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.