Revised 1/14/2008



REQUEST FOR PROPOSALS FOR

OFFICE OF ADMINISTRATION

EISO APPLICATION SERVICES AND SUPPORT

ISSUING OFFICE

OFFICE OF ADMINISTRATION

OFFICE FOR INFORMATION TECHNOLOGY

BUREAU OF IT PROCUREMENT

506 FINANCE BUILDING

HARRISBURG, PA 17120-0400

RFP NUMBER

6100034602

DATE OF ISSUANCE

August 20, 2015

REQUEST FOR PROPOSALS FOR

EISO APPLICATION SERVICES AND SUPPORT

TABLE OF CONTENTS

CALENDAR OF EVENTS iv

Part I—GENERAL INFORMATION 1

Part II—PROPOSAL REQUIREMENTS 14

Part III—CRITERIA FOR SELECTION 22

Part IV—WORK STATEMENT 27

APPENDIX A, IT CONTRACT TERMS AND CONDITIONS

APPENDIX B, QUESTIONS SUBMITTAL TEMPLATE

APPENDIX C, PROPOSAL COVER SHEET

APPENDIX D, TRADE SECRET/CONFIDENTIAL PROPRIETARY INFORMATION NOTICE

APPENDIX E, PROJECT AND CLIENT REFERENCES

APPENDIX F, PROPOSED PERSONNEL SUMMARY MATRIX

APPENDIX G, PROPOSED PERSONNEL TEMPLATE

APPENDIX H, SMALL DIVERSE BUSINESS LETTER OF INTENT

APPENDIX I, COST MATRIX

APPENDIX J, DOMESTIC WORKFORCE UTILIZATION CERTIFICATION

APPENDIX K, OFFICE OF ADMINISTRATION IT STRATEGIC PLAN

APPENDIX L, PROPOSED PERSONNEL PRODUCT SKILLS MATRIX

APPENDIX M, EISO ORGANIZATION CHART

APPENDIX N, CUPSS TASKS AND TECHNOLOGY

APPENDIX O, NSTIC TASKS AND TECHNOLOGY

APPENDIX P, CUPSS TECHNICAL ENVIRONMENTS

APPENDIX Q, EISO SUPPORT ESCALATION LEVELS TABLE

APPENDIX R, EISO SUPPORT GROUP ROLES

APPENDIX S, NON-DISCLOSURE AGREEMENT

CALENDAR OF EVENTS

The Commonwealth will make every effort to adhere to the following schedule:

|Activity |Responsibility |Date |

|Deadline to submit Questions via email to: |Potential Offerors |Monday, |

|RA-OITPurchases@ | |August 31, 2015 |

| | |at 1:00 PM |

|Pre-proposal Conference—Location |Issuing Office/Potential |Wednesday, |

|Office for Information Technology |Offerors |September 9, 2015 |

|Bureau of IT Procurement | |at 1:30 PM |

|613 North Street | | |

|Finance Building, Conference Room 500 | | |

|Harrisburg, PA 17120-0400 | | |

|Answers to Potential Offeror questions posted to the DGS website |Issuing Office |Wednesday, |

|() no later than this date. | |September 16, 2015 |

| | |at 3:00 PM |

|Please monitor website for all communications regarding the RFP. |Potential Offerors |Ongoing |

|Sealed proposal must be received by the Issuing Office at: |Offerors |Friday, |

| | |September 25, 2015 |

|Barbara Booher, Bureau of IT Procurement | |at 1:00 PM |

|c/o Commonwealth Mail Processing Center | | |

|2 Technology Park (rear) | | |

|Attn: IT Procurement, 506 Finance | | |

|Harrisburg, PA 17110-0400 | | |

| | | |

|Proposals must be time and date stamped by the facility receiving the proposal. Proposals | | |

|may only be hand-delivered between 6:15 a.m. and 2:15 p.m., Monday through Friday, | | |

|excluding Commonwealth holidays. | | |

PART I

GENERAL INFORMATION

Purpose. This request for proposals (RFP) provides to those interested in submitting proposals for the subject procurement (“Offerors”) sufficient information to enable them to prepare and submit proposals for the Office for Information Technology, Bureau of IT Procurement’s consideration on behalf of the Commonwealth of Pennsylvania (“Commonwealth”) to satisfy a need for the Office of Administration, EISO Application Services and Support (“Project”).

Issuing Office. The Office for Information Technology, Bureau of IT Procurement (“Issuing Office”) has issued this RFP on behalf of the Commonwealth. The sole point of contact in the Commonwealth for this RFP shall be Barbara Booher, Office for Information Technology, Bureau of IT Procurement, 613 North Street, Room 506 Finance Building, Harrisburg, PA 17120-0400, RA-OITPurchases@, the Issuing Officer for this RFP. Please refer all inquiries to the Issuing Officer.

Scope. This RFP contains instructions governing the requested proposals, including the requirements for the information and material to be included; a description of the service to be provided; requirements which Offerors must meet to be eligible for consideration; general evaluation criteria; and other requirements specific to this RFP.

Problem Statement. The Enterprise Information Security Office manages several enterprise systems related to Identity and Access Management (IAM). The Commonwealth User Provisioning and Self Service (CUPSS) system is an enterprise service which is used to provision and manage the Commonwealth of PA active directory and Exchange email system from HR actions. It is based on the IBM Security Identity Manager (SIM) product and serves approximately 100,000 users in over 40 agencies, bureaus, offices, commissions, etc. in the executive branch under the Governor’s jurisdiction.

The enterprise Identity Exchange has been established as a pilot under a federal grant for the National Strategy for Trusted Identity in Cyberspace (NSTIC) and provides a security verified identity for citizen interactions with the Commonwealth and its agencies. Currently we are partnered with the Department of Health, the Department of Human Services, and the Pennsylvania Human Relations Commission. As we move from the pilot phase, we will be expanding the availability to other agencies and applications.

In order to continue with the new project implementation, maintenance and support of critical functionality, services, and technology sets of IAM, the EISO is seeking support from skilled technology practitioners. The selected Offeror will be responsible for meeting the established needs and growth of IAM services, and will work cooperatively with a team of Commonwealth staff and mangers and a previously selected service vendor during the transition period. Details are provided in Part IV of this RFP which identify ongoing projects, processes, and activities that are part of these established needs, goals, and objectives.

Type of Contract. It is proposed that if the Issuing Office enters into a contract as a result of this RFP, it will be a Labor-Hour contract containing the IT Contract Terms and Conditions as shown in Appendix A, IT Contract Terms and Conditions. The Issuing Office, in its sole discretion, may undertake negotiations with Offerors whose proposals, in the judgment of the Issuing Office, show them to be qualified, responsible and capable of performing the Project.

Rejection of Proposals. The Issuing Office reserves the right, in its sole and complete discretion, to reject any proposal received as a result of this RFP.

Incurring Costs. The Issuing Office is not liable for any costs the Offeror incurs in preparation and submission of its proposal, in participating in the RFP process or in anticipation of award of the contract.

Pre-proposal Conference. The Issuing Office will hold a Pre-proposal conference as specified in the Calendar of Events. The purpose of this conference is to provide opportunity for clarification of the RFP. Offerors should forward all questions to the Issuing Office in accordance with Part I, Section I-9 to ensure adequate time for analysis before the Issuing Office provides an answer. Offerors may also ask questions at the conference. In view of the limited facilities available for the conference, Offerors should limit their representation to two (2) individuals per Offeror. The Pre-proposal conference is for information only. Any answers furnished during the conference will not be official until they have been verified, in writing, by the Issuing Office. All questions and written answers will be posted on the Department of General Services’ (DGS) website (emarketplace.state.pa.us) as an addendum to, and shall become part of, this RFP. Attendance at the Pre-proposal Conference is not mandatory.

As detailed more fully in Section I-30 of this RFP, the Issuing Officer will distribute Appendix N, CUPSS Tasks and Technology, Appendix O, NSTIC Task and Technology, and Appendix P, CUPSS Technical Environments at the pre-proposal conference to those Offerors who submit a properly executed non-disclosure agreement, which is attached to this RFP as Appendix S, Non-Disclosure Agreement.

Questions & Answers. If an Offeror has any questions regarding this RFP, the Offeror must submit the questions by email (with the subject line “RFP 6100034602 EISO Application Services and Support Question”) to the Issuing Officer named in Part I, Section I-2 of the RFP. Questions must be submitted via email at RA-OITPurchases@ no later than the date indicated on the Calendar of Events. The Offeror shall not attempt to contact the Issuing Officer by any other means. The Issuing Officer shall post the answers to the questions on the DGS website by the date stated on the Calendar of Events. An Offeror who submits a question after the deadline date for receipt of questions indicated on the Calendar of Events assumes the risk that its proposal will not be responsive or competitive because the Commonwealth is not able to respond before the proposal receipt date or in sufficient time for the Offeror to prepare a responsive or competitive proposal. When submitted after the deadline date for receipt of questions indicated on the Calendar of Events, the Issuing Officer may respond to questions of an administrative nature by directing the questioning Offeror to specific provisions in the RFP. To the extent that the Issuing Office decides to respond to a non-administrative question after the deadline date for receipt of questions indicated on the Calendar of Events, the answer must be provided to all Offerors through an addendum. All questions must be submitted on Appendix B, Questions Submittal Template to the following email address: RA-OITPurchases@

All questions and responses as posted on the DGS website are considered as an addendum to, and part of, this RFP in accordance with RFP Part I, Section I-10. Each Offeror shall be responsible to monitor the DGS website for new or revised RFP information. The Issuing Office shall not be bound by any verbal information nor shall it be bound by any written information that is not either contained within the RFP or formally issued as an addendum by the Issuing Office. The Issuing Office does not consider questions to be a protest of the specifications or of the solicitation.

Addenda to the RFP. If the Issuing Office deems it necessary to revise any part of this RFP before the proposal response date, the Issuing Office will post an addendum to the DGS website at . It is the Offeror’s responsibility to periodically check the website for any new information or addenda to the RFP. Answers to the questions asked during the Questions & Answers period also will be posted to the website as an addendum to the RFP.

Response Date. To be considered for selection, hard copies of proposals must arrive at the Issuing Office on or before the time and date specified in the RFP Calendar of Events. The Issuing Office will not accept proposals via email or facsimile transmission. Offerors who send proposals by mail or other delivery service should allow sufficient delivery time to ensure timely receipt of their proposals. If, due to inclement weather, natural disaster, or any other cause, the Commonwealth office location to which proposals are to be returned is closed on the proposal response date, the deadline for submission will be automatically extended until the next Commonwealth business day on which the office is open, unless the Issuing Office otherwise notifies Offerors by posting an Addendum to the RFP. The hour for submission of proposals shall remain the same. The Issuing Office will reject unopened, any late proposals.

Proposals. To be considered, Offerors should submit a complete response to this RFP to the Issuing Office, using the format provided in Part II, providing six (6) paper copies of the Technical Submittal and two (2) paper copies of the Cost Submittal and two (2) paper copies of the Small Diverse Business (SDB) participation submittal. In addition to the paper copies of the proposal, Offerors shall submit two (2) complete and exact copies of the entire proposal (Technical, Cost and SDB submittals, along with all requested documents) on CD-ROM or Flash drive in Microsoft Office or Microsoft Office-compatible format. The electronic copy must be a mirror image of the paper copy and any spreadsheets must be in Microsoft Excel. The Offerors may not lock or protect any cells or tabs. Offerors should ensure that there is no costing information in the technical submittal. Offerors should not reiterate technical information in the cost submittal. The CD or Flash drive should clearly identify the Offeror and include the name and version number of the virus scanning software that was used to scan the CD or Flash drive before it was submitted. The Offeror shall make no other distribution of its proposal to any other Offeror or Commonwealth official or Commonwealth consultant. Each proposal page should be numbered for ease of reference. An official authorized to bind the Offeror to its provisions must sign the proposal. If the official signs the (Appendix C, Proposal Cover Sheet to this RFP) and the Proposal Cover Sheet is attached to the Offeror’s proposal, the requirement will be met. For this RFP, the proposal must remain valid until a contract is fully executed. If the Issuing Office selects the Offeror’s proposal for award, the contents of the selected Offeror’s proposal will become, except to the extent the contents are changed through Best and Final Offers or negotiations, contractual obligations.

Each Offeror submitting a proposal specifically waives any right to withdraw or modify it, except that the Offeror may withdraw its proposal by written notice received at the Issuing Office’s address for proposal delivery prior to the exact hour and date specified for proposal receipt. An Offeror or its authorized representative may withdraw its proposal in person prior to the exact hour and date set for proposal receipt, provided the withdrawing person provides appropriate identification and signs a receipt for the proposal. An Offeror may modify its submitted proposal prior to the exact hour and date set for proposal receipt only by submitting a new sealed proposal or sealed modification which complies with the RFP requirements.

Small Diverse Business Information. The Issuing Office encourages participation by small diverse businesses as prime contractors, and encourages all prime contractors to make a significant commitment to use small diverse businesses as subcontractors and suppliers.

A Small Diverse Business is a DGS-verified minority-owned business, woman-owned business, veteran-owned business or service-disabled veteran-owned business.

A small business is a business in the United States which is independently owned, not dominant in its field of operation, employs no more than 100 full-time or full-time equivalent employees, and earns less than $7 million in gross annual revenues for building design, $20 million in gross annual revenues for sales and services and $25 million in gross annual revenues for those businesses in the information technology sales or service business.

Questions regarding this Program can be directed to:

Department of General Services

Bureau of Small Business Opportunities

Room 611, North Office Building

Harrisburg, PA 17125

Phone: (717) 783-3119

Fax: (717) 787-7052

Email: gs-bsbo@

Website: dgs.state.pa.us

The Department’s directory of BSBO-verified minority, women, veteran and service disabled veteran-owned businesses can be accessed from: Searching for Small Diverse Businesses.

Economy of Preparation. Offerors should prepare proposals simply and economically, providing a straightforward, concise description of the Offeror’s ability to meet the requirements of the RFP.

The Commonwealth prefers that the technical section of the proposal not exceed a total of fifty (50) physical sheets; one hundred (100 pages), excluding all required and completed appendices, small diverse business, PERT or similar type display as described in section II-3. Work Plan, or cost sections. A physical sheet of paper is defined as one (1) actual 8 ½ x 11 sheet of paper. A page is defined as one side of a physical sheet. Both the front and back of the physical sheet may be used bringing this to a total of one hundred (100 pages). This physical sheet limit on the technical section of the proposal will apply to all Offeror provided (cover letter, introduction, management overview, Offeror added appendices, etc.) materials covered in the technical section, excluding the resume templates and resumes. Tabs and separation pages in the technical section will not be counted toward the total. The entire technical section must be comprised of sheets of 8 ½ x 11 paper. The Commonwealth prefers that the RFP be written in Times New Roman, single spaced, 1 inch margins, ½ inch headers and footers, and use a 12 point font. The required and completed RFP appendices, Small Diverse Business, PERT or similar type display as described in section II-3. Work Plan, and Cost sections will not be counted toward the preferred target of fifty (50) physical sheets of paper. All other Offeror provided documentation will count towards the fifty (50) physical sheets.

Alternate Proposals. The Issuing Office will not accept alternate proposals.

Discussions for Clarification. Offerors may be required to make an oral or written clarification of their proposals to the Issuing Office to ensure thorough mutual understanding and Offeror responsiveness to the solicitation requirements. The Issuing Office will initiate requests for clarification. Clarifications may occur at any stage of the evaluation and selection process prior to contract execution.

Prime Contractor Responsibilities. The contract will require the selected Offeror to assume responsibility for all services offered in its proposal whether it produces them itself or by subcontract. The Issuing Office will consider the selected Offeror to be the sole point of contact with regard to contractual matters.

Proposal Contents.

A. Confidential Information. The Commonwealth is not requesting, and does not require, confidential proprietary information or trade secrets to be included as part of Offerors’ submissions in order to evaluate proposals submitted in response to this RFP. Accordingly, except as provided herein, Offerors should not label proposal submissions as confidential or proprietary or trade secret protected. Any Offeror who determines that it must divulge such information as part of its proposal must submit the signed written statement described in subsection c. below and must additionally provide a redacted version of its proposal, which removes only the confidential proprietary information and trade secrets, for required public disclosure purposes.

B. Commonwealth Use. All material submitted with the proposal shall be considered the property of the Commonwealth of Pennsylvania and may be returned only at the Issuing Office’s option. The Commonwealth has the right to use any or all ideas not protected by intellectual property rights that are presented in any proposal regardless of whether the proposal becomes part of a contract. Notwithstanding any Offeror copyright and/or trademark designations contained on proposals, the Commonwealth shall have the right to make copies and distribute proposals internally and to comply with public record or other disclosure requirements under the provisions of any Commonwealth or United States statute or regulation, or rule or order of any court of competent jurisdiction.

C. Public Disclosure. After the award of a contract pursuant to this RFP, all proposal submissions are subject to disclosure in response to a request for public records made under the Pennsylvania Right-to-Know-Law, 65 P.S. § 67.101, et seq. If a proposal submission contains confidential proprietary information or trade secrets, a signed written statement to this effect must be provided with the submission in accordance with 65 P.S. § 67.707(b) for the information to be considered exempt under 65 P.S. § 67.708(b)(11) from public records requests. (See Appendix D, Trade Secret/Confidential Proprietary Information Notice). If financial capability information is submitted in response to Part II of this RFP such financial capability information is exempt from public records disclosure under 65 P.S. § 67.708(b) (26).

Best and Final Offers.

A. While not required, the Issuing Office reserves the right to conduct discussions with Offerors for the purpose of obtaining “best and final offers.” To obtain best and final offers from Offerors, the Issuing Office may do one or more of the following, in any combination and order:

1. Schedule oral presentations;

2. Request revised proposals;

3. Conduct a reverse online auction; and

4. Enter into pre-selection negotiations.

B. The following Offerors will not be invited by the Issuing Office to submit a Best and Final Offer:

1. Those Offerors, which the Issuing Office has determined to be not responsible or whose proposals the Issuing Office has determined to be not responsive.

2. Those Offerors, which the Issuing Office has determined in accordance with Part III, Section III-5, from the submitted and gathered financial and other information, do not possess the financial capability, experience or qualifications to assure good faith performance of the contract.

3. Those Offerors whose score for their technical submittal of the proposal is less than 70% of the total amount of technical points allotted to the technical criterion.

The issuing office may further limit participation in the best and final offers process to those remaining responsible Offerors which the Issuing Office has, within its discretion, determined to be within the top competitive range of responsive proposals.

C. The Evaluation Criteria found in Part III, Section III-4, shall also be used to evaluate the Best and Final offers.

D. Price reductions offered through any reverse online auction shall have no effect upon the Offeror’s Technical Submittal. Dollar commitments to Small Diverse Businesses can be reduced only in the same percentage as the percent reduction in the total price offered through any reverse online auction or negotiations.

News Releases. Offerors shall not issue news releases, Internet postings, advertisements or any other public communications pertaining to this Project without prior written approval of the Issuing Office, and then only in coordination with the Issuing Office.

Restriction of Contact. From the issue date of this RFP until the Issuing Office selects a proposal for award, the Issuing Officer is the sole point of contact concerning this RFP. Any violation of this condition may be cause for the Issuing Office to reject the offending Offeror’s proposal. If the Issuing Office later discovers that the Offeror has engaged in any violations of this condition, the Issuing Office may reject the offending Offeror’s proposal or rescind its contract award. Offerors must agree not to distribute any part of their proposals beyond the Issuing Office. An Offeror who shares information contained in its proposal with other Commonwealth personnel and/or competing Offeror personnel may be disqualified.

Issuing Office Participation. Offerors shall provide all services, supplies, facilities, and other support necessary to complete the identified work, except as otherwise provided in this Part I, Section I-22.

Offerors must provide all services to complete the identified work. Existing Commonwealth EISO positions will be assigned, as available, to work with the Offeror’s resources on this contract. Additionally, the EISO will provide reasonable access to the following items in support of each of the Offeror’s resource positions identified in this RFP:

a) Work Area/Office/Cubicle

b) Desk

c) Chair

d) Desk telephone

e) Virtual Private Network (VPN) access to designated staff

f) A Local Area Network (LAN) connection

g) Secured and proxied Internet connection

h) Commonwealth network access to IAM environments (defined in Section IV-2 Scope)

i) Commonwealth email account

j) Centralized facsimile Machine

k) Centralized copy and printing services (including printing supplies)

l) Reasonable office supplies

m) Conference rooms

n) Access to required / approved Commonwealth facilities

o) Access to existing project documentation and source code systems.

p) Access to existing contracted resources for transition

All Offeror resources will be located at the facility located at 5 Technology Park, DGS Annex Harrisburg, Pennsylvania (5 Tech Park). Should the need arise; EISO reserves the right to require resources to report to alternate facilities for the duration of the contract. Should the 5 Tech Park facility be temporarily or permanently relocated, all Offeror resources will be located at the new facility. If relocation becomes necessary, the Offeror or its resources will be required, at Offeror’s expense, to provide and/or move all of its resources and equipment and cover any and all related expenses. The Commonwealth will be responsible for moving the items designated above and for all costs associated with Commonwealth employees.

In the event of a disaster or extended business outage, the 5 Tech Park facility may be temporarily relocated to an alternate site or sites. Please see Section IV-3.H. Emergency Preparedness for more information. Should such an event occur, the Chief Information Security Officer of the Commonwealth or their designee will contact the agreement manager and clearly communicate what positions are required to report to the alternate location(s). It will be the responsibility of the agreement manager to coordinate, contact and notify all of its resources regarding any changes in work location.

Term of Contract. The term of the contract will commence on the Effective Date and will end three (3) years following the Effective Date. The Commonwealth may renew with two (2) optional one (1)-year renewals or any other increment(s) not to exceed the two (2) year optional limit on renewals. The Issuing Office reserves sole discretion for the execution of each optional increment. The Issuing Office will fix the Effective Date after the contract has been fully executed by the selected Offeror and by the Commonwealth and all approvals required by Commonwealth contracting procedures have been obtained. The selected Offeror shall not begin to perform or incur any expenses under the contract until (1) the contract Effective Date has arrived; (2) it has received a copy of the fully executed contract; and (3) it has received a purchase order or other written notice to proceed signed by the Contracting Officer.

Offeror’s Representations and Authorizations. By submitting its proposal, each Offeror understands, represents, and acknowledges that:

A. All of the Offeror’s information and representations in the proposal are true, correct, material and important, and the Issuing Office may rely upon the contents of the proposal in awarding the contract(s). The Commonwealth shall treat any misstatement, omission or misrepresentation as fraudulent concealment of the true facts relating to the Proposal submission, punishable pursuant to 18 Pa. C.S. § 4904.

B. The Offeror has arrived at the price(s) and amounts in its proposal independently and without consultation, communication, or agreement with any other Offeror or potential Offeror.

C. The Offeror has not disclosed the price(s), the amount of the proposal, nor the approximate price(s) or amount(s) of its proposal to any other firm or person who is an Offeror or potential Offeror for this RFP, and the Offeror shall not disclose any of these items on or before the proposal submission deadline specified in the Calendar of Events of this RFP.

D. The Offeror has not attempted, nor will it attempt, to induce any firm or person to refrain from submitting a proposal on this contract, or to submit a proposal higher than this proposal, or to submit any intentionally high or noncompetitive proposal or other form of complementary proposal.

E. The Offeror makes its proposal in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive proposal.

F. To the best knowledge of the person signing the proposal for the Offeror, the Offeror, its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any Local, State or Federal governmental agency and have not in the last four (4) years been convicted or found liable for any act prohibited by Local, State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding or proposing on any public contract, except as the Offeror has disclosed in its proposal.

G. To the best of the knowledge of the person signing the proposal for the Offeror and except as the Offeror has otherwise disclosed in its proposal, the Offeror has no outstanding, delinquent obligations to the Commonwealth including, but not limited to, any state tax liability not being contested on appeal or other obligation of the Offeror that is owed to the Commonwealth.

H. The Offeror is not currently under suspension or debarment by the Commonwealth, any other state or the federal government, and if the Offeror cannot so certify, then it shall submit along with its proposal a written explanation of why it cannot make such certification.

I. The Offeror has not made, under separate contract with the Issuing Office, any recommendations to the Issuing Office concerning the need for the services described in its proposal or the specifications for the services described in the proposal. (See Pennsylvania State Adverse Interest Act)

J. Each Offeror, by submitting its proposal, authorizes Commonwealth agencies to release to the Commonwealth information concerning the Offeror's Pennsylvania taxes, unemployment compensation and workers’ compensation liabilities.

K. Until the selected Offeror receives a fully executed and approved written contract from the Issuing Office, there is no legal and valid contract, in law or in equity. The selected Offeror shall not begin to perform or incur any expenses under the contract until (1) the contract Effective Date has arrived; (2) it has received a copy of the fully executed contract; and 3) it has received a purchase order or other written notice to proceed signed by the Contracting Officer.

Notification of Selection.

A. Contract Negotiations. The Issuing Office will notify all Offerors in writing of the Offeror selected for contract negotiations after the Issuing Office has determined, taking into consideration all of the evaluation factors, the proposal that is the most advantageous to the Issuing Office.

B. Award. Offerors whose proposals are not selected will be notified when contract negotiations have been successfully completed and the Issuing Office has received the final negotiated contract signed by the selected Offeror.

Debriefing Conferences. Upon notification of award, Offerors whose proposals were not selected will be given the opportunity to be debriefed. The Issuing Office will schedule the debriefing at a mutually agreeable time. The debriefing will not compare the Offeror with other Offerors, other than the position of the Offeror’s proposal in relation to all other Offeror proposals. An Offeror’s exercise of the opportunity to be debriefed does not constitute nor toll the time for filing a protest (See Section I-27 of this RFP).

RFP Protest Procedure.

A. Who May File a Protest. An Offeror or Prospective Offeror which is aggrieved in connection with the RFP or award of the contract  may file a protest. An Offeror is an entity which submits a proposal in response to an RFP. A Prospective Offeror is an entity which has not submitted a proposal in response to the RFP. No protest may be filed if the RFP is cancelled or if all proposals received in response to the RFP are rejected.

B. Place for Filing. A protest must be filed with the Agency Head Designee by either email or hardcopy.

1. A protest filed by email should be submitted to RA-OITProtests@ with a subject line including the solicitation number 6100034602 for which the action is being filed.

2. A protest filed by hardcopy should be submitted to the attention of the Agency Head Designee at the following address:

Ms. V. Reid Walsh

Chief of Staff to the Secretary of Administration

613 North Street

Room 207

Harrisburg, PA 17120

C. Time for Filing.

1. A Prospective Offeror which is considering filing a proposal must file the

protest  within  seven (7)  days after  the  Prospective Offeror knew or should have known  of the facts giving  rise to the protest, but in no event  later than the proposal submission  deadline specified in the RFP.

2. A protest filed by an Offeror which submits a proposal must be filed within seven (7) days after the protesting Offeror knew or should have known of the facts giving rise to the protest, but in no event may an Offeror file a protest later than seven (7) days after the date the notice of award of the contract is posted on the DGS website.

3. The date of filing the protest is the date the Agency Head Designee receives the protest.

4. For purposes of this RFP, to be timely, a protest must be received by 4:00 p.m. of the seventh day.

5. Commonwealth agencies are required by law to disregard any protest received beyond the deadlines established in this Section I-28.

D. Contents of Protest.

1. A protest must be in writing. Hard copy in paper and electronic copy via email are acceptable.

2. A protest shall state all grounds upon which the protesting party asserts that the RFP or contract award was improper.

3. The protesting party may submit with the protest any documents or information it deems relevant.

E. Notice of Protest.

1. The Agency Head Designee will notify the successful Offeror of the protest if contractor selection has already been made.

2. If the Agency Head Designee receives the protest before selection, and he or she determines that substantial issues are raised by the protest, the Agency Head Designee will, in the sole discretion of the Agency Head Designee, notify all Offerors which appear to have a substantial and reasonable prospect of selection, as determined by the Agency Head, that a protest has been filed.

F. Stay of Procurement.

1. The Agency Head designee will promptly decide upon receipt  of a timely  protest  whether  or not the award  of a contract  shall be delayed, or if the protest  is timely  received  after the award, whether  the performance of the contract  should be suspended.

2. The Issuing Office shall not proceed further with the RFP unless the Agency Head Designee makes a written determination that the protest is clearly without merit or that award of the contract without delay is necessary to protect the substantial interests of the Commonwealth.

G. Response and Reply.

1. Within 15 days of receipt of the protest, a response to the protest may be submitted to the Agency Head Designee. The protesting party must be copied on the response.

2. The protesting party may file a reply to the response within ten days of the date of the response.

H. Procedures.

1. The Agency Head Designee shall review the protest and any response and reply.

2. The Agency Head Designee may request and review such additional documents or information he deems necessary to render a decision and may, at his sole discretion, conduct a hearing.

3. The Agency Head Designee shall provide to the protesting party and the contracting officer a reasonable opportunity to review and address any additional documents or information deemed necessary by the Agency Head Designee to render a decision.

I. Determination.

The Agency Head Designee shall promptly, but in no event later than 60 days from the filing of the protest unless both parties agree to an extension, issue a written determination. The determination shall:

1. State the reason for the decision, and

2. If the determination is a denial of the protest, inform the protesting party of its right to file an action in the Commonwealth Court within fifteen  (15)  days of the determination mailing  date.

3. The Agency Head Designee shall send a copy of the determination to the protesting party and any other person determined by the Agency Head Designee in his sole discretion to be affected by the determination.

Use of Electronic Versions of this RFP. This RFP is being made available by electronic means. If an Offeror electronically accepts the RFP, the Offeror acknowledges and accepts full responsibility to insure that no changes are made to the RFP. In the event of a conflict between a version of the RFP in the Offeror’s possession and the Issuing Office’s version of the RFP, the Issuing Office’s version shall govern.

Information Technology Policies.

This RFP is subject to the Information Technology Policies (ITP’s) {formerly known as Information technology Bulletins} issued by the Office of Administration, Office for Information Technology (OA-OIT). ITP’s may be found at

All proposals must be submitted on the basis that all ITP’s are applicable to this procurement. It is the responsibility of the Offeror to read and be familiar with the ITP’s. Notwithstanding the foregoing, if the Offeror believes that any ITP is not applicable to this procurement, it must list all such ITP’s in its technical response, and explain why it believes the ITP is not applicable. The Issuing Office may, in its sole discretion, accept or reject any request that an ITP not be considered to be applicable to the procurement. The Offeror’s failure to list an ITP will result in its waiving its right to do so later, unless the Issuing Office, in its sole discretion, determines that it would be in the best interest of the Commonwealth to waive the pertinent ITP’s.

I-30. Non-Disclosure Agreement

In order for an Offeror to receive Appendix N, O, and P, the Offeror must execute the non-disclosure agreement, attached as Appendix S, prior to being given access to the documents. Offerors must either mail the signed agreement, executed by an individual with the authority to bind their company, to the Issuing Officer or bring the agreement to the pre-proposal conference. The Issuing Officer will distribute Appendix N, O, and P at the pre-proposal conference to each Offeror who submits or has submitted a properly executed non-disclosure agreement. If an Offeror submits a properly executed non-disclosure agreement, but is unable to attend the pre-proposal conference, the Issuing Officer will send Appendix N, O, and P through certified mail to the Offeror.

Appendix N, O, and P will only be distributed to those Offerors who submit a properly executed non-disclosure agreement, which is attached to this RFP as Appendix S.

PART II

PROPOSAL REQUIREMENTS

Offerors must submit their proposals in the format, including heading descriptions, outlined below. To be considered, the proposal must respond to all requirements in this part of the RFP. Offerors should provide any other information thought to be relevant, but not applicable to the enumerated categories, as an appendix to the Proposal. All cost data relating to this proposal and all Small Diverse Business cost data should be kept separate from and not included in the Technical Submittal. Each Proposal shall consist of the following three separately sealed submittals:

A. Technical Submittal, which shall be a response to RFP Part II, Sections II-1 through

II-8;

B. Small Diverse Business participation submittal, in response to RFP Part II, Section II-9; and

C. Cost Submittal, in response to RFP Part II, Section II-10.

The Issuing Office reserves the right to request additional information which, in the Issuing Office’s opinion, is necessary to assure that the Offeror’s competence, number of qualified employees, business organization, and financial resources are adequate to perform according to the RFP.

The Issuing Office may make investigations as deemed necessary to determine the ability of the Offeror to perform the Project, and the Offeror shall furnish to the Issuing Office all requested information and data. The Issuing Office reserves the right to reject any proposal if the evidence submitted by, or investigation of, such Offeror fails to satisfy the Issuing Office that such Offeror is properly qualified to carry out the obligations of the RFP and to complete the Project as specified.

Statement of the Problem. State in succinct terms your understanding of the problem presented or the service required by this RFP.

Management Summary. Include a narrative description of the proposed effort and a list of the items to be delivered or services to be provided.

A. Describe your ability and willingness to comply with OA/OIT strategic direction, organizational goals, and business plan objectives as defined in the current Office of Administration IT Strategic Plan (Appendix K).

A. Describe how your resources will navigate the multiple reporting relationships required under this contract. Define what actions you will take to ensure projects are successfully implemented within defined project timelines and budgets.

B. Identify all subcontractors proposed, including the specific resource(s) to be provided and their associated skills. Identify and clearly explain the roles of each subcontractor.

C. If applicable, describe how subcontractors will be managed for this contract.

D. The Offeror must provide an organization chart. The organizational chart must clearly identify the following items:

1. Proposed Individual (First and Last Name)

2. RFP Position Description

3. RFP Section Reference

4. Links between managers and staff

Work Plan. Describe in narrative form your technical plan for accomplishing the work. Use the task descriptions in Part IV of this RFP as your reference point. Modifications of the task descriptions are permitted; however, reasons for changes should be fully explained. Indicate the number of person hours allocated to each task. Include a Program Evaluation and Review Technique (PERT) or similar type display, time related, showing each event. If more than one approach is apparent, comment on why you chose this approach.

Prior Experience. Include experience in past, previous or current work engagements and reference information the Offeror has gained which would qualify it for this engagement.

Responses to this section should include:

A. Overview of company including company name, parent company if applicable, and company overview.

B. Explain company’s history in providing technical Information Technology (IT) consulting services and IT staff resources.

C. Describe company’s years of experience in IT consulting industry.

D. Describe details of any industry-recognized quality standard to which it is compliant (such as Information Technology Infrastructure Library (ITIL)), as well as any industry certifications or awards received.

E. Describe applicable experience and ability to provide qualified technical resources and consulting to federal, state, or local government agencies, especially current projects or consulting engagements.

F. Describe company’s understanding and experience with Commonwealth ITP’s, policies, procedures, and standards and your companies’ willingness to comply with these. Note the experience of the proposed personnel regarding their knowledge and experience with government contracts.

G. Describe prior experience with SIM using the Appendix E, Project and Client References. Please document each project separately.

Include detailed Offeror experience in the following areas:

1. Systems Development & Implementation

2. Project Management

3. Communication & Systems Deployment

4. Training, Training materials, Training coordination and administration

5. Data modeling, Integration Development Design

6. Policy development, modification and compliance

7. Applications Design, and Engineering

8. Applications Development

9. Applications Testing

10. Application Support

Experience shown should be work done by individuals who will be assigned to this project as well as that of your company. Studies or projects referred to must be identified and the name of the customer shown, including the name, address, and telephone number of the responsible official of the customer, company, or agency who may be contacted. Reference Appendix E, Project and Client References.

References:

The Offeror shall have experience in providing SIM systems development & implementation, project management, communication & systems deployment, training, design, and engineering, applications development, and applications support to customers with similar operations and userbase as described in Section IV-1.A General. In addition, the Offeror must provide references from at least three (3) of its current customers. The reference information must contain the following information for each customer: Reference Appendix E, Project and Client References.

1. Customer’s name and address.

2. Contact person name, title, e-mail, and phone number.

3. Integrated systems development & implementation, project management, communication & systems deployment, training, design, and engineering, applications development, and applications support to customer with similar operations.

4. Number of year’s supporting the referenced customer.

Personnel. Include the number of executive and professional personnel, analysts, auditors, researchers, programmers, consultants, etc., who will be engaged in the work. Show where these personnel will be physically located during the time they are engaged in the Project. For key personnel, include the employee’s name and, through a resume or similar document, the Project personnel’s education and experience. Indicate the responsibilities each individual will have in this Project and how long each has been with your company. Identify by name any subcontractors you intend to use and the services they will perform.

It is required that all billable staff report to the 5 Tech Park office location. If the Offeror is proposing non-billable resources that must work off-site, please show where these personnel will be physically located (by hours) during the time they are engaged in the Proposed Personnel Summary Matrix (Reference Appendix F, Proposed Personnel Summary Matrix for more information). All Offerors shall complete Appendix F. For all personnel, include the employee’s name, qualifications, certifications, prior experience, and a resume or similar document. Where there is no education and/or certificates please indicate “None” respectively.

Additionally, all Offerors shall complete Appendix G, Proposed Personnel Template and Appendix L, Proposed Personnel Product Skills Matrix for each and every position in this RFP including the agreement and transition manager positions. At a minimum, all of the data blocks in Appendix G should be completed in full (please refrain from completing blocks in Appendix G with text that reference the resume or other optional documentation). Such text as “see attached resume”; “refer to resume” etc. is not preferred. Formatting of Appendix G may not be changed, and the order of the resume sections must be respected. Additional information beyond Appendix G may be added to the response. Such items as; a full resume, course certificates, training etc. may be added optionally to provide additional details for each proposed candidate.

Indicate the responsibilities each resource will have in this project and how long each resource has been with your company. Identify any and all subcontractors you intend to use and the services they will perform. EISO reserves the right to reject any resource that does not meet the minimum requirements for a position as defined in this RFP.

The Offeror must provide proof that its resources and subcontractors possess the technical knowledge and skill sets necessary to support the environmental needs defined and envisioned by the EISO. The Offeror must provide the following information regarding its service staff.

A. Hiring practices

B. Education and technical background requirements – certification, operating systems, applications supported, Help Desk tools, monitoring tools, etc.

C. Continuing education practices / training programs to ensure:

1. staff retention

2. employee skills remain current with industry standards

3. Customer service and communications skills – ability to communicate clearly and in professional business language.

D. Any work performed with SIM development or support.

E. Certifications

1. The Offeror must provide a listing of all appropriate training and/or certifications achieved by proposed personnel using the bottom portion of the template provided in Appendix G, Proposed Personnel Template.

F. Identify the Offeror Account Manager and contact information.

G. Identify the Offeror Services Manager and contact information.

H. Provide the name, title, phone number, facsimile number, email address, mailing address, and work hours of a qualified Offeror representative who will be responsible for answering questions concerning the proposal.

Training. If appropriate, indicate recommended training of agency personnel. Include the agency personnel to be trained, the number to be trained, duration of the program, place of training, curricula, training materials to be used, number and frequency of sessions, and number and level of instructors.

Financial Capability. Describe your company’s financial stability and economic capability to perform the contract requirements. Provide your company’s financial statements (audited, if available) for the past three fiscal years. Financial statements must include the company’s Balance Sheet and Income Statement or Profit/Loss Statements. Also include a Dun & Bradstreet comprehensive report, if available. If your company is a publicly traded company, please provide a link to your financial records on your company website in lieu of providing hardcopies. The Commonwealth reserves the right to request additional information it deems necessary to evaluate an Offeror’s financial capability.

Objections and Additions to Informational Technology (IT) Contract Terms and Conditions. The Offeror will identify which, if any, of the terms and conditions (contained in Appendix A, IT Contract Terms and Conditions) it would like to negotiate and what additional terms and conditions the Offeror would like to add to the IT Contract Terms and Conditions. The Offeror’s failure to make a submission under this paragraph will result in its waiving its right to do so later, but the Issuing Office may consider late objections and requests for additions if to do so, in the Issuing Office’s sole discretion, would be in the best interest of the Commonwealth. The Issuing Office may, in its sole discretion, accept or reject any requested changes to the IT Contract Terms and Conditions. The Offeror shall not request changes to the other provisions of the RFP, nor shall the Offeror request to completely substitute its own terms and conditions for Appendix A, IT Contract Terms and Conditions. All terms and conditions must appear in one integrated contract. The Issuing Office will not accept references to the Offeror’s, or any other, online guides or online terms and conditions contained in any proposal.

Regardless of any objections set out in its proposal, the Offeror must submit its proposal, including the cost proposal, on the basis of the terms and conditions set out in Appendix A, IT Contract Terms and Conditions. The Issuing Office will reject any proposal that is conditioned on the negotiation of the terms and conditions set out in Appendix A, IT Contract Terms and Conditions or to other provisions of the RFP as specifically identified above.

Small Diverse Business Participation Submittal.

A. To receive credit for being a Small Diverse Business or for subcontracting with a Small Diverse Business (including purchasing supplies and/or services through a purchase agreement), an Offeror must include proof of Small Diverse Business qualification in the Small Diverse Business participation submittal of the proposal, as indicated below:

A Small Diverse Business verified by BSBO as a Small Diverse Business must provide a photocopy of its DGS issued certificate entitled “Notice of Small Business Self-Certification and Small Diverse Business Verification” indicating its diverse status.

B. In addition to the above certificate, the Offeror must include in the Small Diverse Business participation submittal of the proposal the following information:

1. All Offerors must include a numerical percentage which represents the total percentage of the work (as a percentage of the total cost in the Cost Submittal) to be performed by the Offeror and not by subcontractors and suppliers.

2. All Offerors must include a numerical percentage which represents the total percentage of the total cost in the Cost Submittal that the Offeror commits to paying to Small Diverse Businesses (SDBs) as subcontractors. To support its total percentage SDB subcontractor commitment, Offeror must also include:

a) The percentage and dollar amount of each subcontract commitment to a Small Diverse Business;

b) The name of each Small Diverse Business. The Offeror will not receive credit for stating that after the contract is awarded it will find a Small Diverse Business.

c) The services or supplies each Small Diverse Business will provide, including the timeframe for providing the services or supplies.

d) The location where each Small Diverse Business will perform services.

e) The timeframe for each Small Diverse Business to provide or deliver the goods or services.

f) A subcontract or letter of intent signed by the Offeror and the Small Diverse Business (SDB) for each SDB identified in the SDB Submittal. The subcontract or letter of intent must identify the specific work, goods or services the SDB will perform, how the work, goods or services relates to the project, and the specific timeframe during the term of the contract and any option/renewal periods when the work, goods or services will be performed or provided. In addition, the subcontract or letter of intent must identify the fixed percentage commitment and associated estimated dollar value that each SDB will receive based on the total value of the initial term of the contract as provided in the Offeror's Cost Submittal. Attached Appendix H, Small Diverse Business Letter of Intent is a letter of intent template which may be used to satisfy these requirements.

g) The name, address and telephone number of the primary contact person for each Small Diverse Business.

3. The total percentages and each SDB subcontractor commitment will become contractual obligations once the contract is fully executed.

4. The name and telephone number of the Offeror’s project (contact) person for the Small Diverse Business information.

A. The Offeror is required to submit two (2) copies of its Small Diverse Business participation submittal. The submittal shall be clearly identified as Small Diverse Business information and sealed in its own envelope, separate from the remainder of the proposal.

B. A Small Diverse Business can be included as a subcontractor with as many prime contractors as it chooses in separate proposals.

C. An Offeror that qualifies as a Small Diverse Business and submits a proposal as a prime contractor is not prohibited from being included as a subcontractor in separate proposals submitted by other Offerors.

Cost Submittal. The information requested in this Part II, Section II-10 shall constitute the Cost Submittal. The Cost Submittal shall be placed in a separate sealed envelope within the sealed proposal, separated from the technical submittal. The total proposed cost shall be broken down into the following components listed on Appendix I, Cost Matrix. Please use the instructions contained in Appendix I, Cost Matrix for further information. Offerors should not include any assumptions in their cost submittals. If the Offeror includes assumptions in its cost submittal, the Issuing Office may reject the proposal. Offerors should direct in writing to the Issuing Office pursuant to Part I, Section I-9, of this RFP any questions about whether a cost or other component is included or applies. All Offerors will then have the benefit of the Issuing Office’s written answer so that all proposals are submitted on the same basis.

The Issuing Office will reimburse the selected Offeror for work satisfactorily performed after execution of a written contract and the start of the contract term, in accordance with contract requirements, and only after the Issuing Office has issued a notice to proceed.

Domestic Workforce Utilization Certification. Complete and sign the Domestic Workforce Utilization Certification contained in Appendix J, Domestic Workforce Utilization Certification of this RFP. Offerors who seek consideration for this criterion must submit in hardcopy the signed Domestic Workforce Utilization Certification Form in the same sealed envelope with the Technical Submittal.

PART III

CRITERIA FOR SELECTION

Mandatory Responsiveness Requirements. To be eligible for selection, a proposal must be:

A. Timely received from an Offeror;

B. Properly signed by the Offeror.

Technical Nonconforming Proposals. The Mandatory Responsiveness Requirements set forth in Section III-1 above (A-B) are the only RFP requirements that the Commonwealth will consider to be non-waivable. The Issuing Office reserves the right, in its sole discretion, to (1) waive any other technical or immaterial nonconformities in an Offeror’s proposal, (2) allow the Offeror to cure the nonconformity, or (3) consider the nonconformity in the scoring of the Offeror’s proposal.

Evaluation. The Issuing Office has selected a committee of qualified personnel to review and evaluate timely submitted proposals. Independent of the committee, BSBO will evaluate the Small Diverse Business participation submittal and provide the Issuing Office with a rating for this component of each proposal. The Issuing Office will notify in writing of its selection for negotiation the responsible Offeror whose proposal is determined to be the most advantageous to the Commonwealth as determined by the Issuing Office after taking into consideration all of the evaluation factors.

Evaluation Criteria. The following criteria will be used in evaluating each proposal:

A. Technical: The Issuing Office has established the weight for the Technical criterion for this RFP as 50% of the total points. Evaluation will be based upon the following:

• Soundness of Approach

• Contractor Qualifications

• Personnel Qualifications

The final Technical scores are determined by giving the maximum number of technical points available to the proposal with the highest raw technical score. The remaining proposals are rated by applying the Technical Scoring Formula set forth at the following webpage:

B. Cost: The Issuing Office has established the weight for the Cost criterion for this RFP as 30% of the total points. The cost criterion is rated by giving the proposal with the lowest total cost the maximum number of Cost points available. The remaining proposals are rated by applying the Cost Formula set forth at the following webpage:

C. Small Diverse Business Participation:

BSBO has established the weight for the Small Diverse Business (SDB) participation criterion for this RFP as 20% of the total points. Each SDB participation submittal will be rated for its approach to enhancing the utilization of SDBs in accordance with the below-listed priority ranking and subject to the following requirements:

1. A business submitting a proposal as a prime contractor must perform 60% of the total contract value to receive points for this criterion under any priority ranking.

2. To receive credit for an SDB subcontracting commitment, the SDB subcontractor must perform at least fifty percent (50%) of the work subcontracted to it.

3. A significant subcontracting commitment is a minimum of five percent (5%) of the total contract value.

4. A subcontracting commitment less than five percent (5%) of the total contract value is considered nominal and will receive reduced or no additional SDB points depending on the priority ranking.

Priority Rank 1: Proposals submitted by SDBs as prime Offerors will receive 150 points. In addition, SDB prime Offerors that have significant subcontracting commitments to additional SDBs may receive up to an additional 50 points (200 points total available).

Subcontracting commitments to additional SDBs are evaluated based on the proposal offering the highest total percentage SDB subcontracting commitment. All other Offerors will be scored in proportion to the highest total percentage SDB subcontracting commitment within this ranking. See formula below.

Priority Rank 2: Proposals submitted by SDBs as prime contractors, with no or nominal subcontracting commitments to additional SDBs, will receive 150 points.

Priority Rank 3: Proposals submitted by non-small diverse businesses as prime contractors, with significant subcontracting commitments to SDBs, will receive up to 100 points. Proposals submitted with nominal subcontracting commitments to SDBs will receive points equal to the percentage level of their total SDB subcontracting commitment.

SDB subcontracting commitments are evaluated based on the proposal offering the highest total percentage SDB subcontracting commitment. All other Offerors will be scored in proportion to the highest total percentage SDB subcontracting commitment within this ranking. See formula below.

Priority Rank 4: Proposals by non-small diverse businesses as prime contractors with no SDB subcontracting commitments shall receive no points under this criterion.

To the extent that there are multiple SDB Participation submittals in Priority Rank 1 and/or Priority Rank 3 that offer significant subcontracting commitments to SDBs, the proposal offering the highest total percentage SDB subcontracting commitment shall receive the highest score (or additional points) available in that Priority Rank category and the other proposal(s) in that category shall be scored in proportion to the highest total percentage SDB subcontracting commitment. Proportional scoring is determined by applying the following formula:

SDB % Being Scored                x     Points/Additional =   Awarded/Additional

Highest % SDB Commitment Points Available* SDB Points

Priority Rank 1 = 50 Additional Points Available

Priority Rank 3 = 100 Total Points Available

Please refer to the following webpage for an illustrative chart which shows SDB scoring based on a hypothetical situation in which the Commonwealth receives proposals for each Priority Rank:



D. Domestic Workforce Utilization: Any points received for the Domestic Workforce Utilization criterion are bonus points in addition to the total points for this RFP. The maximum amount of bonus points available for this criterion is 3% of the total points for this RFP.

To the extent permitted by the laws and treaties of the United States, each proposal will be scored for its commitment to use domestic workforce in the fulfillment of the contract. Maximum consideration will be given to those Offerors who will perform the contracted direct labor exclusively within the geographical boundaries of the United States or within the geographical boundaries of a country that is a party to the World Trade Organization Government Procurement Agreement. Those who propose to perform a portion of the direct labor outside of the United States and not within the geographical boundaries of a party to the World Trade Organization Government Procurement Agreement will receive a correspondingly smaller score for this criterion. See the following webpage for the Domestic Workforce Utilization Formula:

.

Offerors who seek consideration for this criterion must submit in hardcopy the signed Domestic Workforce Utilization Certification Form in the same sealed envelope with the Technical Submittal. The certification will be included as a contractual obligation when the contract is executed. (See Appendix J, Domestic Workforce Utilization Certification)

Offeror Responsibility. To be responsible, an Offeror must submit a responsive proposal and possess the capability to fully perform the contract requirements in all respects and the integrity and reliability to assure good faith performance of the contract.

In order for an Offeror to be considered responsible for this RFP and therefore eligible for selection for best and final offers or selection for contract negotiations:

A. The total score for the technical submittal of the Offeror’s proposal must be greater than or equal to 70% of the available technical points; and

B. The Offeror’s financial information must demonstrate that the Offeror possesses the financial capability to assure good faith performance of the contract. The Issuing Office will review the Offeror’s previous three financial statements, any additional information received from the Offeror, and any other publicly-available financial information concerning the Offeror, and assess each Offeror’s financial capacity based on calculating and analyzing various financial ratios, and comparison with industry standards and trends.

An Offeror which fails to demonstrate sufficient financial capability to assure good faith performance of the contract as specified herein may be considered by the Issuing Office, in its sole discretion, for Best and Final Offers or contract negotiation contingent upon such Offeror providing contract performance security, in a form acceptable to the Issuing Office, for twenty percent (20%) of the proposed value of the base term of the contract. Based on the financial condition of the Offeror, the Issuing Office may require a certified or bank (cashier’s) check, letter of credit, or a performance bond conditioned upon the faithful performance of the contract by the Offeror. The required performance security must be issued or executed by a bank or surety company authorized to do business in the Commonwealth. The cost of the required performance security will be the sole responsibility of the Offeror and cannot increase the Offeror’s cost proposal or the contract cost to the Commonwealth.

Further, the Issuing Office will award a contract only to an Offeror determined to be responsible in accordance with the most current version of Commonwealth Management Directive 215.9, Contractor Responsibility Program.

Final Ranking and Award.

A. After any best and final offer process conducted, the Issuing Office will combine the evaluation committee’s final technical scores, BSBO’s final small diverse business participation scores, the final cost scores, and (when applicable) the domestic workforce utilization scores, in accordance with the relative weights assigned to these areas as set forth in this Part.

B. The Issuing Office will rank responsible Offerors according to the total overall score assigned to each, in descending order.

C. The Issuing Office must select for contract negotiations the offeror with the highest overall score; PROVIDED, HOWEVER, THAT AN AWARD WILL NOT BE MADE TO AN OFFEROR WHOSE PROPOSAL RECEIVED THE LOWEST TECHNICAL SCORE AND HAD THE LOWEST COST SCORE OF THE RESPONSIVE PROPOSALS RECEIVED FROM RESPONSIBLE OFFERORS. IN THE EVENT SUCH A PROPOSAL ACHIEVES THE HIGHEST OVERALL SCORE, IT SHALL BE ELIMINATED FROM CONSIDERATION AND AWARD SHALL BE MADE TO THE OFFEROR WITH THE NEXT HIGHEST OVERALL SCORE.

D. The Issuing Office has the discretion to reject all proposals or cancel the request for proposals, at any time prior to the time a contract is fully executed, when it is in the best interests of the Commonwealth. The reasons for the rejection or cancellation shall be made part of the contract file.

PART IV

WORK STATEMENT

Objectives.

A. General.

The EISO is responsible for the administration, implementation, and ongoing maintenance of various enterprise IAM systems. These include the Commonwealth User Provisioning and Self Service (CUPSS) system and the Commonwealth Identity Exchange (Identity Exchange) which was built and is currently supported through a National Strategy for Trusted Identity in Cyberspace (NSTIC) grant from NIST.

The CUPSS application and related infrastructure are maintained in support of approximately 100,000 users in over 40 agencies which range in size from a few dozen users to over 22,000 users. The application takes information from the Commonwealth’s enterprise HR system through a batch feed and automatically provisions, de-provisions, and otherwise maintains user account information in the enterprise employee active directory and enterprise Exchange email systems. The provisioning policies which CUPSS applies have been customized for each agency.

In addition to the internal users, the Commonwealth supports external directory and identity and access management systems (Enterprise Access Services) with approximately 2,000,000 citizens and 200,000 business users accessing applications in multiple agencies. The Governor’s Office of Administration, Office for Information Technology (OA/OIT) is currently negotiating with Department of Human Services (DHS) to leverage the agency as a “Center of Excellence” (COE) to these services. We anticipate requiring additional resources in support of this effort.

The Identity Exchange was built through an NIST Grant and currently supports a new application of the Pennsylvania Human Relations Commission (PHRC). By December, 2015, the Identity Exchange is to be expanded to include the DHS COMPASS online application for benefits application and management. The Identity Exchange leverages a shared enterprise-level citizen directory and provisioning system managed in part by DHS.

In order to continue with the implementation and support of these critical applications, services, and technology sets, the EISO is seeking support from Offerors with skilled integration technology staffing/practitioners to provide resources and transition planning.

B. Specific.

The Offeror will be responsible for developing an incoming transition plan, meeting the initial and ongoing needs for support of IAM, while meeting the requirements of this RFP, and developing an outgoing transition plan.

Nature and Scope of the Project.

The primary nature of this request is for 1) fulfillment of initial EISO resource needs, 2) ensuring that the EISO’s current and future resource requirements are fulfilled with personnel that have the right skills and abilities and that the resource replacement is done in a timely manner, 3) providing of additional resources on an as-needed basis for related projects, and 4) successful incoming and outgoing transitioning of work/responsibilities and project tasks from existing contracted resources to the new proposed resources. This includes providing the EISO with an agile and responsive resource replacement process based upon the nature of the EISO’s integration and support needs.

A. Background.

The Enterprise Information Security Office (EISO) is administered by the Commonwealth of Pennsylvania’s Enterprise Chief Information Security Officer (CISO). It is organizationally structured under the Office of Administration. It is tasked with maintaining the information security of Commonwealth data and systems and works closely with agency Information Security Officers. In addition, it is tasked with setting enterprise level policies for Identity and Access Management (IAM) and for managing enterprise IAM systems.

Requirements.

The following requirements and standards must be met. The Offeror shall acknowledge understanding and agreement to meet the following requirements and standards in their response. Offeror shall describe how it will meet the requirements as described in this section.

A. Incoming Transition Plan.

Offeror shall describe its approach to the development, execution and management of an incoming transition plan.

EISO requires the selected Offeror to plan and execute a thorough and effective resource transition and transfer of knowledge, using as a guide the tasks and responsibility assignments described in Section IV-4. B. Incoming Transition. The plan shall include, but not be limited to, a description of how the Offeror resources will interact and engage with EISO’s current staff and contracted resources to effectively and efficiently transition the project tasks, help desk, training, outreach and maintenance and support work, and any other work currently being performed by the existing Contractor. The incoming transition plan shall include a schedule of transition activities and a description of how the activities will be monitored, controlled, and reported (i.e., how the transition will be managed). The selected Offeror will work with the EISO management team to refine the immediate transition plan draft. The final incoming transition plan must be completed and submitted within 5 business days from the official contract start date. Once approved by the CISO or an appointed designee, the transition plan must be completed within 60 days.

1. To the extent possible EISO expects little to no disruption to its ongoing projects, support and work being accomplished.

2. After transition, EISO expects to have resources that are fully up to speed on EISO processes and standards and capable of delivering on assigned tasks and projects.

B. EISO Service Delivery – Agreement Manager.

The selected Offeror shall provide an agreement manager throughout the life of the Contract. The agreement manager must function as the Offeror’s authorized point of contact with the Commonwealth and must be available to respond promptly and fully to all Contract requirements. The agreement manager must have a minimum of ten (10) years’ experience managing projects involving support services for accounts comparable in scope to this project and must be able to provide references of experience as an agreement manager to the CISO or an appointed designee. While this is not a directly billable position, the Commonwealth reserves the right to reject proposed agreement manager(s) submitted by the Offeror. The Commonwealth also reserves the right to require the Offeror to replace the agreement manager at any time. The replacement of the agreement manager will follow the same resource replacement process as defined in Section IV-3.D Resource Placement.

The agreement manager shall be responsible to oversee the operation of the agreement, including the initial vetting and selection of, and performance of, all Offeror and subcontractor resources. The agreement manager will be identified as part of the Offerors Team as overhead and shall not fulfill any of the positions outlined in Appendix L, Proposed Personnel Product Skills Matrix with the exception of the transition manager as described in Section IV-3.F EISO Service Delivery – Incoming Transition Manager.

The agreement manager shall not be reassigned during the Contract period without sixty (60) calendar days’ prior written notice and consent of the CISO or an appointed designee. Responsibilities will include, but are not limited to:

1. Onsite, in the Commonwealth facilities, a minimum of eight (8) hours each week.

2. Providing contract administrative support and reporting.

3. Supervisory responsibilities for all Offeror operations.

4. Monitoring all Offeror work performance.

5. Ensuring contract timeliness, efficiency, and adherence to agreement and budgetary and reporting requirements.

6. Development, implementation and enforcement of contract problem/resolution procedures.

7. Coordinating the resolution of agreement problems.

8. Providing monthly contract status reports as described in Section IV-5 Reports and Project Control.

9. Provide all other status reports including but not limited to Computer / software inventory report.

10. Meet regularly with the CISO or an appointed designee and/or other EISO management staff.

11. Coordinate all Offeror resource changes.

12. Coordinate all Offeror turn over plans.

13. Coordinate Knowledge Transfer plan.

14. Coordinate Future Knowledge Transfer plan(s).

15. Manage all Commonwealth requested Contract change orders.

Additionally, the agreement manager shall be required to participate in, at the EISO’s request, project meetings in order to directly observe the participation level, communication skill, and performance of the contractor resource.

The agreement manager shall provide quarterly status reports, summarize accomplishments, define expectations, and report as directed on resource planning strategies at quarterly EISO organizational staff meetings or at additional forums as directed by the CISO or an appointed designee.

Meetings shall include, but not be limited to:

1. Bi-weekly one-on-one meetings with the CISO or an appointed designee. (Typically held in Harrisburg at the Commonwealth Technology Center (CTC), 1 Technology Park, Harrisburg, PA.)

2. Bi-weekly project status meetings. (Typically held in Harrisburg at CTC).

3. Organizational staff meetings, both EISO staff and the Offeror’s resources.

(Typically held in the Harrisburg area)

4. Other forums as directed by the CISO or an appointed designee.

C. Resource Development.

The Offeror shall describe the training and certification offered to its resources, including ongoing training and certifications required to maintain current with the required Commonwealth technology set as outlined in Appendix L, Proposed Personnel Product Skills Matrix.

D. Resource Placement.

1. Placement Process.

The CISO or an appointed designee will notify the selected Offeror when EISO requires additional or alternate resources. Upon receipt of the request, the selected Offeror shall have three (3) business days to select qualified resources and submit a minimum of three (3) candidate resumes that meet the specified requirements. Upon receipt of three (3) candidate resumes, the CISO or an appointed designee will have two (2) business days to approve a selection or request a new set of candidate resumes. It is the responsibility of the selected Offeror to ensure that the three resources are available for an interview, if necessary, during the Commonwealth’s two day review cycle.

If a resource is approved, he or she shall start work on the project within five (5) business days from the approval by the EISO. If mutually agreeable, the selected resource for a position may be asked to start work immediately. If none of the three (3) resource resumes are approved by the CISO or an appointed designee the selected Offeror shall have two (2) business days to resubmit another three (3) resumes and begin the process as stated in the beginning of this section. The process of submitting three (3) resumes every two (2) business days shall continue until EISO has made a selection to fulfill its needs, until the selected Offeror has indicated it is unable to meet the EISO resource needs, or until EISO indicates it will not require further resumes from the selected Offeror.

2. Staff Resource Requirements.

The resources being sought should have the skill sets enumerated in Appendix L, Proposed Personnel Product Skills Matrix; Appendix N, CUPSS Tasks and Technology; and Appendix O, NSTIC Tasks and Technology with at least 1 year’s minimum experience unless otherwise noted in Appendix L, Proposed Personnel Product Skills Matrix. In addition, for CUPSS, they should have relevant experience in support of IAM systems with an active user base of 100,000 personnel in 40+ agencies; for NSTIC and Enterprise Access Service, the relevant experience should be in support of systems hosting a minimum of 250,000 users.

3. Needs and Changes.

EISO reserves the right to add or delete required resources within the scope of the Contract, or modify the resource requirements, at its discretion, upon written notice to the selected Offeror signed by the CISO or an appointed designee. Changes will be effective upon notice to the selected Offeror. Any modification of requirements (as opposed to modification merely of numbers of resources) will be subject to change in pricing as necessary, based on the parties’ reasonable negotiation. Pricing changes occurring as a result of the foregoing changes, and corresponding requirements changes, will be subject to a change control process which includes a writing signed by both the selected Offeror’s Project Lead and the Commonwealth’s Contracting Officer.

EISO may require the removal of an assigned resource if the resource skills or expectations fail to meet the requirements set forth in this RFP, if the resource violates existing Commonwealth or federal policy for access to EISO systems as defined in this RFP, if budgetary or project priorities for the Commonwealth warrant a reduction or change in contracted resources, or for mutual reasons that the EISO and the Offeror can agree. At EISO’s direction, the Offeror shall replace the assigned resource with another resource acceptable to EISO within five (5) business days.

When possible, EISO will provide the selected Offeror with two (2) weeks’ advanced notice of any modification or deletion. EISO will work with the selected Offeror to plan the addition or modification of requirements or quantities; however, there will be circumstances in which speed will be of the essence in responding to changes.

E. Resource Responsibilities.

The selected Offeror’s resources, dependent upon duties assigned, will support system users and adhere to the established methodologies and practices described below.

1. CUPSS End User Community.

CUPSS is the Commonwealth’s enterprise provisioning system for employees and contractors. It is also used to create and manage service accounts, resource accounts, training accounts, test accounts, etc. in those systems. The primary user base consists of several hundred IT administrators and help desk personnel across all of the participating agencies.

2. CUPSS Environment.

CUPSS is currently hosted at the Enterprise Data Center (EDC) and is built on IBM’s Security Identity Manager (SIM). In addition, other main components are Computer Associates SiteMinder, IBM DB2, Microsoft SQL Server, IBM WebSphere Application Server, and Microsoft IIS web server.

CUPSS supports the creation, management, and separation of user accounts in Active Directory 2008 and Exchange 2013. For employees and contractors, updates are received in a batch mode from HR systems and processed automatically. For non-human accounts such as service or resource accounts, creation and management is a manual process.

See Appendix N, CUPSS Tasks and Technology, for further details.

In addition to the internal users, the Commonwealth supports external directory and identity and access management systems (Enterprise Access Services) with approximately 2,000,000 citizens and 200,000 business users accessing applications in multiple agencies. OA/OIT is currently negotiating with Department of Human Services (DHS) to leverage the agency as a “Center of Excellence” (COE) to these services. These services would consist of Active Directory 2008 for citizens with 2,000,000+ users, Active Directory 2008 for business partners with several hundred thousand users, provisioning and identity management for these directories (utilizing CA SiteMinder and IdentityMinder), and optional authentication and authorizations services for agencies and applications leveraging CA SiteMinder.

3. Identity Exchange End User Community.

The Identity Exchange is currently in a pilot mode and supported by the NIST grant through March of 2016. It provides secure identity creation and authentication capabilities with an optional component to verify the identity of the user through various means. Presently, it services the new PHRC online application for submitting discrimination complaints. The Department of Health is building a system for recording training and certifications of Emergency Management Services (EMS) personnel which will also be integrated in the May timeframe. Finally, DHS is revamping its COMPASS portal application scheduled to be integrated my mid-December. Pending the success of the pilot and funding for future expansion, other agencies will be brought on board.

4. Identity Exchange Environment.

The Identity Exchange is mainly hosted by DHS with some components at the EDC. It leverages Active Directory 2008 with user provisioning provided by CA IdentityMinder and SiteMinder. Identity verification is provided by both internal and external providers. Authentication services are provided through SAML 2.0 tokens. The system was built in a modular fashion to facilitate the addition of more Credential Service Providers (CSP), Identity Verification Providers (IVP), and Relying Parties (RP).

See Appendix O, NSTIC Tasks and Technology, for further details.

5. EISO Application Support.

The EISO Application Support offer general tier 2 and 3 support for all CUPSS and Identity Exchange users. The EISO Application Support is manned by 2 vendor personnel during normal working hours, defined as Monday through Friday 8:00 A.M. to 5:00 P.M Eastern Time (EDT or EST as applicable) with on-call support for after-hours, including weekends and holidays. Typical EISO Application Support includes: application or role questions, provisioning issues, and account management issues. The EISO Application Support is responsible for monitoring system availability and documenting outages. The EISO Application Support will work closely with the Enterprise Messaging Team (EMT) – which manages both internal active directory as well as the Exchange email systems – as well as other service providers at the EDC and DHS as needed. User requests for service are sent to the EISO Application Support through the Service Now ticketing system. Typically, CUPSS generates 25-35 tickets a week; we do not have a baseline for the Identity Exchange. Appendix Q, EISO Support Escalation Levels Table and Appendix R, EISO Support Group Roles provides additional information.

In addition to end-user support, the vendor personnel are responsible for break-fix, enhancement requests, and other services as outlined in Appendix N, CUPSS Tasks and Technology, and Appendix O, NSTIC Tasks and Technology.

6. Project Management Methodology.

The EISO Project Life Cycle (PLC) provides a framework to consistently plan and successfully execute projects. EISO’s PLC addresses project management methodologies as well as other processes undertaken on a routine basis, including:

a) Software Development – where EISO staff and resources design & implement applications, modules, or systems

b) Service Oriented Architecture (SOA)-Based Development – where EISO staff and resources design, construct and implement applications utilizing the information service bus using SOA architecture.

c) Commercial-off-the-Shelf (COTS) Procurement & Integration – where EISO procures a third-party vendor product and the EISO staff and resources work to integrate the product into EISO’s architecture.

d) IT Infrastructure Upgrades – where EISO staff and resources team with other sections of the Office for Information Technology (OIT) to upgrade its major IT infrastructure, including servers, networking technology, database management systems, desktop and mobile computers.

The PLC addresses all aspects of typical EISO projects. The project management aspects of the major project phases remain constant regardless of the project type, while the detailed (or process-level) activities vary within the Project Execution & Control phase depending on the project type.

7. Testing Methodology.

The goal of system test is to ensure that an application performs within the EISO technical architecture as stated in functional requirements documented and provided by the Project Management Office (PMO). A system test covers the testing of functions within the system.

8. Change Management and Software Deployment.

EISO software is typically moved from the development environment to staging environment and then into the EISO production environment. Details of the testing plans will vary depending on the nature of the Change or Update; generally agency testers are called upon to participate. So as to minimize disruptions of the production environments, minor changes are performed on Thursday evenings; major changes are scheduled for weekend periods. For more information on the EISO environments, please see Appendix P, CUPSS Technical Environments.

F. EISO Service Delivery – Incoming Transition Manager.

The Offeror shall provide a resource to serve as an incoming transition manager whose primary responsibility is to plan and manage the incoming transition as defined below and in Section IV-4.B. Incoming Transition of the RFP. The incoming transition manager must function as the Offeror’s authorized point of contact with the Commonwealth and must be available to respond promptly and fully to all contract transition requirements.

The incoming transition manager must have a minimum of three (3) years’ experience managing transition projects involving support services for accounts comparable in scope to this project and must be able to provide references of experience as a transition manager to the CISO or an appointed designee. The Commonwealth reserves the right to reject a proposed transition manager(s) submitted by the Offeror. The Commonwealth also reserves the right to require the Offeror to replace the incoming transition manager at any time. The replacement of the transition manager will follow the same resource replacement process as defined in Section IV-3.D Resource Placement.

The incoming transition manager shall be responsible to plan and oversee the execution of the incoming transition at the beginning of the contract. The oversight responsibility includes the performance of all Offeror and its entire set of subcontractor resources. The incoming transition manager will be identified as part of the Offerors Team as overhead and shall not fulfill any of the positions outlined in Appendix L, Proposed Personnel Product Skills Matrix with the exception of the agreement manager as described in Section IV-3.B EISO Service Delivery – Agreement Manager. The incoming transition manager may not be reassigned during the Contract period without sixty (60) days prior written notice and consent of the CISO or an appointed designee. Responsibilities will include, but are not limited to:

1. Onsite, in the Commonwealth facilities, a minimum of forty (40) hours each week during the incoming transition periods.

2. Developing an incoming transition plan.

3. Coordinating the review and approval of the incoming transition plan.

4. Review and learn EISO project management methodology, EISOs system development practices, EISO’s release management process.

5. Review and become familiar with EISO’s current active projects and all pertinent project documentation.

6. Ensure that incoming resources and subcontractor resources effectively learn key technologies, tools, standard, business processes and procedures in use at EISO.

7. Ensure effective transfer of EISO’s intellectual property (i.e. application development, written code, etc.).

8. Implement and monitor job shadowing between incoming and current staff to ensure that effective knowledge transfer is occurring.

9. Capture, record, manage and report incoming transition issues, actions taken and resolutions.

10. Coordinate the resolution of transition problems.

11. Establish comprehensive metrics and measurements to assess the incoming resource(s) productivity, performance improvement, and business user satisfaction.

12. Produce, distribute, and discuss incoming transition status reports.

G. Resource Turnover Plans.

When the selected Offeror becomes aware of a resource termination or departure, whether the termination or departure is of Offeror’s own resource or that of a subcontractor, the Offeror must notify the CISO or an appointed designee in writing within 24 hours. Based upon the circumstances and events defined in Section IV-3.D Resource Staffing, the Offeror shall be prepared to efficiently and effectively transition all resource tasks and project responsibilities. This includes all administrative responsibilities during turnover events.

Additionally, the selected Offeror and its subcontractors shall be responsible for providing a plan to the CISO or an appointed designee that describes its procedure for training and transitioning knowledge [see Section IV-3.D Resource Placement] to Commonwealth and contracted resources, as well as the replacement resources, prior (when possible) to a resource departure. This plan will be presented to EISO with the three (3) resumes as defined above in Section IV-3.D Resource Placement. This knowledge transfer shall include the departing resource’s desk manual that includes complete and accurate instructions for carrying out the resources routine tasks, location of files, code and all other tasks deemed appropriate by the Offeror and EISO.

When the selected Offeror is made aware of additional quantities for new or existing positions which, the Offeror’s own resources or that of a subcontractor will fill, the Offeror must appropriately train the new resource in EISOs processes, procedures and administrative processes. The selected Offeror shall be responsible to ensure that the resources that fill these new positions produce the necessary knowledge transfer documentation, including a desk manual. Upon the request of EISO management, all resource turnover plans shall be made available for EISO management review and input. Should EISO management determine deficiencies with the turnover plans, the selected Offeror shall have two (2) weeks from the time they are officially submitted to the Offeror to address any and all documented deficiencies. The selected Offeror shall be responsible for all resource turnover plans and resource transition plans described above.

H. Emergency Preparedness.

To support continuity of operations during an emergency, including a pandemic, the Commonwealth needs a strategy for maintaining operations for an extended period of time. One part of this strategy is to ensure that essential contracts that provide critical business services to the Commonwealth have planned for such an emergency and put contingencies in place to provide needed goods and services.

1. Describe how Offeror anticipates such a crisis will impact its operations.

2. Describe Offeror’s emergency response continuity of operations plan. Attach a copy of the plan, or at a minimum, summarize how the plan addresses the following aspects of pandemic preparedness:

a) Employee training (describe Offeror’s training plan, and how frequently it will be shared with employees)

b) Identified essential business functions and key employees (within Offeror) necessary to carry them out

c) Contingency plans for:

i. How Offeror will handle staffing issues when a portion of key employees are incapacitated due to illness.

ii. How Offeror employees will carry out the essential functions if contagion control measures prevent them from coming to the primary workplace.

d) How Offeror will communicate with staff and suppliers when primary communications systems are overloaded or otherwise fail, including key contacts, chain of communications (including suppliers), etc.

e) How and when Offeror’s emergency plan will be tested, and if the plan will be tested by a third-party.

I. Commonwealth Agencies & Business Partners.

As the EISO is an enterprise organization, the services provided by the selected Offeror are likewise enterprise in nature and will involve the selected Offeror working directly with other Commonwealth agencies. This may require additional agency-specific security clearances and non-disclosure agreements with those agencies. Some agencies are, support, or contain, “Covered Entities” as defined by Health Insurance Portability and Accountability Act (HIPAA), and the selected Offeror will be a Business Associate in its interactions with those agencies, in accordance with Appendix A, IT Terms and Conditions.

J. Resource Locations and Hours.

1. Location.

The selected Offeror’s resources shall provide direct support at the office located at Department of General Services (DGS) Annex, 5 Technology Park Facility in Harrisburg Pennsylvania.

2. Business Day.

For the purpose of this RFP, a “business day” is defined as a Commonwealth work day which is Monday through Friday (with the exception of Commonwealth holidays). The 2015 Commonwealth Holiday schedule is available at . The yearly Commonwealth holiday schedule will be made available once they are finalized each year.

The EISO normal business hours are Monday through Friday 8:00 A.M. to 5:00 P.M. Eastern Time. Except for the help desk and the applications support personnel, selected Offeror will follow the EISO normal business hours.

The EISO Help desk and applications support hours are Monday through Friday 8:00 A.M. to 5:00 P.M. Eastern Time. All selected Offeror personnel performing applications support and help desk duties will be required to provide critical on call support 24 hours a day and 7 days a week and 365 days a year (24x7x365).

Except as otherwise stated herein, selected Offeror personnel are required to perform work efforts at the EISO Office during EISO normal business hours. All Offeror’s resources must be reachable via cellular phone during non-business hours. The Offeror’s resources may be requested to perform work duties outside of the normal business hours due to operational requirements. Resources working outside of normal business hours may be authorized by the EISO office to work offsite.

K. Other Expenses.

The Commonwealth will not incur the cost of any Offeror and/or subcontractor directed, perceived or required training and/or certifications placed upon its personnel in meeting the requirements of this engagement with the Commonwealth. The Commonwealth will cover the costs for all mandatory Commonwealth-sponsored and provided training. The CISO or an appointed designee will determine and make the final approvals regarding what Commonwealth-sponsored training is required for the Offeror or subcontractor’s resources to perform his or her duties for this engagement with the Commonwealth. The Commonwealth will pay only the hourly rate for the appropriate job title and skill category set forth in Appendix I, Cost Matrix for approved Commonwealth-sponsored training.

Except as otherwise stated herein, selected Offeror’s and/or subcontractor(s) resources must receive prior approval from EISO for work which is performed after or in excess of normal business hours. All hours worked during an engagement will be paid in accordance with the Contract pricing for the resource’s job title and skill category.

L. Background Checks.

The selected Offeror must, at its expense, arrange for required background checks for each of its resources, including the resources of any of its subcontractors, who will have access to Commonwealth IT facilities, either through on-site access or through remote access. Background checks are to be conducted via the Request for Criminal Record Check form and procedure found at the Pennsylvania Access to Criminal History (PATCH) web site at . In addition, these resources will need to be fingerprinted at a Pennsylvania State Police (PSP) facility and their background checked through PSP’s CLEAN system before access to Commonwealth facilities, systems, or data can be granted.. Other agencies may have heightened requirements. The background checks must be conducted prior to resource assignment and presented to the EISO Security Administrator before the resource commences work on the project. Compliance with this guideline is in direct relation to Section IV-3.D Resource Placement outlining the process for resource approval in a timely manner as well as all initial resources being proposed for this work. Background screening, at the selected Offeror’s expense, must be completed on an annual basis thereafter. Results of the screenings must be forwarded to the EISO Security Administrator.

Before the Commonwealth will permit access to the selected Offeror’s resources, the selected Offeror must provide written confirmation that the background checks have been conducted. If, at any time, it is discovered that a selected Offeror resource(s), including subcontracted resource(s), have a criminal record that includes a felony, any computer crime, or any item which raises concerns about building, system or personal security or is otherwise job-related, the selected Offeror shall not assign that resource to any Commonwealth facilities, shall remove any access privileges already given to the resource and shall not permit that resource remote access unless the agency consents to the access, in writing, prior to the access. Other criminal record issues must be brought to EISO for review, regardless of their nature. The agency may withhold its consent at its complete discretion. Failure of the selected Offeror to comply with the terms of this paragraph may result in default of the Offeror under its contract.

The selected Offeror must provide a description of its current security screening practices for new hires/contractors/subcontractors, and any ongoing security screening that may take place. This should include a description of the extent of security clearances or certifications required of the selected Offeror’s resources, including contractors/subcontractors.

In addition to the selected Offeror providing the results of a PATCH check, any and all selected Offeror resources and contracted/subcontracted resources must and will undergo a DOC initiated fingerprint-based background check as directed and in accordance with DOC Policies, and other requirements as necessary, in the discretion of EISO.

Should the requirements for background checks change due to law or statute, the selected Offeror and all of its contractors/subcontractors must have all of their resources comply with revised procedures and requirements for criminal background checks.

The Commonwealth will require thorough criminal background checks of the selected Offeror’s resources and contractors/subcontractors, including fingerprinting, at the selected Offeror’s expense.

M. Security and Confidentiality.

The selected Offeror, including all Offeror/contractor/subcontractor resources assigned to the project by the selected Offeror, must adhere to the highest standards of integrity in use and disclosure of all data and information accessed by, or accessible to, the Offeror/resource by virtue of their work under the Contract. Each assigned resource will be required to sign a confidentiality statement to promise, and the Offeror itself must otherwise ensure, that all Commonwealth/agency data and information is accessed by Offeror/contractor/subcontractor resources only in accordance with law and as necessary, and that that information and data is not used or disclosed by the selected Offeror or contractor/subcontractor or given to another Offeror or contractor/subcontractor or any other person or entity, except as set out in the Contract. The selected Offeror is responsible for ensuring that adequate measures are in place to minimize the access, copying, and distribution of such data and information during work on this project. The selected Offeror is responsible for proper disposal (i.e. shred, surrender, delete, expunge) of both hard and electronic working copies of such data and information during work on this project, as well as any remaining data and information upon the completion of the project. Failure to comply with the requirements herein, and applicable privacy, security and confidentiality standards, may result in termination of access, removal of resources, Contract termination, and/or the pursuit of criminal and civil remedies by the Commonwealth.

The selected Offeror shall comply with agency-specific security, privacy and confidentiality procedures, protocols, and standards, and shall complete appropriate background checks, when providing services to other Commonwealth agencies.

N. Commonwealth and EISO standards, policies, procedures and practices.

The selected Offeror will be expected to support the general mission and objectives of the Office of Administration and EISO information technology strategies. The Commonwealth and EISO policies and procedures will override the selected Offerors policies and procedures when they conflict or disagree.

Offerors delivering services or systems to agencies under the Governor’s jurisdiction are required to comply with IT standards and policies issued by OA/OIT, for the Commonwealth enterprise (see and Section I-29 for more information).

Adherence to these policies is mandatory. When an agency and/or Offeror believes there is a need to deviate from these standards/policies, the Offeror will elevate the issue to the CISO or an appointed designee or their direct manager. EISO will determine if there is a need to submit a waiver, and if necessary submit the waiver and receive approval permission to deviate from OA/OIT’s Deputy Secretary.

The selected Offeror shall comply and adhere to all EISO policies, standards, procedures and practices. The selected Offeror shall produce all software in conformance with Commonwealth and EISO standards, and shall provide assurances that this plan is being followed through the life of the development effort. Any and all assets (source code, executable modules, documentation, etc.) produced under this RFP become the sole property of the Commonwealth of Pennsylvania EISO.

O. Offeror Minimum Computer Standards.

The Commonwealth will provide a desktop workstation for the selected Offeror’s on-site support staff. Certain resources will be expected to be on call 24x7, when agreed to by the EISO. To enable the Offeror’s staff to work remotely outside of the regular business hours, Monday through Friday 8:00 A.M. to 5:00 P.M. Eastern Time, the selected Offeror must provide appropriate equipment and Internet connectivity at the remote location. This equipment must meet minimum standards set forth in ITP-PLT012 Use of Privately Owned PC’s to Access COPA Resources as well as any other applicable ITP’s.

The selected Offeror shall be responsible for all costs associated with the remote access including, but not limited to, Internet service, Commonwealth VPN charges.

The Commonwealth reserves the right to inspect all selected Offeror computer equipment and software to ensure that the minimum computer standards are met. Additionally, the Commonwealth reserves the right to update these minimum computer standards each and every new contract year to remain current with Commonwealth and industry computing standards. Should the Commonwealth find the selected Offeror or subcontractor equipment or software which fails to meet the minimum computer standards, the CISO or an appointed designee will contact the agreement manager to report their findings. The agreement manager shall have 5 business days to ensure that the minimum computer standards are met. If the standards are not met on the 6th business day, the time worked by the selected Offeror or subcontractor’s resources failing to meet the minimum computer standards shall not be billable to the Commonwealth until full compliance is met, and further access to Commonwealth facilities may be removed.

The selected Offeror and or subcontractor(s) will provide support mechanisms for all Offeror or subcontractor(s) provided computer equipment and software. This approach ensures the Commonwealth that all of the selected Offeror’s and subcontractor(s) resource(s) are able to be productive for all time billed. Any time spent with equipment repairs, installing or reinstalling Operating System or other base software will not be billable to the Commonwealth. Time the selected Offeror’s or subcontractor(s) resources are not furnished with working equipment as specified above will not be billed to the Commonwealth.

All equipment provided in support of this contract will be controlled under EISO and Commonwealth policies and procedures. Selected Offeror policies and procedures will not control the use of this equipment. Any and all repairs, replacement or upgrades to the selected Offeror equipment will be done at the Offeror expense. For example, the selected Offeror will wipe all hard drives and other media and drives in accordance with Commonwealth Information Technology Policy ITP-SE015 Data Cleansing for any and all equipment that permanently leaves the Commonwealth/EISO office. The Commonwealth/EISO staff will verify that all drives have been appropriately wiped before the equipment permanently leaves the Commonwealth/EISO office.

P. Outgoing Transition Plan.

If the Commonwealth decides to transition the work being done under this RFP to a different vendor and/or the Commonwealth, the selected Offeror shall actively and cooperatively participate with the Commonwealth and its incoming vendor on staff transition and transfer of knowledge. The Offeror awarded a contract under this RFP must provide the Commonwealth and incoming vendor any and all code, files, instructions, processes, and all other items deemed appropriate by EISO-approved transition plan(s) to successfully transition the EISOs applications, services and work effort.

Additionally, the awarded Offeror of this RFP shall develop an outgoing transition plan when requested by the CISO or an appointed designee. The outgoing transition plan must identify how the tasks will be carried out and managed in order to ensure a smooth and orderly turnover of functions upon the expiration or termination of this new contract with minimal to no disruption to EISO’s business.

The outgoing transition plan shall be reviewed and approved by the CISO or an appointed designee. Once approved by the CISO or an appointed designee, all activities included in the outgoing transition plan must be completed within 60 days of approval.

Q. EISO Service Delivery – Outgoing Transition Manager

The selected Offeror shall provide a resource to serve as an outgoing transition manager whose primary responsibility is to plan and manage the outgoing transition as defined below and in Section IV-4.D Outgoing Transition of the RFP. The outgoing transition manager must function as the Offeror’s authorized point of contact with the Commonwealth and must be available to respond promptly and fully to all contract transition requirements.

The transition manager must have a minimum of three (3) years’ experience managing transition projects involving support services for accounts comparable in scope to this project and must be able to provide references of experience as a transition manager to the CISO or an appointed designee. The Commonwealth reserves the right to reject a proposed transition manager(s) submitted by the Offeror. The Commonwealth also reserves the right to require the Offeror to replace the outgoing transition manager at any time. The replacement of the transition manager will follow the same resource replacement process as defined in Section IV-3.D Resource Placement.

The outgoing transition manager shall be responsible to plan and oversee the execution of the outgoing transition to a new contractor at the end of the contract. The oversight responsibility includes the performance of all Offeror and all of its contractor/subcontractor resources. The outgoing transition manager will be identified as part of the Offerors team as overhead and shall not fulfill any of the positions outlined in Appendix L, Proposed Personnel Product Skills Matrix with the exception of the agreement manager as described in Section IV-3.B EISO Service Delivery – Agreement Manager. The outgoing transition manager may not be reassigned during the outgoing transition period without the consent of the CISO or an appointed designee. Responsibilities will include, but are not limited to:

1. Onsite, in the Commonwealth facilities, a minimum of forty (40) hours each week during the outgoing transition periods.

2. Developing an outgoing transition plan.

3. Coordinating the review and approval of the outgoing transition plan.

4. Has decision authority to act on behalf of the Offeror and its entire subcontracted staff.

5. Review and apprise the EISO management team regarding the new contractors’ incoming transition plan.

6. Develop and turn over all of EISO’s current active projects and all pertinent project documentation.

7. Ensure that incoming contractor resources and subcontractor resources effectively learn key technologies, tools, standard, business processes and procedures in use at EISO.

8. Ensure effective transfer of EISO’s intellectual property (i.e. application development, written code, reports, etc.).

9. Implement and monitor job shadowing to ensure that effective knowledge transfer is occurring.

10. Capture, record, manage and report outgoing transition issues, actions taken and resolutions.

11. Coordinate the resolution of transition problems. Including resolving direct problems or issues within its control.

12. Produce, distribute, and discuss outgoing transition status reports.

R. Individual Staff Turnover Plans.

Based upon the circumstances and events defined in Section IV-3.D Resource Placement, the Offeror should be prepared to efficiently and effectively transition all tasks and project responsibilities. This also includes all administrative responsibilities during staffing turnover events.

Additionally, the Offeror and its subcontractors will be responsible for providing a plan to the CISO or an appointed designee that describes its procedure for training and transitioning knowledge to Commonwealth and contracted resources, as well as the replacement resources, prior (when possible) to a resource departure. This plan will be presented to EISO with the 3 resource resumes as defined above in Section IV-3.D Resource Placement. This knowledge transfer shall include the departing resource’s desk manual that includes complete and accurate instructions for carrying out her or his routine tasks, location of files, code, and other valuable resources, and all other tasks deemed appropriate by the Offeror and EISO.

The Offeror must appropriately train all new resources in EISOs processes, procedures and administrative processes. Additionally, the Offeror shall be responsible to ensure that the resources produce the necessary knowledge transfer documentation, including a desk manual, in the event that they are replaced or are no longer needed. Upon the request of EISO management, all turnover plans shall be made available for EISO management review and input. Should EISO management determine deficiencies with the turnover plans, the Offeror shall have two (2) weeks from the time they are officially submitted to the Offeror to address any and all documented deficiencies. The Offeror shall be responsible for all turnover plans and their relationship to the knowledge transfer and transition plans described above.

Tasks.

A. Initial Resource Placement for EISO Service Delivery Teams.

At the effective date of this contract, in addition to the Agreement and Transition Managers, the selected Offeror must place resources in the two CUPPS Support Specialist roles and the Identity Exchange Support Specialist role. Requirements may be found in Appendix L, Proposed Personnel Product Skills Matrix; Appendix N, CUPSS Tasks and Technology; and Appendix O, NSTIC Tasks and Technology. Additional resources may be required at a later date in support of expansion of these programs or the Enterprise Access Service/COE or for short-term projects.

B. Incoming Transition.

The selected Offeror shall develop a transition plan as described in Section IV-3.A Incoming Transition Plan that addresses the transition of current EISO contracted positions to the Offeror’s resources. The transition plan shall commence after it has been reviewed and approved by the Commonwealth EISO management team. The entire transition plan must complete within sixty (60) days following the approval of the plan by the CISO or an appointed designee.

C. Ongoing Resource Placement.

The EISO office understands and recognizes that resource turnover is a factor which impacts business. Turnover can and does occur for various reasons (retirement, economic impacts, disciplinary issues, etc.). It is therefore important that the Offeror clearly understand that the Commonwealth is requiring that a clearly defined replacement process be followed.

D. Outgoing Transition.

The selected Offeror shall provide an outgoing transition plan as described in Section IV-3.Q Outgoing Transition Plan, within 180 days prior to the end of the Contract that will be used to transition its work to a new vendor that may be selected at the conclusion of this contract. At a minimum, the outgoing transition shall include critical tasks that need to occur to provide a smooth transition with minimal disruptions to operations, proposed efficiencies and other characteristics the Offeror will provide to make all EISO future transitions more efficient, effective and seamless.

IV-5. Reports and Project Control.

The selected Offeror shall provide contract management services, in support of the tasks outlined in Section IV.4 Tasks, throughout the life of the contract. The Offeror will work with the EISO management staff and project management personnel of the Commonwealth.

A. Reports.

EISO requires periodic tracking and progress reports covering activities, problems and recommendations. These reports are required by the EISO office and must be produced by the selected Offeror per the periodic frequency identified below or as amended or approved in the contract.

1. Daily Reports.

All of the Offeror’s resources shall be required to complete a daily EISO project time sheet. These daily timesheets are matrix worksheets which show by day the quantity of hours a particular resource position worked on a particular project. It is the selected Offeror’s responsibility to ensure that all staff records the correct EISO project title. This timesheet report must match the projects listed on the EISO Resource Allocation Plan which is prepared monthly by the EISO. While this tracking sheet is a summary of hours by project for a given day, the Offeror shall be able to identify the tasks completed or percentage completed in the resource progress report further described below.

2. Weekly Reports.

The selected Offeror shall prepare a weekly resource progress report and submit it to the EISO Lead by close of business on Monday, or the first working day of the week following the week covered in the report. The report must include, for each resource, a list of accomplishments (e.g., project tasks or deliverables completed) for the past week, a list of activities worked on but not completed, and goals/objectives for the upcoming week, project issues, resource conflicts, anticipated resource absences, and Offeror recommendations. The weekly resource progress report must be accompanied by a weekly time tracking report.

The submission time for this report is the same as that of the weekly resource progress report.

The weekly progress report and the weekly time tracking report shall cover the period of time from 12:00 A.M. EST Sunday through 11:59 P.M. EST Saturday.

3. Quarterly Reports.

A quarterly progress report covering resource and project achievements, activities, problems, and recommendations shall be provided to EISO on the first business day of each new quarter; i.e.: October 1, January 1, April 1, and July 1, for as long as the selected Offeror holds this contract. For purposes of this RFP, a sample quarterly report will be prepared and submitted along with the Offerors proposal. In addition to the data defined above, this report should reflect the key components found in a typical project status report.

4. Annual Reports.

Annually the Offeror shall prepare a report to include:

a) Summary the work completed by resource and/or task.

b) Recap problems encountered and lessons learned that might be used to improve performance of subsequent tasks.

c) Describe the selected Offeror's approach to meeting the business and technical requirements posed by each task as described in Appendix L, Proposed Personnel Product Skills Matrix.

d) Recommend procedural and organizational changes to improve project performance.

In addition to preparing the annual report, the selected Offeror may be required to present the annual report to the CISO or an appointed designee or other audiences defined by EISO. If required, presentations will be a stand-up review of the material covered in the report with a question and answer session. Presentation materials (copies of slides, talking points and the like) must be distributed one (1) working week prior to the session.

The selected Offeror shall prepare an annual computer compliance report. This report will provide a detailed list of hardware and software for all of the personnel resources assigned at the EISO office. This report will show the specific details of the hardware specifications including; but not limited to, hardware/equipment models, memory configuration(s), processors etc. and all software and versions as stated in Section IV-3.P Offeror Minimum Computer Standards. This report will also link the software to the hardware and show to whom the current hardware is assigned. Each and every resource/position and any extra or unassigned hardware/software will be show on the report. The report will also highlight any and all out of compliance hardware and software based upon EISO and Commonwealth policies and standards (see Section I-29, IV-3.O, and IV-3.P for more information). This report will be provided to the EISO or his appointed designee on or before January 1st of each year. The agreement manager will address all compliance issues with the CISO or an appointed designee at their next bi-weekly meeting.

5. Problem Identification Report.

An “as required” report, identifying problem areas. The report should describe the problem and its impact on the overall project and on each affected task and selected Offeror resource. It should list possible courses of action with advantages and disadvantages of each, and include selected Offeror recommendations with supporting rationale.

The selected Offeror will submit a problem identification report for incidents, discovery, design issues, staffing problems, and other issues that may impact any project schedules, budget, and work products. These reports shall be provided when the Offeror deems appropriate, or at the request of the CISO or an appointed designee. The problem identification report must include:

a) A description of the problem.

b) A categorization of the problem (technical; 3rd party vendor; training; communications etc.).

c) An analysis of the causes of the problem.

d) A proposed solution, work around, or preventative measures.

e) An assessment of its impact on the schedule and cost.

The problem identification report will be submitted as soon as a problem is known by the selected Offeror. If a problem requires an increase, decrease, or change to a project’s schedule, budget, or delivered work products (or services), a project change order form must be prepared and submitted to EISO for review and consideration.

6. Final Report.

The Offeror will submit a draft final closure report six (6) months before the end of the contract or upon specific request of the CISO or an appointed designee. This draft final report must contain;

a) An overview of the services provided for EISO

b) Accomplishments and successes

c) List of all additional value provided to the EISO office

d) The most current problem identification list

e) All of the individual staff turn over plans

f) Provide written verification that all code and EISO documentation has been checked into the EISO document repository

g) Provide a process to rectify any missing documents, files or code

h) A comprehensive list of all resources and the positions they fulfilled over the time of the contract

i) A comprehensive list of all resources and the projects they worked on

j) A total funding and expenditure report

k) Status of outgoing transition including all transition issues

The Offeror shall provide the Commonwealth sufficient time to review the draft final closure report and included materials. The Commonwealth will review, update and comment on the draft final closure report. The Commonwealth will provide the updated draft and the Offeror shall provide a corrected and updated final closure report.

The Offeror will schedule a meeting with the CISO or an appointed designee to discuss the final closure report.

B. Meetings and Assessments.

The selected Offerors agreement manager will be required to conduct weekly group meetings with EISO Managers and Leads who have contractor resources directly assigned to their areas. The focus of these meetings will be objective reviews of contractor performance, work habits, etc., as well as problems or roadblocks that the resource might be experiencing. Additionally, the agreement manager will be required to meet with the CISO or an appointed designee to discuss project status and resource staffing on a regular reoccurring basis.

The agreement manager will be responsible to conduct weekly group meetings with EISO functional managers and project managers who have vendor provided resources working on their projects. The focus of these meetings will be the performance of the contractor resource on the various projects.

The project manager will be prepared to assess the estimating skills, ability to meet commitments, communications skills, and the quality of work for each of the Offeror’s resources assigned its projects. If performance is deemed to be unsatisfactory, the Agreement Manager will be expected to communicate these performance issues to the CISO or an appointed designee. The CISO or an appointed designee will provide direction to the agreement manager to either reassign the non-performing resource (and work with the PM and EISO Functional Manager to assign a different resource in his or her place), or to remove the non-performing resource from EISO and secure a suitable replacement within the timeframe and process specified in Section IV-3.D Resource Placement.

C. Change Order Report.

During the course of this effort, the Offeror or EISO may identify issues that require a change to the project plan, schedule, cost, work products, or resources needed for this project. The process for change requests set out in the contract will be followed. For more information, refer to Appendix A, IT Contract Terms and Conditions.

The project change order form shall be prepared on an as-required basis. All project change orders must be approved in writing by EISO with Appendix A, IT Contract Terms and Conditions.

IV-6. Contract Requirements—Small Diverse Business Participation.

All contracts containing Small Diverse Business participation must also include a provision requiring the selected contractor to meet and maintain those commitments made to Small Diverse Businesses at the time of proposal submittal or contract negotiation, unless a change in the commitment is approved by the BSBO. All contracts containing Small Diverse Business participation must include a provision requiring Small Diverse Business subcontractors to perform at least 50% of the subcontracted work.

The selected contractor’s commitments to Small Diverse Businesses made at the time of proposal submittal or contract negotiation shall, to the extent so provided in the commitment, be maintained throughout the term of the contract and through any renewal or extension of the contract. Any proposed change must be submitted to BSBO, which will make a recommendation to the Contracting Officer regarding a course of action.

If a contract is assigned to another contractor, the new contractor must maintain the Small Diverse Business participation of the original contract.

The selected contractor shall complete the Prime Contractor’s Quarterly Utilization Report (or similar type document containing the same information) and submit it to the contracting officer of the Issuing Office and BSBO within 10 workdays at the end of each quarter the contract is in force. This information will be used to determine the actual dollar amount paid to Small Diverse Business subcontractors and suppliers. Also, this information will serve as a record of fulfillment of the commitment the selected contractor made and for which it received Small Diverse Business participation points. If there was no activity during the quarter then the form must be completed by stating “No activity in this quarter.”

NOTE: EQUAL EMPLOYMENT OPPORTUNITY AND CONTRACT COMPLIANCE STATEMENTS REFERRING TO COMPANY EQUAL EMPLOYMENT OPPORTUNITY POLICIES OR PAST CONTRACT COMPLIANCE PRACTICES DO NOT CONSTITUTE PROOF OF SMALL DIVERSE BUSINESS STATUS OR ENTITLE AN OFFEROR TO RECEIVE CREDIT FOR SMALL DIVERSE BUSINESS UTILIZATION.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download