Professional Documents
Culture Documents
State of Massachusetts - Contract ITS43SolProv - ITS43SolProvRFR
State of Massachusetts - Contract ITS43SolProv - ITS43SolProvRFR
February 4, 2011
3 SPECIFICATIONS............................................................................................................................. 5
4 EVALUATION CRITERIA............................................................................................................. 27
10 glossary............................................................................................................................................... 1
EVENT DATE
Solicitation: Announcement of Intent to Procure 12/21/2010
Solicitation: Release Date 02/04/2011
Forum: Start date for Bidders to submit written 02/04/2011
questions to the Comm-PASS forum
Forum: Deadline for submission of written 02/25/2011 3:00 PM
questions
Forum: Official answers published (Estimated) 03/10/2011
Online Bidder Training Dates and Times Available:
February 16, 2011, 10am to noon
February 16, 2011, 1pm to 3pm
March 2, 2011, 10am to noon
March 2, 2011, 1pm to 3pm
March 16, 2011, 10am to noon
March 16, 2011, 1pm to 3pm
March 30, 2011, 10am to noon
March 30, 2011, 1pm to 3pm
Location:
Operational Services Division
One Ashburton Place, Room 1017
Boston, MA 02108
Limited seating – reserve your
seat now by e-mailing:
comm-pass@state.ma.us
Solicitation: Online submission begins. 03/29/2011 2:00 PM
Solicitation documents will not be amended after
this date (the “Amendment Deadline” on Comm-
PASS).
Solicitation: Close Date / Submission Deadline 04/06/2011 2:00 PM
Solicitation: Announcement of awarded Bidder(s) 05/11/2011
on Comm-PASS in the Solicitation Update tab
(Estimated)
Contract: Estimated Contract Start Date 07/01/2011
Times are Eastern Standard/Daylight Savings (US), as applicable. If there is a conflict between the
dates in this Procurement Calendar and dates on the Solicitation’s Summary tab or Forum pages, the
dates on the Solicitation’s Summary tab or Forum pages on Comm-PASS shall prevail. Any changes
in the Estimated Procurement Calendar that are made after the RFR has been published will not
result in amendments to the Estimated Procurement Calendar. Such changes will appear only on the
Solicitation’s Summary tab and/or related Forum pages on Comm-PASS. Bidders are responsible for
checking the Solicitation’s Summary tab and related Forum pages on Comm-PASS for Procurement
Calendar updates.
2.1 Written Questions via the Online Bidders’ Forum
The Bidders’ Forum or Online Forum is the opportunity for Bidders to ask written questions and
receive written answers from the Procurement Management Team (PMT) regarding this
Solicitation. All Bidders’ questions must be submitted through the Bidders’ Forum found on
Comm-PASS (See RFR Section 2.2 below). Questions may be asked only between the “QA
Start” and “QA End” dates, when the “Ask a Question” link (located in the right-hand corner above
the Forum’s “Question/Answer” tab) is available.
2.3 Debriefing
The PMT may conduct debriefings for non-selected Bidders, if requested within 14 calendar days
of Contract awards being posted on Comm-PASS. The PMT will provide debriefing guidelines in
advance of each debriefing.
Important Note: Failure to include these two reports with the response may result in
rejection of the Response. Bidders are advised to contact the Open Ratings Coordinator
(727-329-1184; orders@openratings.com) if they have not received their reports by two
weeks in advance of the Proposal due date.
Open Ratings and D&B will send the reports to the Bidder’s contact person named on the Request
form in the recipient section. Bidders must request that a copy of each report be sent to the PMT,
to marge.macevitt@state.ma.us. The online request form may prompt for additional contact
information for the report recipient. If so: Marge MacEvitt, Operational Services Division, 10 th
Floor, 1 Ashburton Place, Boston MA 02108, Tel 617-720-3121, Fax 617-727-4527.
It is required that all Bidders submit the request for the reports directly to Open Ratings via
http://www.ppereports.com/. When placing an order for the Past Performance Evaluation
(Supplier Performance Review) and the Supplier Evaluation Report, select the “State and County”
report option at the appropriate prompt during the ordering process. The Bidder must pay online
with Open Ratings for both reports.
Bidders whose “Supplier Risk Score” on the Supplier Evaluation Report is above 7 must provide a
satisfactory explanation to the PMT regarding the company’s financial position. Bidders whose
“Overall Performance Rating” on the Past Performance Evaluation (Supplier Performance Review)
is below 80 must provide an explanation to the PMT regarding their customer satisfaction score.
The PMT may disqualify Bidders if, in the sole judgment of the PMT, the explanations provided are
not satisfactory.
3.5 Project Management Methodology
3.5.1 Definition
Project management is defined for the purposes of this RFR as the business process of
planning, estimating, acquiring, scheduling, allocating, assigning, directing, tracking, and
controlling capital and human resources to complete a technology project. Successful project
management also involves forecasting, communicating and closing out a technology project. A
project management methodology is a standardized method of delivering these services in a
repeatable way.
3.5.2 Description
Bidders must describe their repeatable project management methodology at a summary level.
Bidders may choose to use different methodologies for different types of projects, for example,
the Bidder may use one methodology for a project requiring software development and testing
and another for a project involving infrastructure design, specification, procurement and
installation. In that case, the Bidder’s response to this section should reference multiple
methodologies.
Each subcategory also has specific questions to be addressed as part of the response, as
described below:
Software and Systems Development: RFR Section 3.8.1
Geographic Information Systems: RFR Section 3.8.2
Systems Integration / Networking: RFR Section 3.8.3
Systems Planning: RFR Section 3.8.4
The Response Form for each subcategory includes limitations on the number of words for
narrative responses. Bidders should note that these limits are maximum rather than target
numbers.
Appendix A of this RFR provides examples of project descriptions and how they would be
scored. The examples may be helpful in providing insight into the types of descriptions the
PMT is, and is not, looking for.
The format for the reference letters is included as an MS Word form under the “Specifications”
tab of this RFR, entitled “Reference Letter Template.”
If the client cannot provide a reference on their company’s letterhead, this must be explained in
the “Additional Comments” area of the Reference Letter Template.
For projects whose deliverables include narrative or other types of documents, quality includes
not only intellectual content but review of the documents for correct grammar and punctuation,
accurate footnoting and cross-referencing, and consistency and completeness.
In responding to this Section, Bidders should describe their quality control processes for all
phases of a project. Bidders proposing under Software Development must describe their
processes for developing quality code, over and above unit and system testing.
Describe the software development methodology(ies) used for the project, as either
waterfall, agile methodologies such as Scrum, XP (Extreme Programming), Unified
Process, or the Bidder’s own proprietary methodology. Describe how the Bidder’s
software development methodology was used on this project. The PMT is not
interested in general marketing or textbook language, but rather in the specifics of how
the methodology was used on this particular project and the impact its use had on the
project.
3.8.1.2 Architecture
In responding to this section, Bidders must describe their experience (if any) in creating or
modifying systems based on Service Oriented Architecture (SOA).
SOA is an architectural style that guides all aspects of creating and using business
processes, packaged as services, throughout their lifecycle, as well as defining and
provisioning the IT infrastructure that allows different applications to exchange data and
participate in business processes regardless of the operating systems or programming
languages underlying those applications. SOA represents a model in which functionality is
deconstructed into small, distinct units (services), which can be distributed over a network
and can be combined together and reused to create business applications. These services
communicate with each other by passing data from one service to another, or by coordinating
an activity between two or more services.
In addition to describing Bidder’s SOA experience, Bidders must indicate the dollar value of
the largest project the Bidder has completed based on this type of architecture, and also
indicate whether SOA-based projects comprise a large part of the Bidder’s practice.
*Simply having used open source web and/or application servers will NOT be considered as
a use of Open Source Project(s) for the purposes of this RFR. The Bidder must provide
documentation describing how the Bidder extended these projects.
Open Source projects in the following categories will NOT be considered as a use of Open
Source Project(s) for the purposes of this RFR:
Build Tools
Cloud Infrastructure
Communications
Database
Desktop Environment
Formats and Protocols
Multimedia
Office Tools
Software Administration
Text Editors
Version Control & Software Distribution
After an initial scoring of bidder responses, up to ten of the top scoring respondents may be
selected for a short list interview. Following the interviews, previous scoring may be adjusted to
reflect information provided in the interviews. Based on these adjusted scores the winning
bidders will be selected.
Describe the milestones in the overall project described here. For example, did the
Bidder perform the original analysis of a problem or circumstance the Bidder was
brought in to address, did the Bidder manage the procurement of equipment
associated with this effort, did the Bidder provide formal training during and/or after the
project, did the Bidder’s final deliverable include any plan to keep the client current?
Describe the systems integration methodology used in this project, at a summary level.
If the same methodology was used for two or three of the projects described, the
methodology and tools need only be described for the first project which employed
them, with a reference back in the second and/or third project descriptions.
Did the Bidder rely on industry research and case studies when developing the
solution?
Bidders must describe the systems planning methodology used for this project, at a
summary level. If particular software tools are used, these should be named and
briefly described. If the same methodology and tools were used for two or three of the
projects described, the methodology and tools need only be described for the first
project which employed them, with a reference back in the second and/or third project
descriptions.
CORI checks are done by the Criminal History System Board, located at 200 Arlington Street,
Chelsea MA 02150. To request publicly available CORI, go to www.mass.gov/chsb, which
includes instructions and forms for requesting publicly available CORI.
The following categories of crimes will disqualify a Resource from providing services to
Contracting Departments:
Data Security/Privacy
Violation of any state or federal law or regulation pertaining to data security and/or privacy,
including, without limitation and for example, the Fair Information Practices Act, M.G.L. ch.
66A, and the privacy and security provisions of the Federal Health Information Portability
and Accountability Act (“HIPAA”).
Wiretaps
Violation of the state wiretap law, M.G.L. ch. 272, sec. 99, or its Federal counterpart, 18
U.S.C. sec. 2511.
Computer Crimes
Violation of Federal or State laws specific to computer crime, including without limitation and
for example, the Federal Computer Fraud and Abuse Act, 18 U.S. C. sec. 1030 and the
Massachusetts state law prohibiting electronic transmission of threats, M.G.L. ch. 269, sec.
14.
Intellectual Property
Violation of laws pertaining to trade secrets, copyrights, patents, or any other form of
protection of intellectual property.
Identity Theft
Violation of “An Act Relative To Security Freezes And Notification Of Data Breaches,”
M.G.L. ch. 82 of the Acts of 2007.
Agency-specific Restrictions
Contracting Departments may augment this list if necessary depending on the Contracting
Department’s mission.
Determinations regarding licensing software back to the Contractor, and other modifications
which may be negotiated for specific engagements, will be made on a case-by-case basis.
Guidance provided to Contracting Departments allows for the possibility of licensing software
back to the Contractor, if the Commonwealth will benefit substantially as a result, and if
approved by the General Counsel of the Information Technology Division.
During the bidding of previous Solution Provider contracts, numerous questions were raised by
Bidders concerning the Intellectual Property provisions. Concerns were raised that these
provisions were at variance with industry practices and would be a barrier to bidding. The PMT
has always received a sufficient number of bids for the Solution Provider contract. Bidders are
asked not to propose changes to the wording or content of these provisions insofar as the
Statewide Contract is concerned. Any changes to the provisions must be negotiated on a
case-by-case basis for specific engagements, as opposed to being incorporated into the
Statewide Contract.
3.10.3 Subcontracting
Subcontracting is permitted under ITS43. However, Solution Providers may not subcontract
more than 80% of the work under any engagement, except as approved in writing by OSD’s
Contract Manager or by the Commonwealth’s Chief Information Officer. At a minimum, the
ITS43 Contractor must take full responsibility for project management, which will be done by an
employee of the ITS43 Contractor, NOT by an Independent Contractor. The ITS43 Contractor
must submit all subcontracts for approval by the Contracting Department if requested to do so.
The ITS43 Contractor will be responsible for its Subcontractor’s compliance with all terms of the
ITS43 Contract, and with any Statements of Work for which a Subcontractor is used, including
but not limited to warranties and covenants.
Contractors must supply fixed price quotes if requested to do so, unless the parties agree that a
reasonable fixed price cannot be determined.
The requirement to offer a PPD may be waived by the PMT on a case-by-case basis if
participation in the program would be unduly burdensome on the Bidder. If a Bidder is claiming
that this requirement is a hardship or unduly burdensome, the specific reason must be
documented in the Response.
All discounts offered will be taken by the Commonwealth’s accounting system when the
payment date is within the specified number of calendar days listed on the Response From.
The turnaround time for payments will be measured from the date of receipt of a valid,
acceptable invoice after services have been provided. Bidders should note that if an invoice is
rejected because it is incorrect, incomplete or otherwise invalid, the date that the corrected
invoice is received will be considered as the receipt date of a valid, acceptable invoice.
All PPDs must be based on a 10, 15, 20 and/or 30 calendar day turnaround time for payments.
Bidders may offer a 1%, 2%, 3%, 4% or 5% discount for any or all of the turnaround times
listed. For example, the Bidder might offer:
This would be interpreted to mean that a 5% discount would be applied to payments received
within 10 calendar days, a 4% discount would be applied to payments received on calendar
days 11-15, a 3% discount would be applied to payments received on calendar days 16-20,
and a 1% discount would be applied to payments received on calendar days 21-30.
Another example:
Payment within the following number of calendar days Discount
after an acceptable invoice is received by the Agency
10 5%
RFR ITS43SolProv Page 17
Document Sensitivity Level: High during development; Low once published.
15
20
30 1%
This would be interpreted to mean that a 5% discount would be applied to payments received
within 10 calendar days, and a 1% discount would be applied to payments received on
calendar days 11-30. Bidders must not propose lower discounts for longer periods of time, i.e.,
it is not acceptable to propose a 5% discount for payments within 30 days and lower discounts
for payments in fewer than 30 days.
Bidders should be aware that Commonwealth Agencies may require invoices to be submitted
monthly, twice per month, or weekly.
3.12.3 Volume Discounts
Approximately 26% of the Solution Provider engagements under ITS33 exceeded $50,000,
based on reports received from ITS33 contractors. It is desirable that Bidders offer volume
discounts on engagements once the cumulative total value of engagements with an agency
exceeds $50,000, with increasing discounts as higher thresholds are reached. Only whole-
number percentages may be offered. The discount will apply to any invoice or portion of an
invoice that brings the total amount expended with a specific agency over $50,000 (or higher
threshold), and to all subsequent invoices with that agency while operating under the terms of
ITS43.
Example: Vendor X has a project with Agency ABC that will cost $90,000. Vendor X has bid a
2% volume discount for projects between $50,000 and $100,000. The project begins in May.
If the contractor has also offered a Prompt Payment discount, only the amounts actually paid to
the contractor will be counted toward the total amount expended by an agency for the purposes
of determining when the volume discount will be applied.
Bidders will be directed on the Response Form to indicate the discount band representing the
largest project they have completed since 1/1/2008. Bidders offering discounts must quote
discounts for all discount bands at that level or lower. Scoring will be based on the discounts
bid. If an awarded Bidder obtains a project larger than any project completed since 1/1/2008,
the highest discount bid will be applied to the project.
For example, a Bidder whose largest project was $150,000 would bid only on 2 discount bands.
If the Bidder bid 0% for projects $50,000 to $99,999, and 5% for projects $100,000 to
$199,999, the Bidder would receive 1.5 points, or half of the maximum points for Volume
Discounts. The maximum number of points (3) is divided by 2 (the number of discount bands
which were bid), resulting in a maximum of 1.5 points per discount band. The Bidder would get
0 points for the 0% discount bid, and 1.5 points for the 5% discount bid. Any contracts awarded
during ITS43 for more than $199,999 would be discounted at 5%.
If a Bidder had projects since 1/1/2008 exceeding $1,000,000, the Bidder would submit
discounts (again, possibly a 0% discount) for all 5 discount bands. Each discount bid would be
awarded a maximum of .6 points (3 points divided by 5 discount bands). The maximum points
for the various discount levels are shown in RFR Section 4, Evaluation Criteria.
RFR ITS43SolProv Page 18
Document Sensitivity Level: High during development; Low once published.
It is the Bidder’s responsibility to track discount requirements for each Commonwealth agency.
Discounts must be reported as part of the semi-annual reporting requirement (see RFR Section
3.15.5).
3.12.5 Warranty
3.12.5.1 All Subcategories and Engagements
The Bidder agrees that (1) Contractor and its subcontractors will be sufficiently staffed and
equipped to fulfill the Contractor’s obligations under any SOW or engagement resulting from
this RFR; (2) Contractor’s services will be performed: (a) by appropriately qualified and
trained personnel; (b) with due care and diligence and to a high standard of quality as is
customary in the industry; (c) in compliance with the Milestone Schedule and the terms and
conditions of this Agreement; and (d) in accordance with all applicable professional standards
for the field of expertise; (3) the Deliverables will substantially conform with the Deliverable
descriptions set forth in any SOW or engagement resulting from this RFR; (4) all media on
which the Contractor provides any software under ITS43 shall be free from defects; (5) all
software delivered by the Contract under ITS43 shall be free of Trojan horses, back doors,
and other malicious code; (5) Contractor will obtain all rights, grants, assignments,
conveyances, licenses, permissions and authorizations necessary or incidental to any
materials owned by third parties supplied or specified by the Contractor for incorporation in
the Deliverables to be developed under ITS43; (6) documentation to be provided by the
Contractor under ITS43 shall be in sufficient detail so as to allow suitably skilled, trained, and
educated Contracting Department personnel to understand the operation of the Deliverables.
Contractor agrees to promptly, at no additional cost to the Contracting Department, make
corrections to any documentation that does not conform to this warranty.
3.12.5.2 Where Contractor has created or modified a system (Software and Systems
Development and Systems Integration / Networking only)
Bidders must warrant that any systems they create or modify will operate in substantial
conformance with the specifications for the system or modifications for three months after
acceptance. During the warranty period, Bidders will correct any Severity Level I, II or III
defects at no charge. Longer warranty periods are desirable. Points will be assigned as
specified in RFR Section 4, Evaluation Criteria.
Level I: This is either a safety issue or an issue that affects a central requirement for
which there is no workaround. It prevents either use or testing of the system.
Level II: This is an issue that affects a central requirement for which there is a
workaround, where use or testing of the system can proceed in a degraded mode, or
an issue that affects a non-central requirement for which there is no workaround, where
the feature cannot be used.
Massachusetts Executive Order 524 established a policy to promote the award of State Contracts
in a manner that develops and strengthens Minority and/or Women Business Enterprises
(M/WBEs). As a result, M/WBEs are strongly encouraged to submit bid Responses to this RFR,
either as prime vendors, joint venture partners or subcontractors. All Bidders, regardless of their
certification status, are required to submit a completed SDP Plan Form as part of their Response
for evaluation. It is required that Supplier Diversity Program participation accounts for no less than
10% of the total points in the evaluation.
The PMT requires Bidders to make a significant commitment to partner with certified Minority- and
Women-Owned Businesses in order to be awarded a Contract. An SDO-certified (formerly
SOMWBA-certified) Bidder may not list itself or an affiliate as being a Supplier Diversity Partner to
its own company.
IMPORTANT NOTE:
The SDO form is a standard form however, the instructions for completion found in
this Section are NOT STANDARD. Please read the instructions carefully and complete
the form(s) accordingly. For this RFR, it is not necessary to identify the Bidder’s SDO
partners as part of the Bid. However, awarded Bidders will be required to submit
copies of their partner(s)’ SDO M/WBE certificates when they submit their semi-annual
reports (See RFR Section 3.15.5).
Please note that no Bidder will be awarded a Contract unless and until they agree to commit to at
least one (1) of following three (3) SDP Components selected by the PMT:
3.13.1 Subcontracting
All Bidders should note that subcontracting is not restricted to subcontracting engagements
under ITS43SolProv – subcontracting engagements with private or out-of-state clients can be
counted toward the SDP requirement, provided, of course, that the subcontractor is a
Massachusetts SDO Certified M/WBE.
Bidders should note that ancillary expenditures are not limited to expenditures associated with
ITS43SolProv. For example, if a business unit of the Bidder’s organization that did work other
than IT Services purchased computers from a Massachusetts SDO certified M/WBE, that
expenditure could be counted toward the AMP Plan commitment.
Once an SDO Plan is submitted, negotiated and approved, the PMT will then monitor the
Contractor’s performance. Bidders who do not keep their SDO commitments will be required to
submit a Corrective Action Plan (CAP) satisfactory to the PMT showing how they will meet their
This fee will be based on 1% of the total dollar amounts, adjusted for credits or refunds, paid by
Eligible Entities to the Statewide Contractor based on your statewide contract. All ”Statewide
Contracts” awarded and all purchase orders and purchases made pursuant to this RFR are
subject to this fee regardless of whether the contract was awarded for statewide or regional
coverage. Eligible entities include, but are not limited to: a) Cities, towns, districts, counties and
other political subdivisions; b) Executive, Legislative and Judicial Branches, including all
departments and elected offices therein; c) Independent public authorities, commissions, and
RFR ITS43SolProv Page 22
Document Sensitivity Level: High during development; Low once published.
quasi-public agencies; d) Local public libraries, public school districts, and charter schools; e)
Public hospitals owned by the Commonwealth; f) Public institutions of higher education; g)
Public purchasing cooperatives; h) Non-profit, UFR-certified organizations that are doing
business with the Commonwealth; i) Other states and territories with no prior approval by the
State Purchasing Agent required; and j) Other entities when designated in writing by the State
Purchasing Agent. For a list of other entities that are eligible to use your specific Statewide
Contract, please check the Issuers Tab for each Solicitation or Contract on Comm-PASS at
www.comm-pass.com.
Note that if the 1% Administration Fee is deductible as a business expense for federal income
tax purposes, it is also deductible as an expense for Massachusetts tax purposes.
Quarterly payment will include any periods less than a full calendar quarter if a contract does
not start at the first day of a quarter or end on the last day of the quarter.
Payments are to be made by check made payable to the “Operational Services Division,
Comm. of Mass.” and mailed to: Operational Services Division, Attn: Contract Admin. Fee,
One Ashburton Place, Room 1017, Boston, MA, 02108. Please include the following
information in the memo field of each check: 1) “Contract Administration Fee”, 2) the
Statewide Contract Number and 3) your Commonwealth of Massachusetts Vendor Code (VC)
number. Please do not list social security numbers on the check. If the total Administration
Fees due for the Payment and Reporting Period (see Quarterly Reporting below) are less
than $50, a Statewide Contractor may carryover that balance to the next Payment and
Reporting Period until the cumulative amount owed is $50 or greater.
3.15.1.3 Audit:
During the term of this Agreement and for a period of six years thereafter, the Operational
Services Division, its auditors, the Office of the Inspector General or other authorized
representatives shall be afforded access at reasonable times to Contractor's accounting
records, including sales information on any system, reports or files, in order to audit all
records relating to goods sold or services performed pursuant to this Agreement. If such an
audit indicates that Contractor has materially underpaid OSD, then the Contractor shall remit
the underpayment and be responsible for payment of any costs associated with the audit.
All amounts payable by the Contractor to OSD under this Agreement that are not received by
the due date specified shall bear simple interest from the date due until paid. The Late
Payment Interest Rate is set by the Office of the State Comptroller on an annual basis and
can be found by selecting the fiscal year in question on the Comptroller’s Fiscal Year Updates
webpage.
In the event of the Contractor’s breach of this policy including, but not limited to, non-
reporting, non-payment, late reporting/payment, under-reporting/payment, the
Commonwealth reserves the right to pursue any and all recourse and penalties available
including, but not limited to, contract suspension and contract termination. The
Commonwealth is allowed to suspend, terminate or debar pursuant to Massachusetts
General Laws Chapter 29, Section 29F, as amended, and pursuant to Section 4 of the
Commonwealth Terms and Conditions. In addition, in the event the Contractor fails to make
any payment when due, the Contractor shall be liable to the Commonwealth for all expenses,
court costs, and attorneys' fees (including inside counsel) incurred in enforcing the terms and
conditions of this Agreement.
If the Contractor is acquired by another company, the Commonwealth Contract Manager and
the PMT will determine whether or not to offer the acquiring company a place on the
Statewide Contract.
These actions or conditions include but are not limited to the following:
failure to commence performance of an engagement under this Contract at the time
specified due to circumstances within the Contractor's reasonable control;
failure to perform under this Contract in a manner reasonably satisfactory to the
Commonwealth Contract Manager and the PMT;
discontinuance of the services for reasons not beyond the Contractor’s reasonable
control;
failure to negotiate replacement Contract language after determination was made that
a Contract provision is void;
failure to comply with any material term of this Contract;
material misrepresentations made by Contractor; and
any other acts specifically and expressly stated in this Contract as constituting a basis
for termination of this Contract.
GIS – 7
Systems Planning – 5
Years of experience 3
Repeat Business 5
Project Management Methodology 12
Prompt Pay Discount 5
Volume Discount 3
Supplier Diversity Plan 10
Total 38
4.5.4.1 Description
Good or Outstanding – 6 points
Well established, standardized, reproducible, based on templates, complete for intended
purpose
Satisfactory – 3 points
May be repeatable but not as standardized or complete as methodologies scored as “Good
or Outstanding.”
RFR ITS43SolProv Page 28
Document Sensitivity Level: High during development; Low once published.
Unsatisfactory, does not describe a repeatable project management methodology – 0 points
4.5.4.2 Artifacts
Good or Outstanding – 2 points
Artifacts relate to one of the projects described; list of report/deliverable titles appears
comprehensive and appropriate to project; submitted artifacts are of high quality
Satisfactory – 1 point
Artifacts relate to one of the projects described; list of report/deliverable titles appears
appropriate to project; submitted artifacts are of adequate quality
Unsatisfactory – 0 points
Does not meet above criteria
4.5.4.3 Tools
Bidder uses nationally recognized project management tools – 1
Bidder uses proprietary tools with a satisfactory description provided – 1 (if no points awarded
for nationally recognized tools)
Neither of the above – 0
If fixed dollar amounts rather than percentages are offered, the dollar amounts will be
converted, for the purposes of evaluation only, at the rate of 1 percentage point per $10,000
dollars. This is for evaluation only; the Bidder’s commitment will be in dollars as bid.
OR*
Time and Materials projects:
Met expectations – 60% of points
Software and GIS Systems Systems
Systems Integration / Planning
Development Networking
References 1.6 3.6 3.78 4.4
*Each project is categorized as Fixed Price or Time and Materials. A fixed price project will
not receive points for meeting expectations and a time and materials project will not receive
points for meeting the schedule or being at or under budget.
For fixed price projects, if one of the two metrics (timeliness or budget) is left blank, and the
other is checked as “on time” or “at or under budget,” the missing metric will be given the
same score as the completed metric if the overall performance rating is “Excellent,”
otherwise the missing metric will be scored as 0 points.
4.5.8.1.2 Overall Performance:
Excellent – 40% of points
RFR ITS43SolProv Page 30
Document Sensitivity Level: High during development; Low once published.
Good – 30% of points
Fair – 0 points, but allow any points awarded for timeliness, budget, and/or meeting
expectations to stand.
Poor – Score entire letter as 0 points (no points awarded for timeliness, budget or meeting
expectations)
Project experience descriptions will be evaluated first based on their relevance to the
subcategory. Projects which are not relevant will receive no points.
Outstanding:
Project size is at least the following: GIS - $10,000; Software and Systems Development -
$400,000; Systems Integration / Networking - $50,000; Systems Planning - $200,000.
Description is clear, specific and succinct, including dates, products, hardware/software (if
applicable). Bidder’s role in the project is clear. The project is large and/or complex in
terms of requirements. Methodologies are explained in the context of the project. Based on
“Results” and/or client reference, it appears that the quality of the work was outstanding.
100% of points.
Excellent/Good:
Similar to “Outstanding” but a) less specificity is provided and/or b) size of project is smaller
than minimum required for a rating of “Outstanding” and/or c) based on “Results” and/or
client reference, rating of “Outstanding” is not warranted.
80% of points
Satisfactory:
Less specificity is provided than for Excellent/Good, however, enough information is given
to provide the PMT with a sense of the Bidder’s role in the project and their
accomplishments. The size/scope of the project is significant. Some detail on methodology
is provided. Based on “Results” and/or client reference, it appears that the quality of the
work was satisfactory.
50% of points
Poor/Non-Responsive
None or little detail about project specifics. Narrative does not demonstrate that the Bidder
has significant capabilities relative to the subcategory in which they are bidding. This score
may also be given if the project selected is relatively small and requires minimal capability.
0% of points.
4.5.8.3 Company Capacity – GIS only
Company capacity will be evaluated (up to ten points) based on:
10 points = Outstanding: bidder has the capability to execute the variety of services sought
through this RFR, more than one highly qualified staff person in each function, and significant
project capacity (more than 5 substantive projects simultaneously or a project involving
statewide data development or regional data development), directly or through tested
business relationships.
6 points = good: bidder provides the services sought but has limited project capacity
compared to other bidders, or less breadth and depth in their staff qualifications.
4 points = fair: bidder lacks capability to provide one or more of the desired services, or has a
limited project capacity, or has staff that is less experienced.
2 points = poor: bidder’s ability to provide desired services, qualified staff, or project capacity
is very limited.
4.5.8.11 Warranty (Software and Systems Development, Systems Integration / Networking Only)
12 months – 9 points
11 months – 8 points
10 months – 7 points
9 months – 6 points
8 months – 5 points
7 months – 4 points
6 months – 3 points
5 months – 2 points
4 months - 1 point
Less than 4 months – 0 points
The RFR Checklist is found in the Bidder Response Form. All Bidders must complete this form.
Successful Bidders who signed these forms electronically via SmartBid online submission tools
must still submit the above forms with ink signatures within ten (10) calendar days of award
notification or their contract may not be executed by the Commonwealth. Bidders who have
previous Contract(s) with the Commonwealth and have up-to-date, ink-signature versions of the
Commonwealth Terms and Conditions and Request for Taxpayer Identification and Verification
(Mass. Substitute W9 Form) on file with the Office of the State Comptroller may submit copies
of the signed forms. However, a new Standard Contract Form and Contractor Authorized
Signatory Listing with original ink signatures must be submitted for each new Contract with the
Commonwealth.
Reference letters must be scanned after the references have signed them and submitted in a
single .pdf or .gif file. The Commonwealth Standard Contract Form, the Commonwealth Terms
and Conditions, and the Contractor Authorized Signatory Listing must be completed, signed,
and scanned into .pdf or .gif files.
Every public purchasing entity within the borders of Massachusetts may post records on
Comm-PASS at no charge. Comm-PASS has the potential to become the sole site for all public
entities in Massachusetts. SmartBid fees are only based on and expended for costs to operate,
maintain and develop the Comm-PASS system.
Bidders who activate a SmartBid account are required to provide a valid email address in order
to receive notifications. Bidders responding to this RFR agree to:
1. alert the procurement manager by email if the email address used within the SmartBid
account:
differs from the email address for public display in the Comm-PASS Contract record, if
awarded
changes and must be updated within the publicly displayed Comm-PASS Contract
record, if awarded
2. set the mail server and mailbox settings to treat email sent from the domains @comm-
pass.com and @state.ma.us as “friendly” or “not SPAM.”
6.1.4 Costs
Costs that are not specifically identified in the Bidder’s Response, and accepted by the PMT as
part of a Statewide Contract, will not be compensated under any Statewide Contract or
engagement awarded pursuant to this RFR. The Commonwealth will not be responsible for
any costs or expenses incurred by Bidders responding to this RFR.
Upon notification of award, Contractors are required to enroll in EFT by completing and
submitting the “Authorization for Electronic Funds Payment Form” to the PMT for review,
approval and forwarding to the Office of the Comptroller, unless already enrolled in EFT. A link
to the EFT application can be found on the Comptroller’s VendorWeb site (see above link).
This form, and all information contained on this form, shall not be considered a public record
and shall not be subject to public disclosure through a public records request.
Responses stored on Comm-PASS in the encrypted lock-box are the file of record. Bidders
retain access to a read-only copy of this submission via their Comm-PASS SmartBid Online
Response Desktop, as long as their account is active. Bidders may also retain a traditional
paper copy or electronic copy on a separate computer or network drive or separate media,
such as CD or DVD, as a back up.
6.1.8 Prohibitions
Bidders are prohibited from communicating directly with any employee of the procuring
Department or any member of the PMT regarding this RFR except as specified in this RFR,
and no other individual Commonwealth employee or representative is authorized to provide any
information or respond to any question or inquiry concerning this RFR. Bidders may contact
the contact person using the contact information provided in the “Issuers” tab for this
Solicitation in the event that this RFR is incomplete or information is missing. Bidders
experiencing technical problems accessing information or attachments stored on Comm-PASS
should contact the Comm-PASS Helpdesk, see RFR Section 5.3, “SmartBid Support.”
Bidders are solely responsible for obtaining all information distributed for this Solicitation via
Comm-PASS, by using the free Browse and Search tools offered on each record-related tab on
the main navigation bar (Solicitations and Forums). Forums support Bidder submission of
written questions associated with a Solicitation and publication of official answers. All records
on Comm-PASS are composed of multiple tabs, or pages. For example, Solicitation records
contain Summary, Rules, Issuer(s), Intent or Forms & Terms and Specifications, and Other
Information tabs. Each tab contains data and/or file attachments provided by the Procurement
Management Team. All are incorporated into the Solicitation.
The PMT and the Commonwealth assume no responsibility if a Contractor’s designated email
address is not current, or if technical problems, including those with the Contractor’s computer,
network or internet service provider (ISP), cause e-mail communications between the Bidder
and the PMT to be lost or rejected by any means including email or spam filtering.
To accommodate such requests, Contractors may be asked, and must make every effort to
service, these requests from regular sources of supply at the rates set forth in any Statewide
Contract resulting from this RFR.
The above information pertains to contracts with Departments that are entered into under the
Statewide Contract. This Solicitation itself does not fall under HIPAA.
6.3.9 Pricing
The Bidder must agree that no other state or public entity customer within the United States of
similar size and with similar terms and conditions shall receive a lower price for the same
commodity and service during the Statewide Contract period, unless this same lower price is
immediately effective for the Commonwealth. If the Commonwealth believes that it is not
receiving this lower price as required by this language, the Bidder must agree to provide current
or historical pricing offered or negotiated with other state or public entities at any time during
the Statewide Contract period in the absence of proprietary information being part of such
contracts.
Compliance with this clause shall not be interpreted to require that a Contractor, prior to or over
the course of providing goods or services, must conduct a company-wide inquiry to ensure that
no other customer of similar size and similar terms and conditions is receiving a lower price for
the same commodity and service.
1. If a single Contractor Contract Manager is aware based on his/her own knowledge (without
conducting any surveys) of an instance in which another customer within the United States of
similar size and terms is receiving the same commodity and/or service, it is the Contractor
Contract Manager's responsibility to ensure that the other customer is not receiving a lower
price, and to offer the same price to the Commonwealth if this is the case. If the Contractor
Contract Manager is not certain as to whether the other customer is sufficiently "similar" or the
commodity/service is sufficiently "the same" so as to trigger the Pricing clause, the Contractor
Contract Manager must contact the Commonwealth Contract Manager for guidance.
2. If OSD learns of an instance in which another customer of apparently similar size and
terms is receiving apparently the same commodity/service at a lower price, the Commonwealth
Contract Manager will so advise the Contractor Contract Manager. The Contractor Contract
Manager must then either demonstrate to the satisfaction of the Commonwealth Contract
Manager that the other customer is NOT similar, and/or that the commodity/service is NOT the
same, or the Contractor Contract Manager must lower the price to the Commonwealth.
In addition, Statewide Contractors may be asked to offer (and are encouraged to make
available) special discounted pricing opportunities to Eligible Entities within the terms of their
Statewide Contract. Such price discounts may come in the form of periodic aggregate
purchases by Eligible Entities, whereby such entities will request further discounted prices from
the Contractor(s) for guaranteed quantities to be purchased. The Statewide Contractor must
report to the Procurement Team Leader (PTL) prior to any such price reductions or discounts,
6.3.10 Publicity
Any Statewide Contractor awarded under this RFR is prohibited from selling or distributing any
information collected or derived from the Statewide Contract, including lists of participating
Entities, Commonwealth employee names, telephone numbers or addresses, or any other
information except as specifically authorized by the PMT.
Contractors should notify the Commonwealth Contract Manager of any price reductions they
are willing to provide, including those that are time- or quantity-limited, as a promotional or
competitive strategy, an inventory reduction initiative, or for any other reason. If suitable, the
cost savings will be showcased in the $ave $mart section of OSD’s website.
By executing this document or signing it electronically, the Bidder certifies, under the pains and
penalties of perjury, that it has submitted a Response to this RFR that is the Bidder’s Offer as
evidenced by the execution of its authorized signatory, and that the Bidder’s Response may be
subject to negotiation by the PMT. Also, the terms of the RFR, the Bidder’s Response and any
negotiated terms shall be deemed accepted by the Operational Services Division and included
as part of the Statewide Contract upon execution of this document by the State Purchasing
Agent or her designee.
Only those sections of the Contract form preceded by “” should be completed by the Bidder.
If the Bidder does not have a Vendor Code beginning with “VC,” or does not know what their
Vendor Code is, the Bidder should leave the Vendor Code field blank. The Bidder should NOT
enter a Vendor Code assigned prior to May 2004, as new Vendor Codes have been assigned
to all companies since that time.
Bidders must enter the same Prompt Pay Discount on the Standard Contract Form that
they have bid in the Response Form.
Signature and date MUST be handwritten in ink, and the signature must be that of one of the
people authorized to execute contracts on behalf of the Contractor on the Contractor
Authorized Signatory Listing (See below).
If the Bidder has already executed and filed the Commonwealth Terms and Conditions form
pursuant to another RFR or Contract, a copy of this form may be included in place of an
original. If the Bidder’s name, address or Tax ID Number have changed since the
Commonwealth Terms and Conditions form was executed, a new Commonwealth Terms and
Conditions form is required. The Commonwealth Terms and Conditions are hereby
incorporated into any Contract executed pursuant to this RFR.
This form must be unconditionally signed by one of the authorized signatories (see Contractor
Authorized Signatory Listing, below), and submitted without alteration. If the provisions in this
document are not accepted in their entirety without modification, the entire Proposal offered in
response to this Solicitation may be deemed non-responsive.
In the table entitled “Authorized Signatory Name” and “Title,” type the names and titles of those
individuals authorized to execute contracts and other legally binding documents on behalf of
the Bidder. Bidders are advised to keep this list as small as possible, as Contractors will be
required to notify the Procurement Manager of any changes. If the person signing in the
signature block on the bottom of the first page of this form will also serve as an
“Authorized Signatory,” that person’s name must be included in the typed table.
With regard to the next paragraph, which begins “I certify that I am the President, Chief
Executive Officer, Chief Fiscal Officer, Corporate Clerk or Legal Counsel for the Contractor…,”
if your organization does not have these titles, cross them out and handwrite the appropriate
title above the paragraph.
The signature and date must be handwritten in ink. Title, telephone, fax and eMail must be
typed or handwritten legibly.
The second page of the form (entitled “Proof of Authentication of Signature”) states that the
page is optional. However, the “optional” aspect of the form is that Commonwealth
Departments are not required to use it. In the case of Statewide Contracts, this page is
REQUIRED, not optional. The person signing this page must be the same person signing the
Standard Contract Form, the Commonwealth Terms and Conditions, and the RFR Checklist.
Please note that in two places where the form says “in the presence of a notary,” this should be
interpreted to mean “in the presence of a notary or corporate clerk/secretary.” Either a notary
or corporate clerk/secretary can authenticate the form; only one is required.
Organizations whose corporate clerks/secretaries authenticate this form are not required to
obtain a Corporate Seal to complete this document.
8.1.4 Request for Taxpayer Identification Number and Certification (Mass. Substitute W9
Form)
Sign electronically as described above; if notified of Contract award, complete as directed
below and submit on paper with original ink signature and date, or submit a copy of a
previously executed, up-to-date copy of the form as directed below.
If a Bidder has already submitted a Mass. Substitute W9 Form and has received a valid
Massachusetts Vendor Code, an original W-9 form is not required. A copy of the form as filed
may be included in place of an original. If the Bidder’s name, address or Tax ID Number have
changed since the Mass. Substitute W9 Form was executed, a new Mass. Substitute W9 Form
is required. The information on this form will be used to record the Bidder’s legal address and
where payments under a State Contract will be sent. The company’s correct legal name and
legal address must appear on this form, and must be identical to the legal name and legal
address on the Commonwealth Terms and Conditions. Please do not use the U.S
Treasury’s version of the W9 Form.
Below are four sample descriptions of the same project. These examples are intended to provide some insight into how
different types of responses will be scored. Only the narrative descriptions are shown below, not the details on project
size, dates, and client information. The project is in support of a proposal under subcategory Software and Systems
Development, with the title Fair Share Payment System.
Approach:
Number of contract staff: 8 (project manager, two designers, 4 software developers, 1 document specialist). During the
business requirements phase, Bidder conducted 17 requirements workshops, interviews and facilitated sessions with the
key business stakeholders. This group consisted of the director of the business unit charged with administering the FSC
program, the agency’s chief counsel to assist in interpreting the mandating legislation, representatives from other state
agencies such as the Department of Healthcare Finance and Policy and the MA Connector, as well as the group
responsible for running the FSC call center. The detailed requirements were documented, along with comprehensive
workflows and data flows for future-state action. The requirements phase of the project lasted 4 weeks.
Based on the requirements it was established that the solution would consist of:
A self service filing web application that determines the potential liability of tens of thousands of Massachusetts
employers.
A management web application allowing DUA staff to manage the FSC program, including employer filing
support, payment collection, management of accounts receivable, financial and operational reporting, security and
audit tracking.
Generation of employer correspondence including annual notice to file and quarterly payment reminders.
Interfaces to other MA state agencies including the Department of Revenue, the Department of Healthcare
Finance and Policy and the Massachusetts Connector.
Web Service integration with the Commonwealth’s ePay system for electronic ACH debit payment transactions.
The technical design of the system was created in accordance with the agency’s technology standards leveraging
Microsoft .NET framework (versions 2.0 and 3.0), Crystal Reports and Oracle 10g including PL/SQL stored procedures.
The web application interfaced directly with DUA’s enterprise security solution for user authentication and role based
authorization; the batch architecture was fully automated and the entire solution was monitored with the agency’s
enterprise production monitoring infrastructure. The batch architecture also integrated with the DUA mainframe to keep
employer data up to date, and with the agency’s central print and mail facilities to process the high volume of employer
correspondence.
An iterative approach was taken during the development and testing phases. This helped validate the key technical and
architectural decisions early in the development phase; it maximized the utilization of the team’s development and testing
resources, and it allowed a near production ready version of the self service filing website to be made available more than
two months ahead of the production dates for a pilot with two dozen Massachusetts employers.
Throughout the project, Bidder’s delivery assurance methodology, including project management and quality assurance,
was employed to ensure the quality of the solution and that key delivery milestones were being met. This involved a twice
monthly review of the project including a risk assessment across several key dimensions. It also included design reviews
and code reviews by senior Bidder technical architects.
Results:
Despite the aggressive project timeframes (DUA was not granted administrative funding until February 2007 and the filing
period was required to begin on October 1st), the Fair Share Contribution system was completed on time / on budget and
Describe how the Bidder’s solution was integrated into an existing system or used to replace outdated
technology so as to produce value to the client and to the client’s customers.
FSC interfaced with the Commonwealth’s ePay system to manage the electronic ACH debit payment transactions. The
online interface consisted of XML web service calls over secure sockets, and the batch interface consisted of flat files
exchanged via secure FTP. Integrating with the ePay system provides DUA with complete end-to-end reporting, fraud
prevention, secure data storage, and ease of reconciliation for a per transaction charge comparable to what would have
otherwise been charged by the bank processing the ACH transaction.
FSC integrated with IPASS, DUA’s enterprise security solution for user authentication and role based authorization. The
FSC web server was configured to redirect unauthenticated users to the IPASS login site for initial sign-on; and once
authenticated web service calls were invoked from the FSC application to the IPASS application server to obtain
additional user credentials for authorization. Integration with this single sign-on solution reduced the cost of the solution
as the development of a new security solution was avoided; it also improved the user experience as users of the FSC
system are also users of other DUA systems that leverage the same security solution.
FSC interfaced the agency’s central print and mail services. Leveraging this shared service simplified the technical
solution and resulted in significant cost savings as compared to having to separately having to manage the production and
distribution of hundreds of thousands of items of correspondence.
The entire FSC solution was integrated with DUA’s production monitoring infrastructure to ensure the availability of both
the self service and management web applications, the availability of the ePay interfaces and the status of the FSC
database.
Lastly, the FSC batch components were scheduled with DUA’s enterprise scheduling engine, and tied into the central
DUA batch infrastructure for process execution, dependency management, reporting and alerting.
Describe the software development methodology(ies) used for the project, as either waterfall, agile
methodologies such as Scrum, XP (Extreme Programming), Unified Process, or the Bidder’s own proprietary
methodology. Describe how the Bidder’s software development methodology was used on this project. The PMT
is not interested in general marketing or textbook language, but rather in the specifics of how the methodology
was used on this particular project and the impact its use had on the project.
The software development methodology used for the FSC project can best be described as a derivative of the Rational
Unified Process. This process includes an iterative approach to the development and testing cycle and leverages several
RUP artifacts as well as some more traditional project documents. Bidder works with each client to determine how each
particular project should be conducted, however this approach has been successful for the several full lifecycle
development engagements that Bidder has conducted with DUA.
As cited above, the development methodology employed on the FSC project was an iterative development methodology
that leveraged several RUPproject artifacts.
The first project phase (1 month) focused on the collection and documentation of the business requirements, as
summarized in the Vision Document. During this phase, a series of facilitated workshops and interviews with key
business stakeholders were conducted to gather input, and review various drafts of the requirements document prior to
final sign-off. The design phase (3 months) involved the creation of several project artifacts including a Software
Architecture document, defining the various architecture views of the solution, and a Technical Specifications document
detailing the system behavior, using various tools including process workflows, sequence diagrams, and UML models.
The development and testing phases (4 months and two months, overlapping with design) were conducted iteratively.
Lessons learned from early development iterations were fed into subsequent iterations to avoid duplication of errors, and
to leverage opportunities for improved efficiency. The development iterations allowed for maximum overlap of detailed
design, development and testing resources needed to meet the aggressive project timelines. It also allowed the team to
produce a near production quality version of the self service application to be prototyped by two dozen employers months
ahead of the actual filing period.
RFR ITS43SolProv Exhibit A Page 2
Document Sensitivity Level: High during development; Low once published.
How this description would be rated by PMT: This project description would be scored as “Outstanding.” The
description provides very detailed and specific information on what the Bidder did and how it was done. The project was
evidently successful as it was on time, within budget, and operated from the beginning without serious defects.
Approach:
Number of contract staff: 8. During the business requirements phase, Bidder conducted a series of requirements
workshops, interviews and facilitated sessions with the key business stakeholders. This group consisted of the director of
the business unit charged with administering the FSC program, the agency’s chief counsel to assist in interpreting the
mandating legislation, representatives from other state agencies such as the Department of Healthcare Finance and
Policy and the MA Connector, as well as the group responsible for running the FSC call center. The detailed
requirements were documented, along with comprehensive workflows and data flows.
Based on the requirements it was established that the solution would consist of:
A self service filing web application.
A management web application allowing DUA staff to manage the FSC program.
Generation of employer correspondence including annual notice to file and quarterly payment reminders.
Interfaces to other MA state agencies.
Web Service integration with the Commonwealth’s ePay system for electronic ACH debit payment transactions.
The technical design of the system was created in accordance with the agency’s technology standards leveraging
Microsoft .NET framework (versions 2.0 and 3.0), Crystal Reports and Oracle 10g including PL/SQL stored procedures.
The web application interfaced directly with DUA’s enterprise security solution for user authentication and role based
authorization; the batch architecture was fully automated and the entire solution was monitored with the agency’s
enterprise production monitoring infrastructure. The batch architecture also integrated with the DUA mainframe to keep
employer data up to date, and with the agency’s central print and mail facilities to process the high volume of employer
correspondence.
An iterative approach was taken during the development and testing phases. This helped validate the key technical and
architectural decisions early in the development phase; it maximized the utilization of the team’s development and testing
resources, and it allowed a near production ready version of the self service filing website to be made available more than
two months ahead of the production dates for a pilot with two dozen Massachusetts employers.
Throughout the project, Bidder’s delivery assurance methodology was employed to ensure the quality of the solution and
that key delivery milestones were being met. This involved a twice monthly review of the project including a risk
assessment across several key dimensions. It also included design reviews and code reviews by senior Bidder technical
architects.
Results:
Despite the aggressive project timeframes (DUA was not granted administrative funding until February 2007 and the filing
period was required to begin on October 1st), the Fair Share Contribution system was completed on time / on budget and
the system fully supported the requirements of the FSC program.
Describe how the Bidder’s solution was integrated into an existing system or used to replace outdated
technology so as to produce value to the client and to the client’s customers.
FSC interfaced with the Commonwealth’s ePay system to manage the electronic ACH debit payment transactions. The
online interface consisted of XML web service calls over secure sockets, and the batch interface consisted of flat files
exchanged via secure FTP.
The entire FSC solution was integrated with DUA’s production monitoring infrastructure to ensure the availability of both
the self service and management web applications, the availability of the ePay interfaces and the status of the FSC
database.
Lastly, the FSC batch components were scheduled with DUA’s enterprise scheduling engine, and tied into the central
DUA batch infrastructure for process execution, dependency management, reporting and alerting.
Describe the software development methodology(ies) used for the project, as either waterfall, agile
methodologies such as Scrum, XP (Extreme Programming), Unified Process, or the Bidder’s own proprietary
methodology. Describe how the Bidder’s software development methodology was used on this project. The PMT
is not interested in general marketing or textbook language, but rather in the specifics of how the methodology
was used on this particular project and the impact its use had on the project.
The software development methodology used for the FSC project can best be described as a derivative of the Rational
Unified Process. This process includes an iterative approach to the development and testing cycle and leverages several
RUP artifacts as well as some more traditional project documents. Bidder works with each client to determine how each
particular project should be conducted, however this approach has been successful for the several full lifecycle
development engagements that Bidder has conducted with DUA.
As cited above, the development methodology employed on the FSC project was an iterative development methodology
that leveraged several RUPproject artifacts.
The first project phase focused on the collection and documentation of the business requirements. During this phase, a
series of facilitated workshops and interviews with key business stakeholders were conducted to gather input, and review
various drafts of the requirements document prior to final sign-off. The design phase involved the creation of several
project artifacts defining the various architecture views of the solution, and a Technical Specifications document detailing
the system behavior.
The development and testing phases (4 months and two months, overlapping with design) were conducted iteratively.
Lessons learned from early development iterations were fed into subsequent iterations to avoid duplication of errors, and
to leverage opportunities for improved efficiency. The development iterations allowed for maximum overlap of detailed
design, development and testing resources needed to meet the aggressive project timelines. It also allowed the team to
produce a near production quality version of the self service application to be prototyped by two dozen employers months
ahead of the actual filing period.
How this description would be rated by PMT: This project description would be scored as “Excellent/Good.” The
description provides detailed and specific information on what the Bidder did and how it was done, but without as much
detail as provided in the project description rated as “Outstanding.” Also the “Results” section does not mention that the
system operated without Level I or Level II defects when put into production.
Approach:
Number of contract staff: 8. During the business requirements phase, Bidder conducted a series of requirements
workshops, interviews and facilitated sessions with the key business stakeholders. This group consisted of the director of
the business unit charged with administering the FSC program, the agency’s chief counsel to assist in interpreting the
mandating legislation, representatives from other state agencies such as the Department of Healthcare Finance and
RFR ITS43SolProv Exhibit A Page 4
Document Sensitivity Level: High during development; Low once published.
Policy and the MA Connector, as well as the group responsible for running the FSC call center. The detailed
requirements were documented, along with comprehensive workflows and data flows.
Based on the requirements it was established that the solution would consist of:
Several web applications
Correspondence system
Interfaces to other MA state agencies.
The technical design of the system was created in accordance with the agency’s technology standards. The web
applications interfaced directly with DUA’s enterprise security solution for user authentication and role based
authorization. The batch architecture also integrated with the DUA mainframe.
An iterative approach was taken during the development and testing phases. This helped validate the key technical and
architectural decisions early in the development phase.
Throughout the project, Bidder’s delivery assurance methodology was employed to ensure the quality of the solution and
that key delivery milestones were being met. This involved reviews of the project including a risk assessment across
several key dimensions.
Results:
Despite the aggressive project timeframes (DUA was not granted administrative funding until February 2007 and the filing
period was required to begin on October 1st), the Fair Share Contribution system was completed on time / on budget and
the system fully supported the requirements of the FSC program.
Describe how the Bidder’s solution was integrated into an existing system or used to replace outdated
technology so as to produce value to the client and to the client’s customers.
FSC interfaced with the Commonwealth’s ePay system to manage the electronic ACH debit payment transactions.
FSC integrated with IPASS, DUA’s enterprise security solution for user authentication and role based authorization. The
FSC web server was configured to redirect unauthenticated users to the IPASS login site for initial sign-on; and once
authenticated web service calls were invoked from the FSC application to the IPASS application server to obtain
additional user credentials for authorization.
The entire FSC solution was integrated with DUA’s production monitoring infrastructure to ensure the availability of both
the self service and management web applications, the availability of the ePay interfaces and the status of the FSC
database.
Lastly, the FSC batch components were scheduled with DUA’s enterprise scheduling engine, and tied into the central
DUA batch infrastructure for process execution, dependency management, reporting and alerting.
Describe the software development methodology(ies) used for the project, as either waterfall, agile
methodologies such as Scrum, XP (Extreme Programming), Unified Process, or the Bidder’s own proprietary
methodology. Describe how the Bidder’s software development methodology was used on this project. The PMT
is not interested in general marketing or textbook language, but rather in the specifics of how the methodology
was used on this particular project and the impact its use had on the project.
The software development methodology used for the FSC project can best be described as a derivative of the Rational
Unified Process. This process includes an iterative approach to the development and testing cycle and leverages several
RUP artifacts as well as some more traditional project documents. Bidder works with each client to determine how each
particular project should be conducted, however this approach has been successful for the several full lifecycle
development engagements that Bidder has conducted with DUA.
The first project phase focused on the collection and documentation of the business requirements. The design phase
involved the creation of several project artifacts.
How this description would be rated by PMT: This project description would be rated as “Satisfactory.” This
description contains much less detail than the previous descriptions, however, it is clear that a complex project was
completed to the satisfaction of the client.
Approach:
Bidder’s proprietary Project Management methodology was used to govern the approach to the project. This
methodology has been very successful in the past in assuring a high level of client satisfaction.
Based on the requirements it was established that the solution would consist of:
Several web applications
Correspondence system
Interfaces to other MA state agencies.
The technical design of the system was created in accordance with the agency’s technology standards.
Throughout the project, Bidder’s proprietary Project Management methodology was employed to ensure that key delivery
milestones were met and that the client signed off on each deliverable.
Results:
The FSC fully reflected the specifications developed as phase 1 of the project. Throughout the course of the project, the
agency was encouraged to maintain a wish list of “nice to have” features that were not included in the original
requirements, for future enhancements and modifications, and this list may serve as the bases for future engagements.
Describe how the Bidder’s solution was integrated into an existing system or used to replace outdated
technology so as to produce value to the client and to the client’s customers.
Wherever possible, interfaces were developed to facilitate integration with other existing internal and external systems to
leverage existing resources.
Describe the software development methodology(ies) used for the project, as either waterfall, agile
methodologies such as Scrum, XP (Extreme Programming), Unified Process, or the Bidder’s own proprietary
methodology. Describe how the Bidder’s software development methodology was used on this project. The PMT
is not interested in general marketing or textbook language, but rather in the specifics of how the methodology
was used on this particular project and the impact its use had on the project.
How this description would be rated by PMT: This project description would be rated as “Poor.” It contains very little
information, does not indicate if the project was successful, and the Bidder does not describe their software development
methodology at all, let alone how it was used for this project.
SP Business Continuity Planning Services - Planning and maintenance services for the
development, design, testing, and administration of business continuity plans for state
government information systems. Such business continuity plans typically involve
strategic, tactical, or operational plans which promote the continuity of government
operations during and after a major business interruption. Services required may
include the planning of: hardware maintenance or replacement, software and business
application life cycle continuity, and infrastructure support including (but not limited to),
backup data center services, electrical power grid support, voice network failover, data
network replacement, emergency deployment of wireless services, or any infrastructure
services required for the timely replacement of and operation of interrupted government
information systems.
SI/N Network Planning Services - Planning for wide and/or local communications
SP networks, including wireless networks, for transmission of voice and/or data traffic.
SSD Software Systems Support - Providing ongoing support, including maintenance and
enhancement, for an existing software system, either one developed by the Contractor
or by a third party.
SSD Usability Services - Perform usability services including, but not limited to,
requirements engineering, user testing, remote testing, accessibility testing, usability
process audit, user centered design, and training.