-8850
E-Mail: chaosarn@lfcd.org
Prime Contractor: Yes
Subcontractor:
Certified SLEB: Yes
Phone: (510) 666-7443
E-Mail: hans.vandeweerd@rescue.org
Prime Contractor: Yes
IRC
405 14th Street
Oakland, CA
Hans Van De Weerd
Lao Family Community Development
2325 E. 12th Street
Oakland, CA 94601
Mai Quach
Prime Contractor: Yes
IRC
405 14th Street, Suite 1415
Oakland, CA 94612
Audra Brown
Subcontractor:
Certified SLEB: Yes
Phone: (510) 452-8222
E-Mail: audra.brown@rescue.org
Prime Contractor: Yes
IRC
405 14th Street, Suite 1415
Oakland, CA 94612
Igor Radulovic
Subcontractor:
Certified SLEB:
Phone: (5100 452-8222
E-Mail: igor.radulovic@rescue.org
Prime Contractor: Yes
Subcontractor:
Certified SLEB:
Phone: (510) 533-8850
E-Mail: mquach@lfcd.org
Subcontractor:
Certified SLEB:
County of Alameda, General Services Agency – Purchasing
RFP No. 900958, Addendum No. 1
Page 10 of 9
March 9, 2016
Company Name / Address
Anew America Community Corp.
1918 University Avenue, Suite 3A
Berkeley, CA 94704
Representative
Robert Lattimore
Subcontractor:
Certified SLEB: No
Anew America Community Corp.
1918 University Avenue, Suite 3A
Berkeley, CA 94704
Viola Gonzales
Vacceb
655 International Boulevard
Oakland, CA 94606
Shirley Gee
Burma Refugee Family Network
3101 Park Boulevard, Suite 4
Oakland, CA 94610
Zar Ni Maung
Burma Refugee Family Network
3101 Park Boulevard, Suite 4
Oakland, CA 94610
Su Su Maung
Bhutanese Community in CA
2253 Central Avenue, Suite B
Alameda, CA 94501
Lao Family Community Development
2325 E. 12th Street
Oakland, CA 94601
Contact Information
Phone: (510) 540-7785 x303
E-Mail: rlattimore@anewamerica.org
Prime Contractor: Yes
Phone: (510) 540-7785 x303
E-Mail: vgonzales@anewamerica.org
Prime Contractor: Yes
Subcontractor:
Certified SLEB: Yes
Phone: (510) 891-9999
E-Mail: vacceb@gmail.com
Prime Contractor: Yes
Subcontractor:
Certified SLEB: Yes
Phone: (510) 830-6867
E-Mail: zarnimaung70@gmail.com
Prime Contractor:
Subcontractor:
Certified SLEB:
Phone: (650) 201-0652
E-Mail: burmarefugeefamilynetwork@gmail.com
Prime Contractor:
Subcontractor: Yes
Certified SLEB: No
Phone: (510) 452-7572
E-Mail: jiwan.madhama@gmail.com
Jiwan Subba
John Tang
Prime Contractor:
Subcontractor: Yes
Certified SLEB: No
Phone: (415) 290-6614
E-Mail: jtang@sscf.org
Prime Contractor: Yes
Subcontractor:
Certified SLEB: No
COUNTY OF ALAMEDA, GENERAL SERVICES AGENCY-PURCHASING EXHIBIT A – BID ACKNOWLEDGEMENT
RFP No. 900958, Addendum No. 1
The County of Alameda is soliciting bids from qualified vendors to furnish its requirements per the specifications, terms and conditions contained in the
above referenced RFP number. This Bid Acknowledgement must be completed, signed by a responsible officer or employee, dated and submitted with the
bid response. Obligations assumed by such signature must be fulfilled.
1. Preparation of bids: (a) All prices and notations must be printed in ink or typewritten. No erasures permitted. Errors may be crossed out and
corrections printed in ink or typewritten adjacent and must be initialed in ink by person signing bid. (b) Quote price as specified in RFP. No
alterations or changes or any kind shall be permitted to Exhibit B, Bid Form. Responses that do not comply shall be subject to rejection in total.
2. Failure to bid: If you are not submitting a bid but want to remain on the mailing list and receive future bids, complete, sign and return this Bid
Acknowledgement and state the reason you are not bidding.
3. Taxes and freight charges: (a) Unless otherwise required and specified in the RFP, the prices quoted herein do not include Sales, Use or other
taxes. (b) No charge for delivery, drayage, express, parcel post packing, cartage, insurance, license fees, permits, costs of bonds, or for any
other purpose, except taxes legally payable by County, will be paid by the County unless expressly included and itemized in the bid. (c)
Amount paid for transportation of property to the County of Alameda is exempt from Federal Transportation Tax. An exemption certificate is
not required where the shipping papers show the consignee as Alameda County, as such papers may be accepted by the carrier as proof of the
exempt character of the shipment. (d) Articles sold to the County of Alameda are exempt from certain Federal excise taxes. The County will
furnish an exemption certificate.
4. Award: (a) Unless otherwise specified by the bidder or the RFP gives notice of an all-or-none award, the County may accept any item or group
of items of any bid. (b) Bids are subject to acceptance at any time within one hundred eighty (180) days of opening, unless otherwise specified
in the RFP. (c) A valid, written purchase order mailed, or otherwise furnished, to the successful bidder within the time for acceptance specified
results in a binding contract without further action by either party. The contract shall be interpreted, construed and given effect in all respects
according to the laws of the State of California.
5. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless
from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret
process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.
6. Samples: Samples of items, when required, shall be furnished free of expense to the County and if not destroyed by test may upon request
(made when the sample is furnished), be returned at the bidder’s expense.
7. Rights and remedies of County for default: (a) In the event any item furnished by vendor in the performance of the contract or purchase
order should fail to conform to the specifications therefore or to the sample submitted by vendor with its bid, the County may reject the same,
and it shall thereupon become the duty of vendor to reclaim and remove the same forthwith, without expense to the County, and immediately to
replace all such rejected items with others conforming to such specifications or samples; provided that should vendor fail, neglect or refuse so to
do the County shall thereupon have the right purchase in the open market, in lieu thereof, a corresponding quantity of any such items and to
deduct from any moneys due or that may there after come due to vendor the difference between the prices named in the contract or purchase
order and the actual cost thereof to the County. In the event that vendor fails to make prompt delivery as specified for any item, the same
conditions as to the rights of the County to purchase in the open market and to reimbursement set forth above shall apply, except when delivery
is delayed by fire, strike, freight embargo, or Act of God or the government. (b)Cost of inspection or deliveries or offers for delivery, which do
not meet specifications, will be borne by the vendor. (c) The rights and remedies of the County provided above shall not be exclusive and are
in addition to any other rights and remedies provided by law or under the contract.
8. Discounts: (a) Terms of less than ten (10) days for cash discount will considered as net. (b) In connection with any discount offered, time will
be computed from date of complete, satisfactory delivery of the supplies, equipment or services specified in the RFP, or from date correct
invoices are received by the County at the billing address specified, if the latter date is later than the date of delivery. Payment is deemed to be
made, for the purpose of earning the discount, on the date of mailing the County warrant check.
9. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is
accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the
Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the
Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to
the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.
10. No guarantee or warranty: The County of Alameda makes no guarantee or warranty as to the condition, completeness or safety of any
material or equipment that may be traded in on this order.
THE undersigned acknowledges receipt of above referenced RFP and/or Addenda and offers and agrees to furnish the articles and/or services
specified on behalf of the vendor indicated below, in accordance with the specifications, terms and conditions of this RFP and Bid
Acknowledgement.
Firm:
Address:
State/Zip
By:_______________ ________________________________________________ Date____________ Phone_____________________
Printed Name Signed Above:_______________________________________________________________________________________
Title:__________________________________________________________________________________________________________
RFP No. 900958
EXHIBIT L
RFP VENDOR BID LIST
Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 900958 and/or
been issued a copy of this RFP. This Vendor Bid List is being provided for informational purposes to assist bidders in
making contact with other businesses as needed to develop local small and emerging business subcontracting
relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program (described within the
RFP). For additional information regarding the SLEB Program, please visit our website at
http://www.acgov.org/auditor/sleb/ and/or contact the Auditor-Controller’s Office of Contract Compliance (OCC)
located at 1221 Oak St., Rm. 249, Oakland, CA 94612 at Tel: (510) 891-5500, Fax: (510) 272-6502 or via E-mail at
ACSLEBcompliance@acgov.org
Vendors who attended the Networking/Bidders Conferences have been added to the Vendor Bid List. Please see the
RFP sections entitled ‘Calendar of Events’ and ‘Networking/Bidders Conferences’ for additional information. The
Networking/Bidders Conferences scheduled for all current projects are posted on the GSA Calendar of Events website
at http://www.acgov.org/calendar_app/DisplayListServlet?site=Internet&ag=GSA&ty=PUR. This RFP Addendum is
being issued to all vendors on the Vendor Bid List; the following revised vendor list includes contact information for
each vendor attendee at the Networking/Bidders Conferences.
RFP No. 900958 - Social Adjustment Services for Refugees
Business Name
Contact Name
Contact
Phone
Address
City
ST
Email
Afghan Coalition
Bruce Green
510-828-4561
39155 Liberty St., #D460
Fremont
CA
greenbbf@aol.com
Anew America Community Corp.
Robert Lattimore
510-540-7785 x303
1918 University Ave., #3A
Berkeley
CA
rlattimore@anewamerica.org
Anew America Community Corp.
Viola Gonzales
510-540-7785 x303
1918 University Ave., #3A
Berkeley
CA
vgonzales@anewamerica.org
Bhutanese Community in CA
Jiwan Subba
510-452-7572
2253 Central Ave., #B
Alameda
CA
jiwan.madhama@gmail.com
Burma Refugee Family Network
Zar Ni Maung
510-830-6867
3101 Park Blvd., #4
Oakland
CA
zarnimaung70@gmail.com
Burma Refugee Family Network
Su Su Maung
650-201-0652
3101 Park Blvd., #4
Oakland
CA
burmarefugeefamilynetwork@gmail.com
IRC
Hans Van De Weerd
510-666-7443
405 14th St.
Oakland
CA
hans.vandeweerd@rescue.org
IRC
Audra Brown
510-452-8222
405 14th St., #1415
Oakland
CA
audra.brown@rescue.org
IRC
Igor Radulovic
510-452-8222
405 14th St., #1415
Oakland
CA
igor.radulovic@rescue.org
Lao Family Comm. Dev.
Chaosarn Chao
510-533-8850
2325 E. 12th St.
Oakland
CA
chaosarn@lfcd.org
Lao Family Comm. Dev.
Mai Quach
510-533-8850
2325 E. 12th St.
Oakland
CA
mquach@lfcd.org
Lao Family Comm. Dev.
John Tang
415-290-6614
2325 E. 12th St.
Oakland
CA
jtang@sscf.org
Tri Valley Universal
Salma Nayabkhil
925-523-3107
5820 Stoneridge Mall Rd, #100
Pleasanton
CA
salmanayabkhil@yahoo.com
Tri Valley Universal
Lailoma Nayabkhil
925-523-3107
5820 Stoneridge Mall Rd, #100
Pleasanton
CA
lailoma1979@yahoo.com
Vacceb
Shirley Gee
510-891-9999
655 International Blvd.
Oakland
CA
vacceb@gmail.com
Exhibit L
Page 1 of 1
EXHIBIT O
COUNTY OF ALAMEDA
RFP No. 900958
for
Social Adjustment Services for Refugees
Exhibit O
Page 1 of 1
Download