Instant Ticket Printing Services

Agency: State of Vermont
State: Vermont
Level of Government: State & Local
Category:
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD14408450472340735
Posted Date: Feb 12, 2024
Due Date: Feb 28, 2024
Source: Members Only
TITLE QUESTIONS DUE ANSWERS POSTED DUE DATE NO POSTING AFTER
Instant Ticket Printing Services
FACING COUNT FEB 2024

02/08/2024 04:30PM
Q&A - DLL Instant Tickets_. (02/12/2024)
02/28/2024 03:00PM

Attachment Preview

Department of Buildings and General Services
Office of Purchasing & Contracting
133 State Street, 5th Floor | Montpelier VT 05633-8000
802-828-2211 phone |802-828-2222 fax
http://bgs.vermont.gov/purchasing
SEALED BID
REQUEST FOR PROPOSAL
Instant Ticket Printing Services
ISSUE DATE
QUESTIONS DUE
RFP RESPONSES DUE BY
INSTANT TICKET SAMPLES DUE BY
January 22, 2024
February 8, 2024 – 4:30 PM (EST)
February 28, 2024 – 3:00 PM (EST)
March 6, 2024 – 3:00 PM (EST)
PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND ADDENDUMS ASSOCIATED
WITH THIS RFP WILL BE POSTED AT:
http://www.bgs.state.vt.us/pca/bids/bids.php
THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED
INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO PERIODICALLY CHECK THE
ABOVE WEBPAGEFOR ANY AND ALL NOTIFICATIONS, RELEASES AND ADDENDUMS
ASSOCIATED WITH THIS RFP.
STATE CONTACT:
E-MAIL:
Kyle Emerson
Kyle.Emerson@Vermont.gov
USE EMAIL SUBJECT : INSTANT TICKET PRINTING SERVICES
Revised: July 19, 2023
Page 1 of 41
OVERVIEW:
1.1. SCOPE AND BACKGROUND: Through this Request for Proposal (RFP) the Vermont Department of
Liquor and Lottery (DLL) (hereinafter the “State”) is seeking to establish contracts with one or more
companies that can provide Lottery Instant Ticket printing services.
1.2. CONTRACT PERIOD: Contracts arising from this RFP will be for a period of three years with an option to
renew for up to two additional twelve-month periods. The State anticipates the start date for such
contract(s) will be July 2024.
1.3. SINGLE POINT OF CONTACT: All communications concerning this RFP are to be addressed in writing
to the State Contact listed on the front page of this RFP. Actual or attempted contact with any other
individual from the State concerning this RFP is strictly prohibited and may result in disqualification.
1.4. QUESTION AND ANSWER PERIOD: Any bidder requiring clarification of any section of this RFP or
wishing to comment on any requirement of the RFP must submit specific questions in writing no later than
the deadline for question indicated on the first page of this RFP. Questions may be e-mailed to the point
f contact on the front page of this RFP. Questions or comments not raised in writing on or before the last
day of the question period are thereafter waived. At the close of the question period a copy of all
questions or comments and the State's responses will be posted on the State’s web site
http://www.bgs.state.vt.us/pca/bids/bids.php . Every effort will be made to post this information as soon as
possible after the question period ends, contingent on the number and complexity of the questions.
1.5. CHANGES TO THIS RFP: Any modifications to this RFP will be made in writing by the State through the
issuance of an Addendum to this RFP and posted online at http://www.bgs.state.vt.us/pca/bids/bids.php .
Modifications from any other source are not to be considered.
2. DETAILED REQUIREMENTS/DESIRED OUTCOMES:
2.1. The State of Vermont is interested in obtaining bids to meet the following business need(s): To obtain
Instant Ticket Games and related services that are operationally sound, incorporate the highest level of
integrity and security, and minimize risk for DLL.
2.2. To maximize the net revenue from lottery instant ticket games for the benefit of the State of Vermont
Education Fund.
2.3. To obtain Instant Ticket Games that lead to high agent and player satisfaction for quality, performance and
security.
2.4. To engage with a Contractor who will, over the term of the contract, maintain creativity thereby assisting the
Lottery to maintain a competitive position with other providers of entertainment.
2.5. To obtain Instant Ticket Games and related Services that will meet the needs of the Lottery for the term of
the Contract and that is sufficiently flexible to meet the Lottery's evolving requirements.
2.6. To ensure that all proposed services are available to the Lottery and fully operational by July 24, 2024.
3. GENERAL REQUIREMENTS:
3.1. PRICING: Bidders must price the terms of this solicitation at their best pricing. Any and all costs that
Bidder wishes the State to consider must be submitted for consideration. If applicable, all equipment
pricing is to include F.O.B. delivery to the ordering facility. No request for extra delivery cost will be
honored. All equipment shall be delivered assembled, serviced, and ready for immediate use, unless
otherwise requested by the State.
3.1.1.Prices and/or rates shall remain firm for the initial term of the contract. The pricing policy submitted by
Bidder must (i) be clearly structured, accountable, and auditable and (ii) cover the full spectrum of
materials and/or services required.
3.1.2.Cooperative Agreements. Bidders that have been awarded similar contracts through a competitive
bidding process with another state and/or cooperative are welcome to submit the pricing in response
to this solicitation.
Revised: July 19, 2023
Page 2 of 41
3.1.3.Retainage. In the discretion of the State, a contract resulting from this RFP may provide that the
State withhold a percentage of the total amount payable for some or all deliverables, such retainage
to be payable upon satisfactory completion and State acceptance in accordance with the terms and
conditions of the contract.
3.2. STATEMENT OF RIGHTS: The State shall have the authority to evaluate Responses and select the
Bidder(s) as may be determined to be in the best interest of the State and consistent with the goals and
performance requirements outlined in this RFP. The State of Vermont reserves the right to obtain
clarification or additional information necessary to properly evaluate a proposal. Failure of bidder to
respond to a request for additional information or clarification could result in rejection of that bidder's
proposal. To secure a project that is deemed to be in the best interest of the State, the State reserves the
right to accept or reject any and all bids, in whole or in part, with or without cause, and to waive
technicalities in submissions. The State also reserves the right to make purchases outside of the awarded
contracts where it is deemed in the best interest of the State.
3.2.1.Best and Final Offer (BAFO). At any time after submission of Responses and prior to the final
selection of Bidder(s) for Contract negotiation or execution, the State may invite Bidder(s) to provide a
BAFO. The state reserves the right to request BAFOs from only those Bidders that meet the minimum
qualification requirements and/or have not been eliminated from consideration during the evaluation
process.
3.2.2.Presentation. An in-person or webinar presentation by the Bidder may be required by the State if it
will help the State’s evaluation process. The State will factor information presented during
presentations into the evaluation. Bidders will be responsible for all costs associated with providing
the presentation.
3.3. WORKER CLASSIFICATION COMPLIANCE REQUIREMENTS: In accordance with Section 32 of The
Vermont Recovery and Reinvestment Act of 2009 (Act No. 54), Bidders must comply with the following
provisions and requirements.
3.3.1.Self-Reporting: For bid amounts exceeding $250,000.00, Bidder shall complete the appropriate
section in the attached Certificate of Compliance for purposes of self-reporting information relating to
past violations, convictions, suspensions, and any other information related to past performance
relative to coding and classification of workers. The State is requiring information on any violations
that occurred in the previous 12 months.
3.3.2.Subcontractor Reporting: For bid amounts exceeding $250,000.00, Bidders are hereby notified that
upon award of contract, and prior to contract execution, the State shall be provided with a list of all
proposed subcontractors and subcontractors’ subcontractors, together with the identity of those
subcontractors’ workers compensation insurance providers, and additional required or requested
information, as applicable, in accordance with Section 32 of The Vermont Recovery and
Reinvestment Act of 2009 (Act No. 54). This requirement does not apply to subcontractors providing
supplies only and no labor to the overall contract or project. This list MUST be updated and provided
to the State as additional subcontractors are hired. A sample form is available online at
http://bgs.vermont.gov/purchasing-contracting/forms. The subcontractor reporting form is not
required to be submitted with the bid response.
3.4. EXECUTIVE ORDER 05-16: CLIMATE CHANGE CONSIDERATIONS IN STATE PROCUREMENTS:
For bid amounts exceeding $25,000.00 Bidders are requested to complete the Climate Change
Considerations in State Procurements Certification, which is included in the Certificate of Compliance for
this RFP.
After consideration of all relevant factors, a bidder that demonstrates business practices that promote
clean energy and address climate change as identified in the Certification, shall be given favorable
consideration in the competitive bidding process. Such favorable consideration shall be consistent with
and not supersede any preference given to resident bidders of the State and/or products raised or
manufactured in the State, as explained in the Method of Award section. But, such favorable
consideration shall not be employed if prohibited by law or other relevant authority or agreement.
3.5. METHOD OF AWARD: Awards will be made in the best interest of the State. The State may award one
or more contracts and reserves the right to make additional awards to other compliant bidders at any time
Revised: July 19, 2023
Page 3 of 41
if such award is deemed to be in the best interest of the State. All other considerations being equal,
preference will be given first to resident bidders of the state and/or to products raised or manufactured in
the state, and then to bidders who have practices that promote clean energy and address climate change,
as identified in the applicable Certificate of Compliance.
3.5.1.Evaluation Criteria: Consideration shall be given to the Bidder’s project approach and methodology,
qualifications and experience, ability to provide the services within the defined timeline, cost, and/or
success in completing similar projects, as applicable, and to the extent specified below.
Evaluation of Technical and Price Proposals
EVALUATION CRITERIA
POINTS
%
Vendor experience and
qualifications, expertise, references,
and financial condition
50 10
Technical capabilities
75 15
Marketing and retailer support
50 10
Product quality
125 25
Game design and creativity
50 10
Options
50 10
TOTAL TECHNICAL EVALUATION
400 80
Price
100 20
TOTAL POINTS
500 100
3.6. CONTRACT NEGOTIATION: Upon completion of the evaluation process, the State may select one or
more bidders with which to negotiate a contract, based on the evaluation findings and other criteria
deemed relevant for ensuring that the decision made is in the best interest of the State. In the event State
is not successful in negotiating a contract with a selected bidder, the State reserves the option of
negotiating with another bidder, or to end the proposal process entirely.
3.7. COST OF PREPARATION: Bidder shall be solely responsible for all expenses incurred in the preparation
of a response to this RFP and shall be responsible for all expenses associated with any presentations or
demonstrations associated with this request and/or any proposals made.
3.8. CONTRACT TERMS: The selected bidder(s) will be expected to sign a contract with the State, including
the Standard Contract Form and Attachment C as attached to this RFP for reference. If IT Attachment D is
included in this RFP, terms may be modified based upon the solution proposed by the Bidder, subject to
approval by the Agency of Digital Services.
3.8.1.Business Registration. To be awarded a contract by the State of Vermont a bidder (except an
individual doing business in his/her own name) must be registered with the Vermont Secretary of
State’s office https://sos.vermont.gov/corporations/registration/ and must obtain a Contractor’s
Business Account Number issued by the Vermont Department of Taxes http://tax.vermont.gov/ .
3.8.2.The contract will obligate the bidder to provide the services and/or products identified in its bid, at the
prices listed.
3.8.3.Payment Terms. Percentage discounts may be offered for prompt payments of invoices; however,
such discounts must be in effect for a period of 30 days or more in order to be considered in making
awards.
3.8.4.Quality. If applicable, all products provided under a contract with the State will be new and unused,
unless otherwise stated. Factory seconds or remanufactured products will not be accepted unless
specifically requested by the purchasing agency. All products provided by the contractor must meet
Revised: July 19, 2023
Page 4 of 41
all federal, state, and local standards for quality and safety requirements. Products not meeting these
standards will be deemed unacceptable and returned to the contractor for credit at no charge to the
State.
4. CONTENT AND FORMAT OF RESPONSES: The content and format requirements listed below are the
minimum requirements for State evaluation. These requirements are not intended to limit the content of a
Bidder’s proposal. Bidders may include additional information or offer alternative solutions for the State’s
consideration. However, the State discourages overly lengthy and costly proposals, and Bidders are advised to
include only such information in their response as may be relevant to the requirements of this RFP.
4.1. The bid should include a Cover Letter and Technical Response and Price Schedule.
4.2. COVER LETTER:
4.2.1.Confidentiality. To the extent your bid contains information you consider to be proprietary and
confidential, you must comply with the following requirements concerning the contents of your cover
letter and the submission of a redacted copy of your bid (or affected portions thereof).
4.2.2.All responses to this RFP will become part of the contract file and will become a matter of public
record under the State’s Public Records Act, 1 V.S.A. § 315 et seq. (the “Public Records Act”). If your
response must include material that you consider to be proprietary and confidential under the Public
Records Act, your cover letter must clearly identify each page or section of your response that you
consider proprietary and confidential. Your cover letter must also include a written explanation for
each marked section explaining why such material should be considered exempt from public
disclosure in the event of a public records request, pursuant to 1 V.S.A. § 317(c), including the
prospective harm to the competitive position of the bidder if the identified material were to be
released. Additionally, you must include a redacted copy of your response for portions that are
considered proprietary and confidential. Redactions must be limited so that the reviewer may
understand the nature of the information being withheld. It is typically inappropriate to redact entire
pages, or to redact the titles/captions of tables and figures. Under no circumstances may your entire
response be marked confidential, and the State reserves the right to disqualify responses so marked.
4.2.3.Exceptions to Contract Terms and Conditions. If a Bidder wishes to propose an exception to any
terms and conditions set forth in the Standard Contract Form and its attachments, such exceptions
must be included in the cover letter to the RFP response. Failure to note exceptions when responding
to the RFP will be deemed to be acceptance of the State contract terms and conditions. If exceptions
are not noted in the response to this RFP but raised during contract negotiations, the State reserves
the right to cancel the negotiation if deemed to be in the best interests of the State. Note that
exceptions to contract terms may cause rejection of the proposal.
4.3. TECHNICAL RESPONSE. In response to this RFP, a Bidder shall:
4.3.1.Provide details concerning your form of business organization, company size and resources.
4.3.2.Describe your capabilities and particular experience relevant to the RFP requirements.
4.3.2.1. Identify all current or past State projects.
4.3.3.Identify the names of all subcontractors you intend to use, the portions of the work the subcontractors
will perform, and address the background and experience of the subcontractor(s), as per RFP section
4.3.2 above.
4.4. REFERENCES. Provide the names, addresses, and phone numbers of at least three companies with
whom you have transacted similar business in the last 12 months. You must include contact names who
can talk knowledgeably about performance.
4.5. REPORTING REQUIREMENTS: Provide a sample of any reporting documentation that may be applicable
to the Detailed Requirements of this RFP.
4.6. PRICE SCHEDULE: Bidders shall submit their pricing information in the Price Schedule attached to the
RFP.
4.7. CERTIFICATE OF COMPLIANCE: This form must be completed and submitted as part of the response for
the proposal to be considered valid.
Revised: July 19, 2023
Page 5 of 41
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >