Landis+Gyr Software and Systems Services

Agency: Guam Power Authority (GPA)
State: Guam
Level of Government: State & Local
Category:
  • 70 - General Purpose Information Technology Equipment (including software).
  • D - Automatic Data Processing and Telecommunication Services
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD17724910875167018
Posted Date: Apr 4, 2024
Due Date: Apr 17, 2024
Solicitation No: GPA-RFP-24-008 ejblas@gpagwa.com;smtaijeron@gpagwa.com;GPA-Interested-Parties@gpagwa.com Eric J. Bl
Source: Members Only
Type Description Announcement # Issuance Date Due Time & Date

RFP

Landis+Gyr Software and Systems Services
Cut-Off Date for Questions:

4:00 P.M., (ChST) Thursday, March 07, 2024

Download 1.854 MB

Download Amendment No. I 353 KB

Download Amendment No. II 632 KB

Download Amendment No. III 435 KB

GPA-RFP-24-008

ejblas@gpagwa.com;smtaijeron@gpagwa.com;GPA-Interested-Parties@gpagwa.com
Eric J. Blas

Stephanie M. Taijeron



02/22/2024

4:00 P.M.

04/17/2024

Attachment Preview

Page 1 of 59
To All Interested Parties:
The Guam Power Authority, Procurement Office will continue its efforts with
improvement towards accountability, transparency, and efficiency to better serve
GPA personnel, prospective bidders, and guests, please be advised of the following:
1. Virtual meetings and/or conferences are preferred and will be
coordinated through the GPA Procurement Division.
2. For In-Person meetings and/or conferences:
a. Please contact our office for scheduled hand delivery of
Sealed RFP submission on or before scheduled
Opening/Closing date and time with confirmation via:
Tel: (671) 648-3054/5 and/or (671) 648-3045
Email: GPA-Interested-Parties@gpagwa.com
b. Face masks and social distancing may be employed at the option of
the individual.
COMPANY NAME:
REPRESENTATIVE NAME:
BID NO.:
RFP NO.: GPA-RFP-24-008
Print / Sign Date
Page 2 of 59
JOSEPH T. DUENAS
Chairman
GUAM POWER AUTHORITY
ATURIDÅT ILEKTRESEDÅT GUÅHAN
P.O. BOX 2977 HAGÅTÑA, GUAM U.S.A. 96932-2977
Telephone Nos.: (671) 648-3054/55 or Facsimile (671) 648-3165
Accountability Impartiality
Competence
Openness
JOHN M. BENAVENTE, P.E.
General Manager
Value
REQUEST FOR PROPOSAL: GPA-RFP-24-008
DESCRIPTION: Landis+Gyr Software and Systems Services
SPECIAL REMINDER TO PROSPECTIVE INDIVIDUALS/FIRMS
Firms/Individuals are reminded to read Proposal Instructions to ascertain that all of the following requirements checked below are submitted in the
proposal envelope, one (1) bound paper original, five (5) bound paper copies, and one (1) electronic PDF format copy in CD, DVD and/or USB
Flash Drive, at the date and time for proposal remittance. All sealed proposal submissions must be hand delivered, delivered by mail, or
delivered by other courier service to:
ISSUING OFFICE:
Guam Power Authority-Procurement Office
1st. Floor, Room 101
Gloria B. Nelson Public Service Building
688 Route 15
Mangilao, Guam 96913
[XX] STATEMENT OF QUALIFICATION;
[XX] AFFIDAVIT OF DISCLOSURE OF OWNERSHIP; Pursuant to Public Law 36-13
[XX] NON-COLLUSION AFFIDAVIT; Pursuant to Public Law 36-13
[XX] NO GRATUITIES OR KICKBACKS AFFIDAVIT;
[XX] ETHICAL STANDARDS AFFIDAVIT;
[XX] WAGE DETERMINATION AFFIDAVIT;
[XX] RESTRICTIONS AGAINST SEX OFFENDERS AFFIDAVIT;
[XX] CONTINGENT FEES AFFIDAVIT;
*Note: The above Affidavits must comply with the following requirements;
a.
The affidavit must be signed within 60 days of the date the bid is due;
b.
Date of signature of the person authorized to sign the bid and the notary date must be the same.
c.
First time affidavit must be an original – If copy, indicate Bid Number/Agency where original can
be obtained.
[XX] OTHERS: A Guam Business License is not required in order to provide a proposal for this engagement, but is a
pre-condition for entering into a contract with the Authority.
***Restriction against Sex Offenders Employed by Service Providers to Government of Guam from Working on Government of Guam Property, 5GCA
Section 5253, enacted by P.L. 28-24 and amended by P.L. 28-98:
If a contract for services is awarded to the bidder or offeror, then the service provider must warrant that no person in its employment who has been convicted of a
sex offense under the provisions of Chapter 25 of Title 9 of the Guam Code Annotated or of an offense defined in Article 2 of Chapter 28 of Title 9 of the Guam
Code Annotated, or who has been convicted in any other jurisdiction of an offense with the same elements as heretofore defined, or who is listed on the Sex
Offender Registry, shall provide services on behalf of the service provider while on government of Guam property, with the exception of public highways. If any
employee of a service provider is providing services on government property and is convicted subsequent to an award of a contract, then the service provider
warrants that it will notify the Government of the conviction within twenty-four hours of the conviction, and will immediately remove such convicted person from
providing services on government property. If the service provider is found to be in violation of any of the provisions of this paragraph, then the Government will
give notice to the service provider to take corrective action. The service provider shall take corrective action within twenty-four hours of notice from the Government,
and the service provider shall notify the Government when action has been taken. If the service provider fails to take corrective steps within twenty-four hours of
notice from the Government, then the Government in its sole discretion may suspend temporarily any contract for services until corrective action has been taken.
This reminder must be signed and returned in the proposal envelope together with the proposal. Failure to comply with the above requirements will mean a
disqualification and rejection of the proposal.
On this
day of
, 20
I, authorized representative of
acknowledge receipt
of this special reminder to PROSPECTIVE Individual/Firm with the above referenced RFP.
Individual/Firm Representative’s Signature
Page 3 of 59
REQUEST FOR PROPOSAL NO.:
GPA-RFP-24-008
FOR
Landis+Gyr Advanced Meter Infrastructure Equipment
F£4E.
Manager (A), Strategic Planning
and Operations Research Division
UZJR, P.E.
istant General Manager,
Engineering & Technical Services
JOHN M. BENAVENTE, P.E.
GENERAL MANAGER
Page 4 of 59
REQUEST FOR PROPOSAL
GPA-RFP-24-008
FOR
“Landis+Gyr Software and Systems Services”
The Guam Power Authority (GPA) is soliciting proposals from interested and qualified
individuals or firms to provide Landis+Gyr Software and Systems Services.
Request for Proposal (RFP) packages may be obtained at the, GPA Procurement Office
located at 688 Route 15 Gloria B. Nelson Public Service Building, Mangilao, Guam 96913
anytime from Monday through Friday (excluding holidays) between 8:00 a.m. and 5:00 p.m.
Deadline for submission of all proposals is Thursday, March 21, 2024 at 4:00 P.M. at the
GPA Procurement Office and will be received in accordance with Section 3-207 of the Guam
Procurement Regulations. All proposals must be submitted to the attention of the
Procurement Manager.
Page 5 of 59
TABLE OF CONTENTS
1 INSTRUCTIONS TO OFFEROR ....................................................................................... 7
1.1 DEFINITIONS ................................................................................................................................ 7
1.2 PROPOSALS ................................................................................................................................ 7
1.3 PROPRIETARY PORTIONS OF PROPOSALS............................................................................ 7
1.4 PREPARATION AND SUBMISSION OF PROPOSALS ............................................................... 7
1.5 EXPLANATION TO OFFERORS .................................................................................................. 8
1.6 CLARIFICATION ON REQUEST FOR PROPOSAL..................................................................... 9
1.7 ALTERNATE PROPOSALS.......................................................................................................... 9
1.8 MODIFICATION OR WITHDRAWAL OF PROPOSALS............................................................... 9
1.9 COMPLETE PROPOSALS ........................................................................................................... 9
1.10 POST-PROPOSAL MEETING .....................................................................................................10
1.11 PROPOSAL INCONSISTENCIES............................................................................................... 10
1.12 SUBCONSULTANT .....................................................................................................................10
1.13 SUBMITTAL FORMAT.................................................................................................................10
1.14 SIGNATURE ................................................................................................................................11
1.15 INQUIRIES .................................................................................................................................. 11
2 GENERAL TERMS AND CONDITIONS ........................................................................... 12
2.1 AUTHORITY................................................................................................................................ 12
2.2 GENERAL INTENTION............................................................................................................... 12
2.3 STANDARDS FOR DETERMINATION OF MOST QUALIFIED OFFEROR ............................... 12
2.4 AWARD OR REJECTION OF PROPOSALS.............................................................................. 12
2.5 EXECUTION OF THE ORDER.................................................................................................... 13
2.6 MODIFICATION / ALTERATION ................................................................................................ 14
2.7 CONTACT FOR CONTRACT ADMINISTRATION...................................................................... 14
2.8 DETERMINATION OF RESPONSIBILITY OF OFFEROR.......................................................... 14
2.9 LIMITATIONS.............................................................................................................................. 14
2.10 ACCEPTANCE OF PROPOSAL CONTENTS ............................................................................ 14
2.11 CONTROL ................................................................................................................................... 14
2.12 REQUIRED FORMS.................................................................................................................... 14
2.13 CONTRACT TERM ..................................................................................................................... 15
2.14 JUSTIFICATION OF DELAY....................................................................................................... 15
2.15 INVOICING AND PAYMENT TERMS & CONDITIONS .............................................................. 15
2.16 TAXES......................................................................................................................................... 15
2.17 LICENSING ................................................................................................................................. 15
2.18 COVENANT AGAINST CONTINGENT FEES............................................................................. 16
2.19 ASSIGNMENTS .......................................................................................................................... 16
2.20 EQUAL EMPLOYMENT OPPORTUNITY ................................................................................... 16
2.21 AMERICAN DISABILITIES ACT................................................................................................. 16
2.22 PROHIBITION AGAINST GRATUITIES, KICKBACKS AND FAVORS TO THE TERRITORY .. 16
2.23 RESTRICTION AGAINST CONVICTED SEX OFFENDERS ...................................................... 16
2.24 DISCLOSURE OF OWNERSHIP AND NON-COLLUSION......................................... ................ 17
2.25 NON-COLLUSION ...................................................................................................................... 18
2.26 ETHICAL STANDARDS.............................................................................................................. 18
2.27 COMPLIANCE WITH U.S. DOL WAGE DETERMINATION ....................................................... 18
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 >