SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA

    Cyber Program Administrator

    Issued by Orange County - California
    countyRFPOrange County - CaliforniaSol. 235623
    Closed
    STATUS
    Closed
    due May 7, 2026
    PUBLISHED
    Apr 2, 2026
    Posting date
    JURISDICTION
    Orange County
    county
    NAICS CODE
    541690
    AI-classified industry

    AI Summary

    County of Orange seeks qualified firms for a Cyber Program Administrator to manage the OCIAC cyber program. This RFP requires electronic proposal submission and includes detailed evaluation criteria focusing on firm qualifications, staffing, work plan, and cost. Key dates include a proposal due date of May 7, 2026.

    Opportunity details

    Solicitation No.
    235623
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 2, 2026
    Due Date
    May 7, 2026
    NAICS Code
    541690AI guide
    Agency
    Orange County - California

    Description

    The County of Orange, Sheriff-Coroner (hereinafter referred to as “County”), is soliciting proposals from qualified firms (hereinafter referred to as “Respondents”) for The Cyber Program Administrator will be responsible for the overall operation of the OCIAC cyber program. .  Respondents must meet the minimum qualifications and requirements as set forth within the RFP and be capable of providing services identified in the Scope of Work herein.

    The proposed schedule below is subject to change.  Any changes to the schedule for the RFP process will be issued to all Respondents via addenda on the County's eProcurement Portal.

    This is a fully electronic Request for Proposals (RFP). Respondents must submit their proposals online via the County’s online bidding system. Only electronic proposals will be accepted. Facsimile and e-mail proposals will NOT be allowed. For assistance on uploading proposals via County’s eProcurement Portal, please contact procurement-support@opengov.com or https://help.procurement.opengov.com/en/.

    All questions or requests for interpretations must be received within this solicitation by Tuesday, April 21, 2026, before 3:00 pm as specified in the solicitation. Respondents are not to contact other County personnel with any questions or clarifications concerning this solicitation. Verbal clarifications or responses will not be considered binding.

    Background

    Brief description of project - Contract/Project Manager to provide

    Project Details

    • Reference ID: 060-3015504-MA
    • Department: Sheriff-Coroner
    • Department Head: Don Barnes (Sheriff)

    Important Dates

    • Questions Due: 2026-04-21T22:00:09.876Z
    • Answers Posted By: 2026-04-22T22:00:17.700Z

    Evaluation Criteria

    • Firm’s Background, Qualifications & Experience (250 pts)
      1. Company Background and Data
        1. Include an overview of firm and brief description of the firm’s history including:
          1. Length of time in business;
          2. Services provided relevant to the RFP;
          3. Describe the Respondent’s experience in performing work of a similar nature to that solicited in this RFP; and
          4. List certifications and/or affiliations that may be relevant to this RFP.
      2. Experience
        1. Descriptions of at least three (3) recent similar projects that the firm has completed (public sector experience preferred).  
          1. Include project name, date, and location, 
          2. Include client name and describe the scope of work, 
          3. Describe any obstacles encountered and project outcome, and 
          4. Describe, including experience with successfully coordinating and maintaining project schedules while staying on budget.  
        2. Describe additional relevant information concerning the services offered in this RFP that it considers important in evaluating its services.
      3. Qualifications
        • The technical qualifications and experience of the organization are adequately described as they relate to the Scope of Work (SOW).
        • The proposal identifies specific projects completed within the past five (5) years that demonstrate competency of the tasks outlines in the SOW.
        • The ability to meet the needs and concerns of the County of Orange is adequately demonstrated.
        • The proposal demonstrates a clear organizational and financial structure, along with adequate resources, to effectively support the County's needs and perform the required services as outlined in the RFP. 
        • Respondent shall provide five (5) reference letters of similar scope of services
    • Key Personnel/Proposed Staffing (100 pts)

      o Respondent demonstrates experience providing type of service required or experience providing similar services

      o Respondent demonstrates they have the necessary resources, knowledge, skills, experience, and any required licenses / certifications to provide the required services

      o For each position outlined in the proposal:

      • Respondent is capable of conducting the specific tasks outlined in the RFP 
      • Respondent provided qualifications of the specific individual who will perform the specific tasks outlined in the RFP.  The specific individual proposed shows a strong history or an exceptional capability of performing the specific tasks outlined in the RFP. If no specific individual is identified, proposer has unequivocally demonstrated their ability to provide a superior candidate for said position.

      o Proposal provides resumes of experienced personnel that are capable of and devoted to the successful accomplishment of work to be performed under this contract.

      o Staff members have been identified who would be assigned to act in key management and technical positions providing services described in the SOW.

      o Proposal includes a description of the role for each identified staff member, including name, position, education, years of experience, and relevant projects on which they have worked.

       

    • Quality/Effectiveness of Work Plan/Project Approach (100 pts)
      1. The proposal provides a thorough description of how the firm plans to meet the requirements of the SOW, addressing specific challenges and opportunities, and explaining why their company is best suited to assist the County.
      2. An implementation plan is included outlining a description of efforts the firm will undertake to achieve client satisfaction and to meet project deadlines, including timely and adequate billing and invoicing structure.
    • Organization/Completeness of Response (50 pts)
      1. Response demonstrates understanding of project and objectives as it relates to the scope of work.
      2. Response demonstrates requirements are addressed and adhered to.
      3. Response is complete, comprehensive, and well-organized.
    • Compliance with the County Model Contract (100 pts)

      *Note:  Respondents submitting exceptions to the County Model Contract of this RFP, will receive a score of “0” for this criterion.

    • Presentation/Interview Scoring Format: 400 points maximum: (350 pts)

      County reserves the right to conduct, or to not conduct, oral interviews and/or presentations with the highest-scored Respondent(s). The decision whether to conduct oral interviews/presentations rests solely with County and the decision of the DPA is final. Respondents shall be ready to attend interview within fifteen (15) calendar days of notification. Any inquiry to determine the responsibility of a Respondent to this RFP may be conducted. Respondent agrees that the submission of a Response is permission by Respondent for County to verify all information contained therein. If County believes it necessary, additional information may be requested from Respondent. The County may also send written questions and ask for written responses within five (5) business days. Failure to comply with any such request may disqualify a Respondent from further consideration. Respondents must be prepared to discuss all aspects of their Response in detail, including technical questions. Respondents will not be allowed to alter or amend their Response through the use of the presentation process.

      NOTE: If interview/presentations are not conducted, the Written Response shall account for 1000 total points of the scoring.

    • Cost Proposal (50 pts)

      The Response with the lowest cost receives the maximum points allowed for this criterion. All other proposals receive a percentage of the points available based on their cost relationship to the lowest-priced Response.

       

      Should any Preference Policies apply, the Preference Policy Applicable to Cost Proposal criteria will be scored.

    • Preference Policy Applicable to Cost Proposal (8 pts)
      1. Request for Proposal (RFP):
        An additional five percent (5%) shall be applied to the tallied cost score of each certified OCLSB or DVBE to obtain their final score. If the final score of any OCLSB or DVBE matches the final score of a non-OCLSB or non-DVBE, preference shall be given to the certified OCLSB. If two or more OCLSB or DVBEs have the same final score, the County shall determine the contract award based on the County’s best interest.
      2. Dual OCLSB and DVBE Preference provides for the following:
        1. Business Certified as OCLSB and DVBE
          If a State-certified OCLSB is also a State-certified DVBE, the preference given to that business shall be 8% instead of 5%.
      3. Subcontractors:
        If bidder is submitting subcontractors to qualify for the OCLSB or DVBE preference, bidder must demonstrate through the Staffing Plan that 20% of the total bid amount is allocated to the OCLSB and/or DVBE subcontractor(s).

      *NOTE: DVBE PREFERENCE IS NOT APPLICABLE TO PUBLIC WORKS OR A-E CONSTRUCTION PROJECTS.

    Submission Requirements

    • PART 1: COMPLIANCE STATEMENTS

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Cover Letter/Executive Summary (required)

      All Responses must be accompanied by a cover letter of introduction and executive summary of the Response. The cover letter must be signed by person(s) with authority to bind the Respondent.

      If the Respondent is a corporation, two (2) signatures are required: one (1) signature by the Chairman of the Board, the President or any Vice President; and one (1) signature by the Secretary, any Assistant Secretary, the Chief Financial Officer or any Assistant Treasurer. The signature of one person alone is sufficient to bind a corporation, as long as he or she holds corporate offices in each of the two categories described above. For County purposes, proof of such dual office holding will be satisfied by having the individual sign the instrument twice, each time indicating his or her office that qualifies under the above-described provision. In the alternative, a single corporate signature is acceptable when accompanied by a corporate resolution demonstrating the legal authority of the signatory to bind the corporation.

      An unsigned or improperly signed Response submission is grounds for rejection of the Response and disqualification from further participation in this RFP process. All Responses shall include this Cover Page with appropriate signatures as required.

    • Validity of Response (required)

      The County requires that all response be valid for at least three hundred sixty-five (365) calendar days. Submissions not valid for at least three hundred sixty-five (365) days will be considered nonresponsive. The Respondent shall state the length of time for which the submitted response shall remain valid below: 

      Please state 365 calendar Days if your response will be valid for that period of time.  If your response will be valid for a different period of time please list the appropriate number of calendar days. 

    • Certification of Understanding (required)

      The County assumes no responsibility for any understanding or representation made by any of its officers, employees or agents during or prior to the execution of any Contract resulting from this solicitation unless: 

      1. Such understanding or representations are expressly stated in the Contract; and 
      2. The Contract expressly provides that the County therefore assumes the responsibility. 

      Representations made but not expressly stated and for which liability is not expressly assumed by the County in the Contract shall be deemed only for the information of the Respondent. 

      Respondent certifies that such understanding has been considered in this response.

    • Minimum Qualifications/Requirements Statement (required)

      The Respondent certifies that it has thoroughly examined the County’s requirements and meets all minimum qualifications and requirements set forth in this RFP.

    • Documents Required After Award (required)

      Proposer understands and agrees that upon recommendation of contract award, CMARE will be required to submit the following documents within ten (10) days of notification by County, unless otherwise specified in the RFP:

      1. Insurance Certificate(s) of Insurance including additional Insured Endorsement(s) (see Model Contract).
      2. W-9 Current signed form W-9 (Taxpayer Identification Number & Certification) which includes D-BE’s legal business name(s).
      3. Signed Contract – Selected CMARE will be required to sign a contract upon award.  If CMARE is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation.
    • Certificate of Insurance (required)

      The Respondent shall certify its willingness and ability to provide the required insurance coverage and certificates as set forth in the Model Contract.

    • Department of the Treasury, Internal Revenue Service Form W-9 Requirements

      All Contractors will be required to submit to County a federal Form W-9, or form W-8 for foreign vendors.  County will inform Contractor, at the time of award, if the Form W-9 or W-8 will be required.

      In order to comply with this County requirement, within ten (10) days of notification of selection of award of Contract but prior to official award of Contract, the selected Contractor agrees to furnish to the agency Deputy Procurement Agent (DPA) the required W-9 or W-8.

      You may upload the appropriate form here or comply within the ten (10) days as described above. 

    • Conflict of Interest (required)

      Does the Respondent have an existing relationship with the County, past or current, for any financial or business reasons, or any other reason?

      An answer of "NO" shall be considered as Respondent certifying that no relationship exists or has existed as outlined below. An answer of "YES" will allow you to disclose the necessary information to the County.

      Respondent with an existing or past relationship with the County, for any reason, shall answer "YES" to this question and disclose:

      1. Any financial, business or other relationship with the County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.
      2. Any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.
    • Conflict of Interest Follow Up Question 1 (required)

      Disclose any financial, business or other relationship with the County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.

    • Conflict of Interest Follow Up Question 2 (required)

      Disclose any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.

    • Skilled Apprentice Requirements (required)

      By confirming here, Respondent certifies an enforceable commitment to the County of Orange to meet the requirements of PCC 22164 (c). 

    • Skilled and Trained Workforce Commitment (required)

      By confirming below, Respondent provides an enforceable commitment that it and its subcontracts at every tier will use a skilled and trained workforce to perform all work on the Project that falls within an apprenticeable occupation in the building and constructions trades as required by Public Contract Code 22185.3(b). Respondent understands that it will not be evaluated for selection unless this commitment is provided.

    • Compliance with Public Contract Code Section 20146(c) (required)

      Respondent provides an enforceable commitment that it and its subcontracts at every tier will use a skilled and trained workforce to perform all work on the Project that falls within an apprenticable occupation in the building and constructions trades as required by Public Contract Code 20146(c). Respondent understands its response shall not be considered unless this commitment is given.

    • Liquidated Damages (required)

      State YES or NO that you are aware of and agree to the Liquidated Damages Clause below, which will be a part of an ensuing contract.

      In accordance with Government Code Section 53069.85, CMARE agrees to forfeit and pay to County the sum of TBD per day for each calendar day that completion of all the work required by the Contract Documents is delayed beyond the Contract Time, or specified portion of work if designated in a GMP, as may be adjusted by Change Order. County may deduct such sum from any payments due to or to become due to CMARE.

      If the Liquidated Damages exceed the unpaid balance of the Contract Price otherwise owed to CMARE, then CMARE shall immediately pay County the difference.

    • Statement of Compliance (required)

      A statement of compliance with all parts of this RFP or a listing of exceptions and suggested changes must be submitted in response to this RFP. 

      • Yes = No Exceptions: This response is in strict compliance with said RFP, including, but not limited to, the terms and conditions set forth in the Contract and its Attachments, and no exceptions thereto are proposed. 


      • No = Exceptions: If there are any proposed exceptions, This response shall proceed to upload a list of any and all exceptions in accordance with the instructions provided  after "No" is selected.

      Note: Respondents submitting exceptions to the County Model Contract listed in this RFP will receive a score of “0” for that criteria.

    • Attachment for each proposed exception must include: (required)
      1. The RFP page number and section of the provision Respondent is taking exception to; 
      2. The complete provision Respondent is taking exception to; 
      3. The Respondent’s suggested rewording; 
      4. Reason(s) for submitting the proposed exception; and 
      5. Any impact the proposed exception may have on cost, scheduling, or other areas.
    • Non-Collusion Affidavit (required)

      Each Respondent must execute the Non-Collusion Declaration contained in the RFP and submit it with the Response.

      The County of Orange may require that the Respondent, before awarding any subcontract, secure Non-Collusion Declarations from proposed Subcontractors. The County of Orange does not conduct business with Respondents who engage in the act of Collusion. 

    • Non-Collusion Declaration - A (required)

      Has your firm ever initiated discussions with competing consulting firms about the payment structure of an existing or potential future contract with the County of Orange? Respondent must select one (1).

      If Respondent selects Yes answer, Respondent must provide a brief explanation below. A “Yes” answer may preclude you from moving forward in the RFP Process. Respondent must certify both questions below: 

    • Reason for Collusion: (required)
    • Non-Collusion Declaration - B (required)

      If not, has your firm participated in any discussions with competing firms in an effort to influence the payment structure for existing or potential County contracts? Respondent must select one (1). A “Yes” answer may preclude you from moving forward in the RFP Process. 

    • Provide names of competing firms: (required)
    • Iran Contracting Act Certification Form (required)

      Please download the below documents, complete, and upload.

    • In-Use Off-Road Diesel-Fueled Fleets Regulation form (required)

      Please download the below documents, complete, and upload.

    • Litigation against County of Orange in the past seven (7) years (required)

      Respondent must certify either Yes or No:

      1. (Yes) Respondent certifies current/past litigation as follows:

        1. Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving Respondent, or any company that holds a controlling interest in Respondent, against County of Orange in the past seven (7) years.

      2. (No) Respondent certifies that Respondent or any proposed subcontractors do not have any past or current litigation described above. 
    • Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving any proposed subcontractors, or any company that holds a controlling interest in subcontractor firm(s), against County of Orange in the past seven (7) years. (required)
    • Name/Ownership Changes: (required)

      Respondent must certify either Yes or No below:

      1. (Yes) Respondent certifies past company name changes and/or ownership changes, for Respondent’s firm and any proposed subcontractor firm, as follows:

        1. Respondent shall provide detailed information regarding any company name changes (including legal business names) in the past seven (7) years.

      1. (No) Respondent certifies that Respondent or any proposed subcontractors have not had any company name change or ownership changes in the past seven (7) years.

    • Respondent shall provide detailed information regarding any company ownership changes (including legal business names) in the past seven (7) years.  (required)
    • The Levine Act: County of Orange Campaign Contribution Disclosure (required)

      The Levine Act compliance is a minimum submittal requirement of this solicitation. 

      Please complete and sign  the County of Orange Campaign Contribution Disclosure Form attached hereto. A proposer’s failure to provide a completed and signed copy will render its proposal as incomplete and nonresponsive. 

    • Political Reform Act Confirmation (Statement of Economic Interest - Form 700) (required)

      Check the box to confirm - If subject to the Political Reform Act, Respondent shall conform to all requirements of the Act.

      Failure to do so shall constitute a material breach and is grounds for immediate termination of the Contract by County. Respondent shall indemnify and hold harmless County for any and all claims for damages resulting from Respondent’s violation of this Section. 

    • Will a sub-contractor meet this preference policy certification requirement? (required)
    • Upload the proof of certification for each sub-contractor that meets this preference policy certification requirement?

      Required for projects exceeding $5 million

    • Contractor Safety (required)

      Contractor shall comply with County’s Safety and Loss Prevention Policy and Procedure #306 (“Contractor  Safety Responsibilities”) and submit a copy of its Injury and Illness Prevention Program (IIPP) and  Contractor Safety-Activity Checklist to the designated County Procurement staff as part of the solicitation  and/or contract process. Contractor will notify County Project Manager of any revisions to the Safety-Activity Checklist and will provide a new Safety-Activity Checklist upon County request. The IIPP shall  comply with California Code of Regulations, Title 8, Section 1509 or 3203 (whichever applies). Contractor  shall submit other safety programs that pertain to the type of job that will be performed on site. County  reserves the right to conduct inspections and audits as necessary for the purpose of evaluating any aspect  of safety performance under this Contract.

    • Homeless Service System Pillars Attestation (required)

      Please download the below documents, complete, and upload.

    • Safety Data Sheets (SDS) (required)

      Contractor is required to provide a Safety Data Sheet (SDS) compliant with California Code of Regulations, Title 8, Section 5194, for each hazardous substance that is provided, used or created as part of the goods or  services provided by Contractor to County. The SDS for each substance must be sent to either the County  Project Manager, as specified in the “Notices” provision of this Contract, or to the place of shipment or  provision of goods/services.

    • Contract Signatures (required)

      Upon recommendation of contract award, Respondent will be required to submit the Signed Contract within ten (10) days of County notification, unless otherwise specified in the RFP.

      Selected Respondent will be required to sign a contract upon award. If selected Respondent is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation. 

    • I HAVE READ, UNDERSTOOD AND AGREE TO ALL STATEMENTS IN THIS REQUEST FOR PROPOSAL, AND TO THE TERMS, CONDITIONS AND ATTACHMENTS REFERENCED HEREIN (required)
    • PART 2: COMPANY PROFILE & REFERENCES

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Company Legal Name: (required)
    • Company Legal Status (corporation, partnership, etc.): (required)
    • Active licenses issued by the California State Contractor’s License Board: (required)

      Enter License Number

    • DVBE Certification No: (required)

      To be certified as a Disabled Veteran Business Enterprise by the County of Orange, a business shall meet (1) and (2) below:

      1. Must be certified as a DVBE by the State of California Department of General Services (DGS); and, 

      2. DGS DVBE requirements must be valid at the time of bid/proposal submittal.

    • SBA Certification No: (required)

      Enter certification number

    • SAM.gov Confirmation (required)

      Please upload a printout from SAM.gov to confirm that your company currently has no active exclusions. The printout must be no greater than seven (7) calendar days prior to the due date of this bid.

    • Corporate Office Address (required)

      What is the address of the company's corporate office? Please provide the full street/mailing address.

    • Local Business Address(es): (required)

      Please provide the local business address for the company named above. If there are multiple local addresses then please provide all.

    • Telephone Number: (required)
    • Fax Number: (required)
    • Email Address: (required)
    • Length of time Respondent has been in business: (required)
    • Length of time at current location: (required)
    • Is your firm a sole proprietorship doing business under a different name? (required)
    • If yes, please indicate sole proprietor’s name and the name you are doing business under: (required)
    • Is Respondent incorporated? (required)
    • If yes, State of Incorporation: (required)
    • Contract Signature Authority - Executive Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Executive Signer Authority comes from the President, Vice-President, or Chairperson of the Board.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority - Financial Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Financial Signer Authority comes from the Secretary, Assistant Secretary, Chief Financial Officer, or Treasurer.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority (required)

      If not incorporated, please provide the name, contact number, and email of the person who has the binding and signature authority of this contract.

      • Contact Full Name:
      • Contact Title:
      • Contact Number:
      • E-mail Address:
    • Unique Entity Identifier Number (UEI) (required)

      The County requires a valid UEI number and complete registration.  Your company may obtain one at no cost at https://sam.gov/entity-registration. 

    • Federal Taxpayer ID Number: (required)
    • D-U-N-S Number (required)

      Please provide your company's DUNS number. 

      The County requires a valid D-U-N-S number prior to Contract Award. If needed, your company may obtain one at no cost at www.dnb.com.  If you are unable to provide/obtain a D-U-N-S number, please indicate so in lieu of the number.

    • Regular business hours: (required)
    • Regular holidays observed: (required)
    • Contact person in reference to this RFP: (required)

      Please include the following information in this response and note that this person is responsible for monitoring and responding to all communications for this solicitation:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Contact person for Accounts Payable: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Contact person for Project Manager: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Company Emergency Contact (required)

      State the following for the emergency contact person in reference to this services:

      • Full Name (First and Last) of contact during non-business hours
      • Telephone Number (including area code)
      • Fax Number (including area code), if applicable
      • Cell Phone Number (if different than regular phone)
      • Full Email Address
    • References (required)

      Respondent must demonstrate successful prior performance of comparable services in the public sector arena and provide a minimum five (5) references with three (3) references from public sector entities and clients that are comparable to the County of Orange for which these types of services have been performed within the past five (5) years.  References cannot be from one of the County of Orange departments or from more than one of the same entity.

      Please provide the following information for each of the five references and (also provide reference letters): 

      • Company Name
      • Contact Name
      • Email
      • Telephone number 
      • Address
      • Contract Effective Dates
      • Contract Amount
      • Brief Contract Description
    • Orange County Projects (required)

      State the number of projects the Prime has completed in Orange County.

    • PART 3: RESPONDENT'S RESPONSE

      This section shall not exceed the page limit. No Exceptions.

      Note: Responses that exceed the page limit noted above will be disqualified from further consideration.

    • Respondent's Response (required)

      Please upload responses for each of the Scoring Criteria. 

    • Proposal Bond (required)
    • Qualifications and Related Experience/Technical Expertise

      This section of the Proposal will establish the ability of Respondent company or team to satisfactorily perform the required work by reasons of experience in performing services of a similar nature, demonstrated competence in the services to be provided, strength and stability of the team, staffing capability, workload, record of meeting schedules on similar projects, and supportive client references. As part of its response to the following, Respondent should justify how the minimum qualifications/requirements specified below have been satisfied.

      1. Respondent shall provide:
        1. A brief profile of your firm, including the name, a brief history, description of your firm, types of services offered;
          1. The year founded;
          2. Form of the organization (corporation, partnership, sole proprietorship)
          3. Number of employees
          4. Size and location of offices
          5. Staff and technical capabilities and the type of services that the Respondent is qualified to perform, including any discipline where the Respondent has special expertise.
        2. Describe the Respondent’s experience in performing work of a similar nature described in Attachment A, Scope of Work of the Model Contract.
        3. Describe the Respondent’s experience providing the Services described in Attachment A, Scope of Work of the Model Contract to other governmental agencies in California.
        4. Describe at least three (3) project examples completed in Southern California in the past five (5) years, that demonstrate the Respondent’s qualifications, experience, ability to control costs and adhere to project schedules to accomplish the services noted in Attachment A, Scope of Work of the Model Contract (included in Section III, of this Request for Proposal).
          1. Include the following information for each project: project description and location, project schedule including start and completion dates, description of services provided, total cost of services provided, project progress reporting, schedules performance, key personnel utilized, and photos.
        5. Evidence to demonstrate that Respondent’s personnel and/or firms are licensed in all areas relevant to this Contract.
      1.  
    • Technical Proposal Summary Statement (required)

      This Statement will be completed by the Respondent using as much detail as possible. In addition to providing various development statistics, the Respondent is encouraged to provide a paragraph description of the design highlights. The narrative should stress those elements that exceed minimum standards required in the related RFQ and those found in this RFP.

    • Value Added Enhancement (required)

      Respondent shall describe relevant information concerning the services offered in this RFP that it considers important in evaluating its services.

        1. System design – practicality of design and systems/equipment and order of operation proposed
        2. Design and construction for maintenance and operations
          1. System layout for operational circulation and efficiency
          2. Functionality
          3. Maintenance and Operations costs
          4. Life-cycle costs for 15 or more years
        3. Security and Safety for staff and public
        4. Aesthetics, odor and noise control
        5. Site Plans – architectural, utilities, structural, mechanical, and electrical.
        6. Specifications.
        7. Adherence to Model Contract and Exhibits.
    • Schedule (required)

      Respondent shall provide a proposed design and construction critical path schedule showing proposed progress from award, including design and start of construction through completion, including significant milestones, such as site work, utilities, foundation, structure, and landscaping.

    • Proposed Staffing/Key Personnel Plan (required)

      Respondent shall use County form provided, otherwise all other pages used for this section will be counted against Respondent’s page limit.

    • Subcontractors List (required)

      Please download the below documents, complete, and upload.

      NOTE: If you are choosing to use no subcontractors and entirely self perform then please note such on the attached form and upload it as part of your proposal.

    • Respondent's confirmation re: Key Personnel (required)

      CMARE understands that the personnel represented as assigned to the Contract must remain working on the Contract throughout the duration of the Contract unless otherwise requested or approved by the County. Substitution or addition of CMARE’s key personnel in any given category or classification shall be allowed only with written approval of the County’s Project Manager. Note: The written approval of substituted CMARE Key Personnel is for the departmental use only and shall not be used for auditing purposes outside OC Public Works.

      CMARE may reserve the right to involve other CMARE personnel, as their services are required. The specific individuals will be assigned based on the need and timing of the services/classification required. Assignment of additional key personnel shall be subject to County Project Manager written approval. Note: the written approval of additional CMARE Key Personnel is for departmental use only and shall not be used for auditing purposes outside OC Public Works. County reserves the right to have any CMARE personnel removed from providing services to County under this Contract. County is not required to provide any reason for the request for removal of any CMARE personnel.

    • Approach/Understanding of Project (required)

      Respondent shall provide a brief narrative that addresses the services noted in the Scope of Work and demonstrates the Respondent’s understanding of County’s needs and requirements.

      1. Respondent shall:
        1. Describe the Respondent’s understanding of the County’s needs and the proposed approach for effectively providing the services specified within the Scope of Services.
        2. Provide proposed methods of approaching/completing the Project, including identification/acknowledgement of general issues and the necessary resources/solutions to accomplish the required services.
        3. Any recommended changes or additions to the scope of work that would better serve the County’s goals.
    • Proposal Organization/Completeness of Response (required)
    • Certification Regarding Debarment (required)

      Please download the below documents, complete, and upload.

    • Additional Information (Optional)

      Any pages provided in this section will be counted against the Respondents page limit.

      Respondent may provide any additional information or documentation that demonstrates their ability to perform services.  Please do not upload any information already provided in any previous responses.

    • Type of Request for Proposal: (required)

      Please select the type of RFP you are wanting for your solicitation.

    • Project Address(es) (required)

      Insert Project Address(es) here:

    • Liquidated Damages Amount (required)

      Please enter the Liquidated Damages amount (highlighted section below for reference)

      "In accordance with Government Code Section 53069.85, CMARE agrees to forfeit and pay to County the sum of <insert amount> per day (“Liquidated Damages”) for each calendar day that completion of all the work required by the Contract Documents is delayed beyond the Contract Time, or specified portion of work if designated in a GMP, as may be adjusted by Change Order. County may deduct such sum from any payments due to or to become due to CMARE."

    • A-E Name (required)

      What is the firm name of the Architect-Engineering firm providing bridging documents, requirements and other related supporting technical documents for this project?

    • A-E Address Part 1 (required)

      What is the street/office address of the above named A-E for this project?

      Only the street/office address should be given here, you will be asked to provide the City, State, and ZIP Code in the next question.

    • A-E Address Part 2 (required)

      For the above noted A-E Address, what are the City, State, and ZIP Code?

    • Stipend Amount (required)

      This RFP states:

      When the project award is brought to the Board of Supervisors for approval, staff will request the Board to approve a stipend in the amount of $<0> to each Respondent not awarded the Contract.

      What is the stipend amount that you wish to state? Please state only the numeric value without using a dollar sign. If there is no stipend amount, you may skip this question and it will default to $0.

      EXAMPLE (if $1,000)
      1,000.00

    • Is this a Construction project over $5 Million (required)
    • Was a Request for Qualification (RFQ) required as a 1st step for this RFP? (required)
    • Enter the Phase 1 RFQ # (required)

      Provide the full RFQ # that occurred prior to this RFP? 

      EXAMPLE:
      017-FF#-XXX

    • Description of Services (required)

      Please provide a brief description of services being requested for your solicitation.

    • Does this solicitation require any of these? (required)
    • Is there a license(s) requirement for this project.

      Please enter the license(s) requirement for this project.

    • Staffing Plan? (required)

      Do you want vendors to submit a staffing plan for this project?

    • Pre-Submittal Meeting and Site Visit (required)
    • Respondents Proposal Maximum Page Limit (required)

      Enter the maximum # of pages allowed for the respondent's proposal.

    • Will you need a pricing table section for bidders? (required)

    Questions & Answers

    Q (Engagement Type): Could the County please confirm whether this is a new initiative or an existing engagement?

    A: This will replace an existing contract.


    Q (Budget / NTE): Could the County provide an estimated budget or a Not-to-Exceed (NTE) amount for this contract?

    A: No, this is an RFP and award will not be based on cost. Please refer to the scoring criteria.


    Q (Project Timeline): Could the County please provide the anticipated project timeline, including key milestones and the overall expected duration of the engagement?

    A: This is replacing an existing contract and needs to be in place by October 2026.


    Q (Award Structure): Could the County please clarify whether it intends to award this RFQ to a single vendor or multiple vendors? If multiple awards are anticipated, could the County specify the expected number of vendors to be selected?

    A: The award will go to one vendor.


    Q (Resource Count): How many Cyber Program Administrator resources are expected (1 FTE vs team)?

    A: Please refer to the Scope of Work of the Model Contract.


    Q (Team Composition): Is the expectation for a single individual or a team with multiple roles (analyst, lead, SME)?

    A: Please refer to the Scope of Work of the Model Contract.


    Q (Work Model): What is the expected working model: • 100% onsite? • Hybrid? • Remote allowed (for any roles)?

    A: The expected working model for this engagement is 100% onsite. All roles and associated tasks are required to be performed in person at County facilities in Orange County, California. Hybrid or remote work arrangements are not permitted, except in rare circumstances and only with prior written approval from the County on a case-by-case basis.


    Q (No subject): Please let us know if there is any budget allocated for this project?

    A: No, this is an RFP and award will not be based on cost. Please refer to the scoring criteria.


    Q (No subject): Is fulfilling the County of Orange Local Small Business (OCLSB) and Disabled Veteran Business Enterprise (DVBE) goal mandatory?

    A: No, you can indicate N/A


    Q (No subject): Could you please let us know if sample or actual COI is required with the response

    A: Not needed at response but will need to have at contract award.


    Q (Working Hours): What are the expected working hours (standard business hours vs 24/7 support)?

    A: Work to be performed will be on-site at the fusion center location in Orange County, California. Generally, a 4/10 work schedule (ten hours per day, four consecutive days a week) during business. However, at the discretion of the fusion center director or their designee’s discretion, work schedules may be modified to meet the operational needs of the fusion center.


    Q (On-Call / SLA): Is on-call or incident response availability required? If yes, what are the SLAs?

    A: Contractor shall have after-hours availability and the ability to respond in the urban area and/or state during an emergency. If work is beyond the normal 10-hour dayshift or exceeds 80 hours in their pay period, overtime is not reimbursable by the county. You may be authorized to flex or modify your schedule to not exceed. 80 hours during any pay period with the approval of the fusion center director, or designee. This does not preclude the Contractor from paying its own employee’s overtime.


    Q (Level of Effort): What is the estimated level of effort (hours per week/month/year)?

    A: 40 hours per week, not to exceed 1,920 hours per year. Additional hours may be required during peak operational periods, incidents, or surge support situations, depending on mission requirements and County needs.


    Q (Surge Requirements): Are there any peak periods or surge support requirements?

    A: Yes. Peak periods and surge support requirements are driven by emerging threats, critical incidents, special events, intelligence reporting, and emergency response operations. Increased support may be required during heightened threat environments, natural disasters, civil unrest, large public gatherings, planned events, and periods requiring enhanced situational awareness or interagency coordination. Additional surge capacity may also be necessary to meet time-sensitive reporting requirements, operational planning needs, and 24/7 response capabilities during incidents or emergencies.


    Q (Security Clearance Sponsorship): Will the County sponsor security clearances, or must resources already have them?

    A: You are expected to already possess the required security clearances or be fully responsible for obtaining and maintaining the necessary clearances at your own expense. The County will not sponsor security clearances for contractor personnel. All personnel assigned must meet applicable clearance requirements prior to performing work that requires access to classified or sensitive information.


    Q (Clearance Requirements): What percentage of work requires: • Secret clearance • Top Secret clearance

    A: The percentage of work requiring Secret or Top-Secret clearances varies based on operational priorities, assignment scope, and current mission requirements. Due to the sensitive nature of security operations, specific percentages are not being publicly disclosed. Clearance requirements will be communicated to the selected contractor on a need-to-know basis and as appropriate for assigned duties.


    Q (Existing Tools / Platforms): What tools/platforms are currently used for: • Threat intelligence • SIEM / SOC operations • Case management

    A: The County currently utilizes a combination of industry-standard tools and platforms to support threat intelligence, SIEM/SOC operations, and case management functions. Relevant details will be shared with the selected vendor, as appropriate, during onboarding and implementation.


    Q (Tool Ownership): Will the vendor be required to bring their own tools, or use County-provided systems?

    A: The county will provide tools and access to systems deemed necessary to perform job functions for this position.


    Q (System Integration): Are there any integration requirements with existing systems?

    A: Yes. The selected vendor may be required to integrate with existing County systems and security infrastructure, as necessary to support operational requirements. Specific integration needs, technical architecture, and access requirements are considered sensitive and will be shared with the selected vendor during the implementation process.


    Q (Incident Response Role): What is the role in cyber incident response: • Advisory only? • Hands-on response?

    A: The role in cyber incident response is expected to be a combination of advisory support and hands-on response, depending on the nature, scope, and severity of the incident. Responsibilities may include strategic guidance, incident assessment, coordination with stakeholders, recommendations for containment and remediation, as well as direct operational support for investigation, response actions, recovery efforts, and post-incident analysis, as appropriate.


    Q (Incident Response Team Structure): Is there an existing incident response team, or will the vendor lead it?

    A: The County currently has an existing incident response capability and team in place. The selected vendor will be expected to support and augment the existing team as needed, providing advisory expertise and operational assistance during incidents. The vendor will not serve as the sole lead of the incident response function but may be engaged in a supporting or coordinated role based on the nature and severity of the incident.


    Q (Incident Response SLA): What is the expected response time SLA for incidents?

    A: Expected incident response times will vary based on the severity, scope, and operational impact of the incident. Service level expectations, including prioritization, escalation timelines, and after-hours support requirements, will be defined during contract finalization and communicated to the selected vendor. 24/7 availability may be required for critical incidents.


    Q (Training Frequency): How many training sessions / workshops are expected per year?

    A: The selected contractor is expected to maintain continuous professional training and development to remain current with evolving cybersecurity threats, technologies, and best practices. The number and type of training sessions or workshops attended each year will vary based on operational needs, relevance, and available opportunities. Any training requiring time away from assigned duties, County resources, or official representation must receive prior approval from the Fusion Center Director or designee.


    Q (Training Development): Are training materials expected to be developed by the vendor?

    A: Yes. The selected vendor is expected to develop and provide training materials, as needed, to support operational readiness, staff development, awareness initiatives, and program objectives. Materials should be professional, current, and tailored to the County’s operational environment and audience needs. Specific training topics, formats, and deliverables will be coordinated with the County.


    Q (Pricing Components): Should pricing include: • Travel costs? • Training costs? • Tools/software (if any)?

    A: Pricing should include travel and training costs as a separate budget item. The County will provide reimbursement for these expenses, provided they meet the guidelines of the federal grant guidelines for reimbursement. Prior approval from the Fusion Center Director or designee must be obtained for travel or training. Any required tools, software, or platform access will be provided by the County and should not be included in the vendor’s pricing proposal.


    Q (Budget Constraints): Are there any budget constraints or not-to-exceed limits?

    A: Please refer to page 8. paragraph 25. Contingency of Funds of the Model Contract.


    Q (Compliance Requirements): What compliance frameworks must be followed (CJIS, NIST, etc.)?

    A: The selected contractor must comply with all applicable federal, state, and local cybersecurity and information security requirements, including but not limited to CJIS Security Policy standards and relevant NIST cybersecurity frameworks and guidelines. Additional County-specific security policies, procedures, and compliance requirements will also apply and will be provided to the selected vendor.


    Q (Work Location Clarification): Could you please clarify the expected work model for this engagement? Specifically: • Is the role required to be fully onsite, or is a hybrid/remote model acceptable? • If onsite is required, what is the primary work location? • Are there any roles or tasks that can be performed remotely?

    A: The expected work model for this engagement is 100% onsite. All work is required to be performed in person in Orange County, California. A hybrid or remote work arrangement is not applicable for this role. Due to the sensitive nature of the work and operational requirements, tasks are not authorized to be performed remotely unless explicitly approved by the County on a case-by-case basis.


    Q (Onsite Presence Expectations): What are the expectations regarding onsite presence (e.g., full-time vs partial days per week)?

    A: The position requires full-time onsite presence. The selected contractor is expected to work onsite in Orange County, California on a full-time basis in alignment with standard operational schedules. No partial onsite/remote flexibility is anticipated.


    Q (Governmental Experience in Cyber Security): Could you please clarify if you are specifically seeking the governmental experience of the respondent in Cyber Security, or if any related experience would suffice?

    A: The County is specifically seeking candidates with cybersecurity experience within a governmental environment, particularly in law enforcement or homeland security settings. Experience in these operational contexts is required due to the sensitive nature of the work, mission requirements, and the need for familiarity with public sector security protocols, information sharing environments, and interagency coordination. Related cybersecurity experience outside of government may be considered supplemental but is not a substitute for governmental law enforcement or homeland security experience.


    Q (No subject): Is this a new requirement or we have an incumbent on this requirement? If an incumbent, please share the details of the company

    A: This requirement is a continuation of existing operational needs. Details regarding any incumbent contractor and current service arrangements are not being disclosed at this time. Transition and onboarding requirements will be addressed with the selected vendor as appropriate.


    Q (No subject): Please let us know the mode of work for this project?

    A: The mode of work for this project is full-time onsite. All services will be performed in person at the designated County facilities in Orange County, California. Remote or hybrid work arrangements are not applicable unless explicitly authorized by the County on a case-by-case basis.


    Q (No subject): Is facility clearance required for this project?

    A: Yes. Facility clearance is required for this project. The selected contractor organization must possess an active and appropriate Facility Clearance, and assigned personnel must already hold the required individual security clearances prior to performance of work. The County will not sponsor or facilitate the initiation of facility or personnel clearances. Clearance levels and verification will be confirmed during the contracting and onboarding process.


    Q (No subject): Please let us know if the companies are allowed to bid on this project or individuals can also bid directly on this project?

    A: Bids are accepted from qualified companies (business entities) only. Individuals may not bid directly unless they are formally operating as a legally registered business entity that meets all applicable federal, state, and local registration requirements. The contractor must maintain current and active business entity registration status throughout the term of the contract and provide annual confirmation of good standing to the County for the duration of the agreement.


    Q (No subject): Is it mandatory for us to provide the reference letters or we can submit poc details for the referenced projects

    A: The County requires formal reference letters for the referenced projects as part of the evaluation process. Point of contact (POC) details alone are not sufficient; however, POC information may be included in addition to the required reference letters to support verification if needed.


    Q (No subject): Could you please let us know if our referenced projects need to showcase similar consulting experience in depth or staffing experience?

    A: Referenced projects should demonstrate substantive, relevant cybersecurity consulting and operational experience, particularly in support of law enforcement or homeland security environments. Projects should highlight depth of technical capability, advisory support, incident response, intelligence analysis, and related cyber functions. Staffing or resource placement experience alone is not sufficient unless it is directly tied to active, hands-on cybersecurity support and deliverables.


    Key dates

    1. April 2, 2026Published
    2. May 7, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.