Skip to main content
Comptroller Main Webpage

The Clerk of the Board is responsible for keeping accurate minutes and maintaining Board records for each Board of County Commissioner (BCC) and Value Adjustment Board (VAB) meeting. In addition, every 4 years, the Clerk of the Board office provides staff support to the Charter Review Commission (CRC) appointed by the BCC. Please contact our office if you need an accessible version of documents on this page, and one will be provided.

Selection options are described below:

1. To search BCC records by meeting date and/or a specific term between September 23, 1869 and December 14, 2010, view the 'BCC Meetings' page.

2. To view BCC records by meeting date between January 4, 2011 through September 22, 2016, scroll down to locate the BCC meeting date.

3.
To search BCC records by a specific term between October 4, 2016 through Present, select the 'Search Records' tab.      

4.    To view VAB records by meeting date between June 20, 2013 through August 21, 2018, scroll down to locate the VAB meeting date. 

5.    To search CRC regular business meeting records by a specific term between February 25, 2019 through Present, select the 'Search Records' tab.

File #: 25-116    Version: 1 Name:
Type: Procurement Status: Discussion Item
File created: 12/23/2024 In control: Administrative Services Department
On agenda: 1/28/2025 Final action:
Title: Selection of three firms and three ranked alternates to provide Staff Augmentation for Information Systems and Services, Request for Proposals Y24-1069-JA, from the following firms listed alphabetically: 22nd Century Technologies, Inc. A. B. Closing Corporation d/b/a Kavaliro Abacus Service Corporation AlxTel, Inc. BayInfotech LLC California Creative Solutions, Inc. d/b/a CCS Global Tech Clovity Inc Cogent Data Solutions LLC COGENT Infotech Corporation Compunnel Software Group, Inc. Cynet Systems Inc. Datson360, LLC FedTec LLC Infojini, Inc. Insight Global, LLC Lumen Solutions Group Inc Moten Tate, Incorporated Naztec International Group L.L.C. Reenar IT Inc RighIT Solutions LLC SGS Technologie, LLC Software Resources, Inc. Sybyte Technologies Inc. Tryfacta, Inc. U.S. Tech Solutions, Inc Visium Resources, Inc. Further request Board authorization for the Procurement Division to negotiate and execute five-year contracts within a combined estimated budget of $5,000,000 annually. Furt...
Attachments: 1. Agenda Score Sheet, 2. BDD - 1069 Staff Augmentation for ISS, 3. 2025-01-28 PPP File 25-116 Discussion Staff Augmentation for Information Systems and Services

Interoffice Memorandum

 

DATE: December 23, 2024

 

TO: Mayor Jerry L. Demings and County Commissioners

 

FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division

 

CONTACT: Rafael Mena, Chief Information Officer, Information Systems and Services Division

 

PHONE: 407-836-5200

 

SUBJECT: Selection of Contractors, Request for Proposals Y24-1069-JA, Staff Augmentation for Information Systems and Services

 

RECOMMENDATION:

title

Selection of three firms and three ranked alternates to provide Staff Augmentation for Information Systems and Services, Request for Proposals Y24-1069-JA, from the following firms listed alphabetically:

 

22nd Century Technologies, Inc.

A. B. Closing Corporation d/b/a Kavaliro

Abacus Service Corporation

AlxTel, Inc.

BayInfotech LLC

California Creative Solutions, Inc. d/b/a CCS Global Tech

Clovity Inc

Cogent Data Solutions LLC

COGENT Infotech Corporation

Compunnel Software Group, Inc.

Cynet Systems Inc.

Datson360, LLC

FedTec LLC

Infojini, Inc.

Insight Global, LLC

Lumen Solutions Group Inc

Moten Tate, Incorporated

Naztec International Group L.L.C.

Reenar IT Inc

RighIT Solutions LLC

SGS Technologie, LLC

Software Resources, Inc.

Sybyte Technologies Inc.

Tryfacta, Inc.

U.S. Tech Solutions, Inc

Visium Resources, Inc.

 

Further request Board authorization for the Procurement Division to negotiate and execute five-year contracts within a combined estimated budget of $5,000,000 annually.

 

Further request Board authorization for the Procurement Division to formally terminate negotiations with the top ranked firm, if we are unable to come to a favorable negotiated agreement, and commence negotiations with the next ranked alternate, until a successful negotiation is reached. ([Administrative and Fiscal Services Information Systems and Services Division] Procurement Division)

body


PROCUREMENT:

The selected contractors will provide qualified individuals to augment Information Systems and Services Division staff and assist other departments and divisions with project specific information technology tasks on an as-needed basis.

FUNDING:

Funding is available in account numbers 0001-031-0502- 3179, 0001-031-0503-3179, 0001-031-0504-3179, 0001-031-0505-3179, 0001-031-0506-3179, 0001-031-0516-3179, 0001-031-0526-3179, 0001-031-0527-3179, 0001-031-0540-3179, 0001-031-0542-3179, 0001-031-0543-3179, 0001-031-0544-3179, 0001-031-0562-3179, 0001-031-0502- 3197, 0001-031-0503-3197, 0001-031-0504-3197, 0001-031-0505-3197, 0001-031-0506-3197, 0001-031-0516-3197, 0001-031-0526-3197, 0001-031-0527-3197, 0001-031-0540-3197, 0001-031-0542-3197, 0001-031-0543-3197, 0001-031-0544-3197, 0001-031-0562-3197, 1054-031-0677-3179, 1054-031-0677-3197, 1011-068-3132-3197, 1011-068-3132-3179, 1247-031-0556-3179, and 1247-031-0556-3197.

DISCUSSION:

The County contracts with information technology staffing contractors to provide technical expertise on new technologies, enhancements and support services on existing hardware and software platforms, and staff support to ensure the continuity of essential systems and projects. The outsourcing of these services is common in the information technologies business, today, due to the dramatic pace of advancements in this field. Through ISS, other divisions and departments may use these contracts to obtain consultants for technology projects that  are  being  developed expressly for their areas.

Once a requirement for service is identified, a scope of services is provided to the contractors who then submit resumes of their qualified candidates. All candidates must meet the minimum requirements established in the contract. Selection will be based on qualifications and hourly rates specified in the contract. Since this is a competitive process, contractors may submit proposals based on the hourly rates in the contracts or they may lower them to be more competitive. The hourly rates, however, cannot be increased beyond the contract rates. Multiple contracts are necessary to ensure the County will be able to locate individuals with the necessary skill sets based on the particular needs of each project.

Seventy-one proposals were received in response to this Request for Proposals.  Nine firms were deemed to be non-responsive as follows:

                     CDW LLC dba CDW Government LLC: Qualified their offer by including an escalator on the Fee Schedule Form.

                     FAAZ Consulting, LLC: Deviated from the Orange County Fee Schedule Form and did not include the critical language regarding the base hourly rate and how the fee schedule is structured.

                     Global Solutions Group, Inc: Qualified their offer by including an escalator on the Fee Schedule Form.

                     Managed Staffing Inc.: Failed to provide the following required forms: Relationship Disclosure Form, Orange County Specific Project Expenditure Report, Agent Authorization Form, Leased Employee Affidavit, and Information for Determining Joint Venture Eligibility Form.

                     Quality Healthcare Staffing LLC: Failed to submit their offer in a file format acceptable to the County. Offer was submitted as "pages" file and could not be opened for evaluation.

                     Smart It Pros Inc.: Failed to provide the following required forms: Relationship Disclosure Form, Orange County Specific Project Expenditure Report, and Agent Authorization Form.

                     Syntricate Technologies Inc. Failed to provide the following required forms: Agent Authorization Form, Leased Employee Affidavit, and Information for Determining Joint Venture Eligibility Form.

                     ThoughtFocus, Inc.: Deviated from the Orange County Fee Schedule Form and did not include the critical language regarding the base hourly rate and how the fee schedule is structured.

                     Virtelligence: Deviated from the Orange County Fee Schedule Form and did not include the critical language regarding the base hourly rate and how the fee schedule is structured and for failing to provide the following required forms: Authorized Signatories/Negotiators Form, Drug-Free Workplace Form, Conflict/Non-Conflict of Interest Form, E-Verification Certification, Relationship Disclosure Form, Orange County Specific Project Expenditure Report Form, Agent Authorization Form, and Leased Employee Affidavit

The proposals submitted from the following firms scored too low for Board consideration:

                     3Di, Inc. d/b/a 3Di Systems, Inc.

                     American Preferred Solutions Inc

                     American Unit, Inc

                     AMR Consulting LLC

                     AppleOne, Inc. d/b/a  AppleOne Employment Services

                     Archis, Inc. dba Archis Technologies

                     Arthur Lawrence Management LLC

                     Augment HR Solution LLC d/b/a MY HR Management

                     Cloud Consulting Services Inc.

                     Crystal Data LLC

                     DatamanUSA, LLC

                     Eight Eleven Group, LLC d/b/a Brooksource

                     Elegant Enterprise-Wide Solutions, Inc.

                     Hithron Consulting Inc

                     InstantServe LLC

                     LanceSoft, Inc

                     Maddisoft LLC

                     MSys Inc.

                     Omega Solutions Inc

                     RADgov, Inc.

                     Red Sun Technology Solutions, LLC

                     ResiliEnt Business Solutions LLC

                     Serigor Inc

                     SoftHQ, Inc.

                     Solomons International, LLC

                     Sure Power Consulting, LLC

                     Synkriom Inc

                     TECKpert, LLC

                     Tellus Solutions Inc

                     The Little Group LTD. CO LLC d/b/a Exclusive Network Enterprises

                     Tri-Force Consulting Services Inc

                     V Group Inc.

                     vTech Solution Inc.

                     XECSolutions, LLC

                     Zencon Group Inc.

                     Zirlen Technologies, Inc.

 

This item was evaluated by the Procurement Committee on December 11, 2024.  Commissioner Maribel Gomez Cordero was assigned to the Procurement Committee.

 

The scores of the Procurement Committee are attached.