bos wns rfp section i - web viewboston-logan international airport . general overview. ... ms office...

53
REQUEST FOR PROPOSALS Information Technology (“IT”) Disaster Recovery (“DR”) Impact Analysis Consulting Services Boston-Logan International Airport East Boston, Massachusetts November 15, 2013 Massachusetts Port Authority Logan Office Center One Harborside Drive, Suite 200S East Boston, Massachusetts 02128-2909 IT Disaster Recovery Consulting Services Massachusetts Port Authority Request for Proposals Page 1 of 53

Upload: vobao

Post on 31-Jan-2018

216 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

REQUEST FOR PROPOSALS

Information Technology (“IT”) Disaster Recovery (“DR”) Impact Analysis Consulting Services

Boston-Logan International AirportEast Boston, Massachusetts

November 15, 2013

Massachusetts Port AuthorityLogan Office Center

One Harborside Drive, Suite 200SEast Boston, Massachusetts 02128-2909

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 1 of 40

Page 2: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 2 of 40

Page 3: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

REQUEST FOR PROPOSALS

IT Disaster Recovery Consulting Services

CONTENTS

Section I: General OverviewProvides information intended to assist Proposers by providing a framework for developing their proposal.

Section II: Scope of the ProjectOutlines the scope of the project.

Section III: Proposal FormDescribes the required form of the response to the Request for Proposals, and provides specific instructions relating to the proposal process.

Section IV: Evaluation CriteriaOutlines Proposal Evaluation Criteria

Section V: Award NotificationDescribes how the Selected Proposer will be notified, and how the project’s compensation schedule is structured.

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 3 of 40

Page 4: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

TABLE OF CONTENTS

I. GENERAL OVERVIEWA. Executive Summary

B. Schedule of Events

C. Overview of Massport

D. Statement of Objectives

E. Acceptance of Proposals

F. Public Records Requirement

G. Massport Standard Professional Services Agreement

H. Non-Discrimination, Affirmative Action and Equal Opportunity

I. Security Information

J. Compensation Schedule

II. PROJECT SCOPEA. General

B. Statement of Services

III. PROPOSAL A. Proposal Requirements

1. Required Format2. Identification3. Required Sections of Proposal

B. Proposal Submission Specifications

C. Interpretation of RFP Documents

D. Representations Made by Proposer

E. Proposer Changes

F. Signature of Proposer

G. Withdrawal of Proposals

H. Rejection of Proposals

I. Execution of the Agreement

IV. EVALUATION CRITERIAA. Quality of Written Proposal

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 4 of 40

Page 5: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

B. Quality of Oral Presentation

C. Qualifications and Relevant Experience

D. Costs

V. AWARD NOTIFICATION

VI. APPENDICESAppendix A: Authority’s Standard Professional Services Agreement

Appendix B: Cost Worksheet

Appendix C: Massport Applications and Infrastructure

Appendix D: Questions to Proposers

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 5 of 40

Page 6: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Massachusetts Port AuthorityREQUEST FOR PROPOSALSIT Disaster Recovery Services

Boston-Logan International Airport

I. GENERAL OVERVIEW

A. Executive SummaryThe Massachusetts Port Authority (the "Authority" or "Massport") invites proposals from qualified contractors interested in entering into a contract to provide consulting services resulting in a Disaster Recovery Business Impact Analysis for IT Disaster Recovery (“DR”) This plan will incorporate an analysis of the Authority’s existing applications, connections between those applications, hardware, data storage and backup mechanisms, data network design, and business requirements, resulting in a written recommendation for implementing IT DR at the Authority. The proposals will include development of related analysis documents and a strategy recommendation. A Selection Committee, comprised of interdepartmental Authority staff, will evaluate proposals using the evaluation criteria set forth in Section IV. The Selection Committee will present to the executive staff the results of its evaluation with a recommendation for award.

The Authority has an enterprise-wide information technology infrastructure which is largely MS Windows-based, over an IP-based Metropolitan Area Network (“MAN”). The Authority has approximately 250 terabytes of data – 50 TB of which are replicated, 283 VMWare virtual servers, and 110 physical servers housed across 7 data centers, 3 of which are primary. The Authority has approximately 1500 domain users spread among our Maritime, Aviation, and Commercial property business units. For a description of the Authority’s applications and infrastructure, please refer to Appendix C attached to this RFP.

Many of the Authority’s data centers are within close proximity to Boston Harbor, which presents environmental risks. Furthermore, they are subject to many of the same circumstances that could disable or degrade the local power, telecom, and transportation facilities that the Authority and its staff require to operate the IT systems for the Authority. Consequently, in order to mitigate service interruptions to the Authority, its customers and tenants, and the traveling public that could arise from a material impairment to our IT infrastructure, the Authority needs to put in place an effective IT DR capability whose goal is to provide an alternate platform on which the Authority’s systems and data can operate in a very expeditious manner, were the need to arise. To this end, the Authority seeks analysis of its IT infrastructure and business needs with a resulting strategy recommendation for implementing IT DR for the Authority.

This RFP strives to disclose information that will be crucial to Proposers' evaluation of this opportunity, and to request such information as the Authority deems necessary to select the winning Proposer.

IT Disaster Recovery Consulting ServicesMassachusetts Port AuthorityRequest for Proposals Page 6 of 40

Page 7: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

B. Schedule of Events Although the dates for shortlisting, interviews, and the final selection are subject to change, the following is the anticipated schedule for the proposal and selection processes:

Request for Proposal Issue Date November 15, 2013

Question Period Ends November 22, 2013

Response to Questions November 25, 2013

Proposals Due December 6, 2013

Notification of Shortlisted Firms December 23, 2013

Oral Presentations / Interviews January 2, 2014

Anticipated Commencement Date January 13, 2014

C. Overview of MassportMassport is a Massachusetts independent public authority supported by revenues generated from the facilities it owns and operates. The Authority's operational and management responsibilities differ from facility to facility. Please refer to Massport’s web site, www.massport.com for further information pertaining to the Authority and its properties and operations.

D. Statement of ObjectivesThis RFP has been issued in order to allow the Authority to develop and evaluate its options in connection with the determination of an optimal strategy for implementing IT DR mechanisms and procedures. The deliverables from this project will be used as input to a subsequent RFP for implementing the recommended IT DR strategy. It is the Authority's intention to evaluate all proposals with a view toward entering into negotiations with the party who submits the proposal that most closely matches the needs of the Authority, with particular emphasis on demonstrated experience in Business Analysis and IT DR expertise.

E. Acceptance of ProposalsThe Authority is soliciting competitive proposals pursuant to a determination that such a process best serves the interests of the Authority, and not because of any legal requirement to do so. After evaluating responses to this Request for Proposals (“RFP”), the Authority may choose to negotiate a best and final proposal with one or more Proposers. The Authority reserves the right to accept any proposal, to modify or amend, with the consent of the Proposer, any proposal prior to acceptance, to reject any or all proposals, or to waive any informality, and otherwise to effect any agreement as the Authority, in its sole judgment, may deem is in its best interest.

IT Disaster Recovery Consulting ServicesMassachusetts Port AuthorityRequest for Proposals Page 7 of 40

Page 8: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

The Authority reserves the unqualified right to waive defects in any proposal, to choose to accept or reject any or all proposals submitted in response to this RFP for any reason whatsoever without explanation or justification, to select any other organization as the party with whom it would be willing to enter into an agreement regardless of whether such party shall have submitted a proposal pursuant to this RFP or otherwise, to choose not to go forward with the Authority's plans, to modify this RFP at any time including the deletion, addition, modification or other changes hereto, and to make any decision in any manner as the Authority may choose in its sole discretion in the determination of its own interests.

Neither the furnishing of this RFP to a prospective Proposer, the submission of any material, documents, or other information by a Proposer, nor the acceptance thereof by the Authority, nor any correspondence, discussions, meetings, or other communications between the Proposer and the Authority, nor anything stated by the Authority in any such correspondence, discussions, meetings or other communications, shall be construed or alleged to be construed as a determination by the Authority to compensate or reimburse the Proposer for any costs or expenses incurred by Proposer in connection with the preparation or submission of its proposal nor shall any party be entitled to be so compensated or reimbursed.

The Authority may consult references familiar with Proposer's organization, regarding Proposer's prior experience with similar projects, management, financial resources, reputation or otherwise. Submission of a proposal in response to this RFP shall constitute permission for the Authority to make such inquiries and authorization to third parties to respond thereto.

The Authority makes no representations, warranties or guarantees that the information contained herein is accurate, complete, or timely or that such information accurately represents the conditions that would be encountered at various Authority facilities now and in the future. The furnishing of such information by the Authority shall not create, nor be deemed to create any obligation or liability upon it for any reason whatsoever and each organization by expressing its interest and submitting its proposals expressly agrees that it has not relied upon the foregoing information and that it shall not hold the Authority liable or responsible therefor in any manner whatsoever.

F. Public Records RequirementMassport will seek to hold all proposals and subsequent submissions in confidence, to the extent consistent with applicable law, until a final decision has been made or the selection process is terminated. Respondents are advised, however, that pursuant to M.G.L. c. 66, all materials received by Massport which fall within the definition of “public record” as set forth in M.G.L. c. 4 §7, cl. (26), shall be disclosed by Massport upon request.

Any information given to Massport in any Proposer's proposal or any correspondence, discussion, meeting, or other communications between the Proposer and Massport before, with, or after the submission of the Proposer's response to this RFP, either orally or in writing, will not be, or deemed to have been, proprietary or confidential, although Massport will use reasonable efforts not to disclose such information to persons who are not employees of or consultants retained by Massport except as may be required by state and federal law. Use or disclosure of such information by Massport may be made without obligation or compensation and without liability of Massport of any kind whatsoever. The

IT Disaster Recovery Consulting ServicesMassachusetts Port AuthorityRequest for Proposals Page 8 of 40

Page 9: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

foregoing applies to any information, whether or not given at the invitation of Massport. Any statement which is inconsistent with the foregoing provisions of this paragraph whether made as part of, or in connection with, any information received from the Proponent or otherwise made at any time in any fashion, and whether made orally or in writing, shall be deemed null and void and of no force or effect. Massport’s receipt or discussion of any information submitted in response to the RFP, including information submitted during discussions after said submittal (including ideas, drawings or other materials communicated or exhibited) does not, and will not impose any obligations whatsoever on Massport, or entitle Proposers to any compensation.

G. Massport Standard Professional Services Agreement By submitting a proposal in response to this RFP, the Proposer agrees to execute an agreement substantially incorporating the Statement of Services as described in Section II and substantially in the form of the Standard Professional Services Agreement provided in Appendix A of this RFP. If the Proposer believes that modification of the stated Statement of Services is necessary or appropriate, or if the Proposer takes exception to any provision of the aforementioned Agreement, the Proposer must so indicate at the time of submission. Otherwise, it will be assumed that the terms of the Statement of Services, the attached Agreement, and this RFP are acceptable to your firm, and by submission of a signed proposal to the Authority, the Proposer will be deemed to have accepted in their entirety the terms and conditions of the Statement of Services, the Agreement, and this RFP.

H. Non-Discrimination, Affirmative Action and Equal OpportunityThe Authority prohibits discrimination in employment on the basis of race, color, religion, creed, national origin, ancestry, gender, sexual orientation, age being greater than forty years, veteran status, disability, or membership in any legally protected class. The Authority is strongly committed to developing and maintaining a diverse workforce and highly values the perspectives and varied experiences which are found only in a diverse workforce. The Authority believes that promoting diversity is important to the success of its overall mission. Accordingly the Authority requires its contractors, vendors, and tenants to comply with non-discrimination laws and encourages them to promote diversity within their workplace. To assist the Authority in its selection process, the Proposer shall provide evidence of its policies and practices related to diversity.

I. Security InformationThis RFP deals with matters pertaining to access of Massport’s internal network. Therefore, Proposers should handle all information pertinent to Massport’s applications, infrastructure, and security procedures as confidential sensitive information.

J. Compensation ScheduleThe payment delivery for this project will be in accordance with the following schedule. Each phase shall be considered to be completed at the discretion of the Massport Project Manager when the deliverables and events listed below have been accepted by the Massport Project Manager. Each phase shall not begin until the previous phase has been accepted by the Massport Project Manager.

IT Disaster Recovery Consulting ServicesMassachusetts Port AuthorityRequest for Proposals Page 9 of 40

Page 10: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Milestone Payment

Delivery and acceptance by the Massport Project Manager of the six analysis documents as described in the Statement of Services.

70% of total Project Cost

Delivery and acceptance by the Massport Project Manager of the DR Strategy and Recommendation document and presentation as described in the Statement of Services.

30% of total Project Cost

The Proposer shall certify they agree to the payment schedule presented above.

II. PROJECT SCOPE

A. GeneralThe following abbreviations are used within this document:

DRaaS. Disaster Recovery as a Service. IaaS. Infrastructure as a Service. Essentially IaaS is externally sourced on-demand

data center services. Massport Project Team. Consists of designees from various Massport , including the

Massport Project Manager and representatives from Massport’s IT department. RTO. Recovery Time Objective - Duration of time and a service level within which a

business process must be restored after a disaster. RPO. Recovery Point Objective - Maximum tolerable period in which data might be lost

from an IT service due to a major incident. Selected Proposer. Firm selected by the Authority to provide services described in this

Scope of Services.

The Authority seeks proposals from qualified firms interested in entering into a contract to provide a Disaster Recovery Business Impact Analysis that will examine the Authority’s applications, logical connections between those applications, data center configurations, and data network. The analytical process will also involve meeting with the Authority’s 3 main lines of business (Aviation, Maritime, Real Estate), which is spread over 13 major departments, and tiering the RTOs and RPOs for their various applications, from most critical to least critical. The proposer should plan on interviewing approximately 16 different groups.

The analysis should also compare and contrast the various DR strategies currently in use by similarly sized and missioned enterprises that could range from a warm IaaS / DRaaS solution with point-in-time data replication to hot Active/Active Continuous Availability, and recommend a vendor-agnostic DR solution for the Authority which takes into account the aforementioned RTOs and RPOs and application tiering.

The project requires the following services:

Application Process Analysis, focusing on critical applications and any logical dependencies between these applications.

IT Disaster Recovery Consulting ServicesMassachusetts Port AuthorityRequest for Proposals Page 10 of 40

Page 11: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Data Center Analysis

Data Storage and Replication analysis

Application-level RTO and RPO synthesis

Analysis of various DR alternatives and recommendation of an appropriate DR strategy for the Authority’s IT infrastructure

Project Management

B. Statement of Services

Interview department representatives and document what their critical applications are, which are externally web-based, and which are locally hosted, and what the RTO / RPO’s should be for those applications and their associated data.

Document any logical connections between critical applications, which would require those applications to have similar RTOs and RPOs.

Document the configuration and make-up of the Authority’s 3 primary data centers

Document the Authority’s data network at a high level, including internet connectivity, inter-data center connectivity, and security policies.

Document data storage and replication mechanisms

Recommend a vendor-agnostic DR strategy for the Authority’s critical IT applications and data, using the documentation and analysis noted above.

Designate a project manager who shall be the single point of contact for the Massport Project Manager, and will work with Authority project personnel for the duration of the project.

The following deliverables shall be completed by the Selected Proposer:

1. Application Description Document List of critical applications by department Designator indicating if application is locally hosted in our data center or remotely hosted

and by what enterprise or vendor. Suggested RTO or criticality level and RPO or data currency level for each critical

application and its data This information will be used to determine what our critical applications and data are.

2. Logical Data Connections Document If the output of one critical application feeds another, then document the relationship and

a description of the data

IT Disaster Recovery Consulting ServicesMassachusetts Port AuthorityRequest for Proposals Page 11 of 40

Page 12: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

This information will be used to determine what data has to be replicated, and/or backed up, and/or can be ignored.

3. Data Center Configuration Document Document the production physical servers, middleware, and operating systems used in

each of our three primary data centers. Note: we are primarily an HP shop. Document the production VM Ware servers and what physical servers or clusters they

reside on. Document what applications reside in which data centers, where applicable Document the AD/LDAP scheme used by the Authority This information will be used to determine what server, middleware, clustering, data

architecture, operating system and licenses will be needed at a potential DR facility.

4. Data Network Document Document the Authority’s high level inter-data center network, internet connectivity, and

any material security policies Document the DHCP servers in so far as how many there are, their OS and DHCP

engine, and how they are connected. If possible, list all static IPs and their functions Document the remote access platforms in so far as it will be these platforms which will

be used in the event of a disaster for remote users to connect to the DR site / platform. Document the make and model, quantities, locale, and back-end connectivity of the

Authority’s firewalls This information will be used to determine what network infrastructure, policies, IP

schemes, remote access and firewall configurations would be needed at a potential DR facility.

5. Data Storage and Replication Document Document what data is stored in what data centers Document what data is replicated Document what data storage systems are used in what data centers. Note, we are

primarily an EMC shop. This information will be used to determine what data, how much, and how often will be

replicated or copied to a DR site. It will also drive data pipe sizing and configuration considerations.

6. Disaster Recovery Strategy Document DR options range from warm IaaS / DRaaS with point-in time data backup to hot

Active/Active Continuous Availability configurations. Given the data synthesized in the aforementioned documents and analyses, produce a

DR strategy document that looks at the spectrum of IT DR options as described above, and recommend two vendor-agnostic DR alternatives that meet the operational and public safety needs of the Authority and its RTO and RPO objectives.

IT Disaster Recovery Consulting ServicesMassachusetts Port AuthorityRequest for Proposals Page 12 of 40

Page 13: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Present the recommendations to IT Senior Management The accepted strategy recommendation will be used as input to a second RFP which

whose scope is to implement the strategy.

All work completed under the contract by the Selected Proposer shall be subject to the Massport Project Manager’s approval who will be working in conjunction with the members of the Massport Project Team.

Project Preparation and Design

1. Project Management

The Selected Proposer shall provide the necessary management, coordination and monitoring of all work activities throughout the term of the contract.

The Selected Proposer shall provide, for approval of the Massport Project Manager, a Project Management Plan that includes staffing, roles, responsibilities and skill sets for personnel that will be provided by the selected Proposer as well as the resources that will need to be provided by Massport.

The Selected Proposer shall designate a project manager as the single point of contact for the Massport Project Manager assigned to work with Massport’s project personnel for the duration of the project. The project manager shall be responsible for managing and coordinating all aspects of the work including project management, administration, coordination, attending regularly scheduled meetings and subcontracting, if applicable. Massport shall approve the initial appointment and any replacement of the project manager during the project term. Massport shall have the right to require replacement of the project manager anytime during the project.

On an ongoing basis, the Selected Proposer will conduct project status meetings and provide written status reports to the Massport Project Team members no less than weekly throughout the duration of the project. At a minimum, the status reports shall include:

A recap of tasks accomplished and milestones achieved; Identification of any issues impacting the project; Updates to the project schedule and completion date(s); A recap of project next steps and events; Status of any contract change requests.

Weekly project status meetings shall be on Massport property. The Selected Proposer’s Work Schedule shall include all meetings and sessions.

2. Work Schedule

Early on in the project, the Selected Proposer shall submit a detailed schedule of work for approval by the Massport Project Manager. The schedule shall identify individual project milestones with dates. The Successful Proposer will be responsible for maintaining the accuracy of the Work Schedule throughout the life of the project. IT Disaster Recovery Consulting ServicesMassachusetts Port AuthorityRequest for Proposals Page 13 of 40

Page 14: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

IT Disaster Recovery Consulting ServicesMassachusetts Port AuthorityRequest for Proposals Page 14 of 40

Page 15: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

III. PROPOSAL

For the purposes of evaluating the financial, technical and organizational capability of a Proposer to accomplish the objectives of the Authority as contained in this solicitation, the Proposer shall submit as per the requirements listed below. All items must be completed and numbered in the order in which they appear. Where more space is required for a full answer, the form may be expanded.

A. Proposal Requirements1. Required FormatAll Proposals are to be presented following the designated format as closely as possible. To encourage brevity, the body of the Proposal may contain no more than thirty (30) letter size (8 ½ x 11”) pages, and shall use 11pt, or larger, type for the body text. This 30 - page limit does not apply to the required financial statements, forms, resumes, sample invoices, sample reports, or any drawings that may be attached.

In addition to the narrative portions of your Proposal, each Proposer shall complete the forms referenced below and provided in the Appendices to this RFP. Failure on the part of Proposer to complete the forms may be cause for rejection of the Proposal.

2. IdentificationThe Proposer's name and the “IT Disaster Recovery Consulting Services” project name should be listed on each page of the Proposal for ready identification.

3. Required Sections of ProposalProposers shall respond to all requirements stated in this RFP. Proposers’ responses shall be organized in the format specified below. However, Proposers may include additional information or additional sections, within the 30-page limit, if desired. Additional Appendices are not subject to this page limitation.

Section 1: Executive Summary

The executive summary is an important element of the Proposal. The executive summary should provide a clear and concise summary of Proposer's background, level of expertise, direct relevant experience, technical capabilities, and ability to carry out the Project. The Executive Summary should make the Proposer's case as the Authority’s best candidate for the project, and provide exact location of the office that will be assigned this project and explain how the location will affect the firm’s ability to provide timely and responsive services. Proposer should structure this section in a manner that allows it to serve as a stand-alone summary when separated from the other sections of the Proposal. The Executive Summary is limited to four (4) pages.

Section 2: Proposer Background

The Proposer is required to provide other background information as is described in Appendix “A”.

The Proposer should present an introduction to its firm that details its principal business(es), company size and structure, firm ownership, etc. If a local office will be

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 15 of 40

Page 16: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

carrying out the Project, the Proposer should describe the local office's particular expertise. The Proposer should also describe how its professional background, expertise and available resources are most suited towards meeting Massport's needs and objectives. The Proposer shall also provide a description of the firm’s prior working relationship with Massport (if any) or with any other types of governmental and other entities responsible for transportation assets and operations. Proposer data must be provided for all subcontractors, if a multiple firm approach is proposed. Also, the Proposer shall indicate whether it has obtained SAS 70 certification.

Massport seeks to avoid any conflict of interest. Accordingly, Proposers are required to describe any arrangement that may create or appear to create a conflict of interest.

Section 3: Experience

Proposer must provide a statement of the history of the Proposer’s (and, if applicable, its partner’s) qualifications and experience in performing IT Disaster Recovery Analysis and Strategy Development for enterprises with a size similar to the Authority’s.

Section 4: Project Schedule

The Authority desires expedient completion of this project. The Proposer shall submit a preliminary schedule for completion of the services described in the Statement of Services. This schedule shall show major tasks and allow sufficient time for Authority review and approval activities. The Proposer shall attach any limiting assumptions to the proposed preliminary schedule, to identify potential delays that could affect Proposer's ability to meet the schedule.

Section 5: Costs

The Proposer shall provide a detailed price proposal as described in Appendix B. This price proposal should include costs required to meet all requirements in the IT Disaster Recovery Services Business Analysis Scope of Services. The price proposal shall include a total not-to-exceed amount.

Section 7: Management & Staffing Plan

The Proposer shall describe the organizational structure and staffing level to be applied to this project. The Proposer shall identify the personnel who the Proposer plans to assign to the project, their intended roles, and the experience and skills that make them appropriate for this project, including a description of their experience in providing similar services to organizations similar in size to the Authority. The Proposer shall include resumes of project team members; the name, title, and e-mail address for the main contact person for the RFP; and the lead person (i.e., Project Manager) who will be representing the Proposer’s firm in the administration and execution of the Proposer’s contract with Massport.

Section 8: Non-Discrimination & Business Diversity

The Proposer shall provide evidence of its policies and practices relative to diversity.

Section 9: Attachments (not included in the 30-page limit, but required):

References.

Audited Financial Reports.

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 16 of 40

Page 17: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

A statement, signed under the pains and penalties of perjury, identifying and describing all local, state and federal criminal investigations or proceedings, or any other administrative, judicial, or regulatory matter currently pending against the Proposer, or its principals (to include officers, members, directors, and partners, “Principals”) or concluded adversely to the Proposer, or its Principals, within the past five (5) years, which might reasonably be construed to reflect adversely on the fitness or integrity of the Proposer or its Principals to perform this contract for a public client. Failure to respond properly and accurately to this requirement may, in the Authority’s sole discretion, result in rejection of the Proposer’s proposal.

Other detailed documents referenced in the body of the Proposal, including the Cost Worksheet attached to this RFP as Appendix B and the Questions to Proposers attached to this RFP as Appendix D.

Where additional space is needed to contain Proposer's response on a given form, additional information may be inserted. If supplementary pages are utilized, Proposer shall identify the supplement with the appropriate Section number and supplementary page number. For whichever arrangement is utilized, all pages of the proposal’s main body shall be numbered sequentially.

B. Proposal Submission SpecificationsSealed proposals must be received at:

Massachusetts Port Authority One Harborside Drive, Suite 200S

East Boston, Massachusetts 02128-2909

Proposals must be received no later than 12:00 noon Eastern Standard Time on December 6, 2013. Late responses may not be considered.

Envelopes shall be marked:

Massport Information Technology DepartmentIT DR Analysis ProposalAttn: Mr. Joseph ReiterSr. Operations Project Manager

One (1) unbound, one (1) electronic media, and six (6) bound copies are required at the time of the submission.

Each Proposal should provide a straightforward, concise description of the Proposer's abilities to satisfy the requirements of this Request for Proposals. In preparing the Proposal, emphasis should be placed on completeness and clarity of content. The Proposal package shall total no more than 30 pages, excluding Appendices, financial statements, proposal forms, component technical details, resumes and other documents.

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 17 of 40

Page 18: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Any verbal or written information disclosed to Massport in the proposal process shall be considered an integral part of the Proposal. Proposals will not be returned.

Costs incurred in the preparation of the Proposal and subsequent presentations or any other activities related to the Proposal shall be borne by the Proposer; no compensation shall be made for such activities. The rejection of any Proposal in whole, or in part, will not render Massport liable for incurred cost or damages. Massport reserves the right to reject any and/or all proposals for any reason, at its sole discretion.

C. Questions and Interpretation of RFP DocumentsIf Proposers have questions regarding this Request for Proposals or Proposal Specifications or any form contained herein, they must submit a written request to the Massachusetts Port Authority, c/o Mr. Joseph Reiter at [email protected]. Proposers shall not contact anyone at Massport other than the Project Manager regarding this RFP.

These questions must be received no later than 4:00 p.m. on November 22, 2013. Massport will respond in writing by email to questions raised during the Question Period by November 25, 2013. Any additional revisions to or clarifications of the Request for Proposals made by Massport shall be by addendum issued prior to the date Proposals are due.

This RFP and all information requested herein shall be interpreted by Proposers as written, unless clarified and/or amended in writing by Massport prior to submittal of proposals. Proposers may not rely upon verbal representations in their interpretation of this Request for Proposals, unless such verbal representations are confirmed in writing. All interpretations of this RFP shall be in the form of written addenda to this Request for Proposal and related documents, which, if issued, will be emailed to all prospective Proposers.

D. Representations Made by ProposerBy submitting a Proposal, Proposer represents that:

1. Proposer has read and understands this RFP and Proposer's response is made in agreement and compliance with this RFP.

2. Except as expressly stated by Proposer, all terms and conditions set forth herein are accepted and incorporated in the Proposal.

3. Proposer possesses the capabilities, equipment, personnel and financial wherewithal to provide efficient and successful professional services.

4. If selected, the Proposal submitted by the Proposer may be incorporated into the final contractual agreement.

E. Proposer ChangesEvery proposal must be made upon the forms attached hereto, or on clearly labeled Attachments if the Proposer requires additional space. In completing the proposal form, Proposer may add additional space, but shall not add, delete, or vary any of the terms or conditions of any documents prepared by Massport. If the Proposer makes any changes to any of the documents, Massport may reject the proposal. However, if the Proposer requires a change to any of the documents, including the draft Agreement, the Proposer shall specify such changes in detail in an addendum to the Proposal Form. Massport reserves the right to accept or reject any suggested changes to any of the documents.

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 18 of 40

Page 19: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

F. Signature of ProposerThe firm, joint venture, corporation, or individual name of the Proposer must be completed by the Proposer in the space provided for the signature on the Proposal Form. In the case of a corporation, the title of the officer signing must be stated and each officer signing must be duly authorized. The name and address of each officer of the corporation must also be listed, as well as the state of incorporation, and the name and address of the local statutory agent. In the case of a partnership, the signature of at least one of the authorized partners must follow the firm name, using the term "member of firm". In the case of a joint venture, an authorized representative from each partner or venture shall sign and the manner of signature shall depend on whether the venturer is a corporation, partnership, or individual. All proposals must contain the true name and address of every person, firm, joint venture, or corporation who has or will have a direct or indirect interest in the proposal.

G. Withdrawal of Proposals No proposal may be withdrawn after it is submitted to Massport unless the Proposer makes the request in writing to Mr. Joseph Reiter, Sr. Operations Project Manager, Massachusetts Port Authority, Logan Office Center, One Harborside Drive, Suite 200S, East Boston, MA 02128-2909, prior to the opening of the proposals. No proposal may be withdrawn after the time set for the opening of the proposals.

H. Rejection of ProposalsMassport is soliciting competitive proposals pursuant to a determination that such a process best serves the interests of Massport and the general public and not because of any legal requirement to do so. Massport reserves the right to accept or to reject any or all proposals, to modify or amend with the consent of the Proposer any proposal prior to acceptance, to waive any informality and to effect any agreement otherwise, all as Massport in its sole judgment may deem to be in its best interest.

I. Ownership and Use of Responses

All responses to this RFP shall become the property of the Authority. The Authority reserves the right to use any or all ideas or concepts presented in any proposal submitted in response to the RFP, whether accepted or not. Selection or rejection of the proposal shall not affect this right. Copies of all proposals and support material will be retained by the Authority for historical records and documentation.

J. Conflict of Interest

Massport seeks to avoid any actual or apparent conflict of interest. Each Proposer is advised that its performance of work for the Authority may, at any time, raise questions about real or perceived conflicts of interest because of the Proposer's relationship to other entities or individuals. Accordingly, Massport reserves the right to disqualify any Proposer or reject any proposal at any time solely on the grounds that a real or perceived conflict of interest is present or require any Proposer to take any action or supply any information

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 19 of 40

Page 20: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

necessary to remove the conflict. The Proposer agrees to disclose in writing any potential conflicts of interest which may exist should the Proposer be selected to provide the services described in this RFP.

K. Execution of the Agreement The Selected Proposer shall execute and deliver the Agreement attached as Appendix A and furnish required Certificates of Insurance within fourteen (14) calendar days after notification of award by the Authority. The Agreement shall be in writing and shall be executed in the number of copies required by Massport. One fully executed original will be delivered to the Selected Proposer.

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 20 of 40

Page 21: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

IV. EVALUATION CRITERIA

This RFP requires each Proposer to submit information in a number of categories. The Authority will review all proposal submissions to determine whether or not they are complete. Failure to submit a fully complete and accurate Proposal as specified, or to conform to all instructions given may result in rejection of the Proposal by Massport without further review.

The Authority will evaluate the competing proposals in each of several general categories and Authority staff will present to executive staff the results of its evaluation with a recommendation for award. This recommendation, if any, will be based on the proposal or proposals which best serve the overall interests of the Authority, taking into account all categories of the Proposals and evaluation.

In selecting a Proposer, the Authority will consider the information presented in the Proposals, and shall apply the following criteria in the evaluation of Proposals. Note: At its option, the Authority may invite proposers for an oral presentation.

A. Quality of Written Proposal Completeness of written Proposal.

Overall clarity of the written Proposal.

Depth of understanding in addressing the Scope of the Project, and Statement of Work.

Relevance in addressing Proposal requirements.

Responsiveness to the Authority's operational perspective and other concerns.

B. Quality of Oral Presentation, (if applicable) Responsiveness to any questions that may be posed.

C. Qualifications and Relevant Experience Qualifications of personnel to be assigned, and relevance of each person's

experience to the work to be performed.

Project management and organization

References from other entities with whom Proposers have contracted to undertake similar projects.

Demonstrated capabilities to efficiently complete projects of this type

Relevant experience of Proposer with clients of a similar size and complexity.

Commitment to diversity.

.

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 21 of 40

Page 22: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

V. Notification of Award

The chosen Proposer(s) will be notified in writing. Massport will subsequently enter into negotiations with the chosen Proposer(s) to establish mutually agreeable terms regarding the IT DR Services Business Analysis Scope of Services and/or compensation.

All unsuccessful Proposers will be notified after the execution of an Agreement. Non-acceptance of any proposals will be devoid of criticism and of any implication that the proposal was deficient. Non-acceptance of any proposal will mean only that another was deemed to be more advantageous to the Authority. Copies of all proposals and support material will be retained by the Authority.

If mutually agreeable contract terms cannot be reached after a reasonable length of time, Massport reserves the right to proceed with another proposal or reevaluate its options.

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 22 of 40

Page 23: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Appendix A – Standard Professional Services Agreement

[DATE]

Name of ConsultantAddressCity, StateAttention:

RE: Agreement No. X-XXXX/ Consulting Services

Dear _________:

The Massachusetts Port Authority ("Massport" or the "Authority") hereby agrees with _______________ ("Consultant") respecting the terms of its engagement by the Authority to provide certain [insert description] consulting services to the Authority as further described below.

Article 1 - Scope of Services

1.1 Consultant shall provide [insert description] consulting services to the Authority. These services are more fully defined in the Scope of Services attached hereto and incorporated herein as Attachment A.

Article 2 - Compensation

2.1 Not to Exceed Amount. For the Consultant’s proper completion of the above services, Consultant shall be paid an amount not to exceed _______________ ($_________), which is based on [insert]. The amount actually due Consultant shall be calculated according to the time actually expended by Consultant in the performance of services on each task at a rate of $____ per hour [OR at the rates set forth in the schedule attached hereto and incorporated herein as Attachment B]. This not-to-exceed amount of $ includes complete compensation for all labor, materials, equipment, reasonable expenses, overhead, general administrative costs, and profit. Except as otherwise stated in this Agreement, the Consultant shall not charge the Authority for any mark-ups on the costs of supplies or subcontractors that may be incurred in connection with the Consultant’s performance of the services required hereunder.

23

Page 24: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

2.2 Invoices. Consultant shall submit invoices in a form reasonably satisfactory to the Authority monthly, setting forth actual time and services rendered. Consultant's invoices shall be in such detail as the Authority may reasonably require to show the identification of the personnel performing services, their classifications, applicable rates and costs, and the detailed nature and extent of services performed. The Authority shall make payments to Consultant within thirty (30) days after receipt and approval by the Authority of said satisfactory.

2.3 Books and Records. Consultant shall keep accounts, books and records pertaining to services performed and reimbursable expenses incurred in a true and accurate manner and on the basis of generally accepted accounting principles and in accordance with such reasonable requirements to facilitate review as the Authority may require. Upon seventy-two hours (72) hours advance notice, the Authority or a representative on behalf of the Authority shall have the right to inspect, review or audit, during normal business hours, in conformity with generally accepted auditing standards, the accounts, books, records and activities of the Consultant necessary to determine compliance by the Consultant with the provisions and requirements of this Agreement, including without limitation the Scope of Services. Consultant shall keep such accounts, books and records as required to be maintained by this Agreement at a location within the metropolitan Boston area or, if the Consultant maintains such accounts, books and records in another location outside the metropolitan Boston area, the Consultant shall make such accounts, books and records available at Consultant’s Boston office or at a site acceptable to the Authority upon reasonable notice from the Authority. The Authority shall have the right to photocopy or otherwise duplicate at Consultant’s expense those accounts, books and records as the Authority determines to be necessary or convenient in connection with its review or audit thereof. If Consultant’s accounts, books or records have been generated from computerized data, Consultant shall provide the Authority or its representative with extracts of the data files in a computer readable format on suitable computer data exchange formats acceptable to the Authority. Consultant shall retain and keep available to the Authority all books and records relating to this Agreement for a period of not less than seven (7) years following the expiration of the Term of this Agreement or, in the event of litigation or claims arising out of or relating to this Agreement, until such litigation or claims are finally adjudicated and all appeal periods have expired.

Article 3 - Term

3.1 Term. The term of this Agreement shall commence as of [date] and shall terminate on [date], unless sooner terminated or extended by the Authority in accordance with this Agreement.

24

Page 25: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

3.2 Termination for Cause. The Authority may, by three (3) days’ written notice to Consultant, which notice shall include a statement of the reason(s) for such termination, terminate this Agreement for cause in any one of the following circumstances:

(a) if Consultant fails to perform the services in a timely and professional fashion; or

(b) if Consultant fails to perform any of the provisions of this Agreement or so fails to make progress in the engagement so as to endanger performance of this Agreement and in either of these instances does not cure such failure within a period of 10 days after receipt of notice from the Authority specifying such failure;

provided, however, that this Agreement shall not be terminated if any such failure to perform or make progress arises out of causes beyond the control and without the fault or negligence of Consultant. In the event of a termination of this Agreement for cause, the Authority may, but need not, procure, upon such terms and in such a manner as it shall deem appropriate, services similar to those so terminated without prejudice to any other rights and remedies for default the Authority may have. Consultant shall be liable to the Authority for any costs for such similar services in excess of the amounts paid or payable to Consultant under this Agreement.

3.3 Termination Without Cause. In addition, the Authority may terminate this Agreement without cause by directing written notice of termination to Consultant not less than seventy-two hours prior to the effective date of such termination.

3.4 In the event of any termination pursuant to the provisions of this Article 3, Consultant shall deliver to the Authority any and all work or work in progress produced under this Agreement prior to its termination, and the Authority shall, upon receipt of said work, pay Consultant the reasonable value of said work less any set-off for damages caused by Consultant in the event that termination is for cause as set forth above. It is acknowledged and agreed that the Consultant’s services hereunder are personal services, and may not be assumed or assigned by a trustee in bankruptcy.

Article 4 - Additional Terms & Conditions

4.1 Liaison between the Authority and Consultant relative to performance of services required under this Agreement shall be effected through the Authority’s [insert title] or

25

Page 26: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

his/her designee and [insert name/title] for the Consultant or such other person as may be designated in writing by the Consultant.

4.2 Consultant shall maintain in confidence all Authority business information that becomes available to it in connection with its services under this Agreement. All data and information developed by Consultant in the performance of this Agreement shall become the property of the Authority and shall not be disclosed by Consultant without the prior express written approval of the Authority. In addition, all right, title and interest, including copyright, to all data, information and other work product generated or created pursuant to this Agreement shall be and remain with the Authority. This paragraph shall survive any termination or expiration of this Agreement.

4.3 This Agreement is intended to secure to the Authority the faithful assistance and cooperation of Consultant, and Consultant, therefore, shall not accept engagements in work or business adverse to the interest of the Authority in the subject matter of this Agreement. This paragraph shall survive any termination or expiration of this Agreement.

4.4 The Consultant agrees that services provided under this Agreement shall conform to the high professional standards of care and practice exercised by consultants engaged in performing comparable services; that the personnel assigned by Consultant to furnish such services shall be qualified and competent to perform adequately and completely the services assigned to them; and that the recommendations, guidance and performance of such personnel shall reflect such standards of professional knowledge and judgment.

4.5 In the performance of its duties under this Agreement, Consultant shall obtain all necessary permits and licenses, and comply with all laws, rules, and regulations applicable to the services required hereunder, as all such laws, rules, and regulations may be amended from time to time.

4.6 Consultant is engaged under this Agreement as an independent contractor and not as an agent or employee of the Authority. Consultant shall be responsible for all payroll and other taxes arising from compensation and other amounts paid to Consultant under this Agreement. To the extent that M.G.L. c. 268A may apply to Consultant or to Consultant’s employees, Consultant agrees that it and its employees shall not engage in any conduct that violates the provisions of M.G.L. c. 268A.

4.7 Consultant shall not create, agree to, or assume, any commitment, contract or agreement, express or implied, on behalf of or in the name of the Authority. The Authority

26

Page 27: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

shall have no obligations or liabilities by reason of its relationship with Consultant, except the obligation to pay compensation as provided herein.

4.8 During the term of this Agreement, Consultant shall not employ, on either a full-time or part-time basis, any person as long as such person shall be employed by the Authority.

4.9 Consultant shall abide by and comply with the non-discrimination terms and other provisions in Attachment C, which is attached hereto and incorporated herein.

4.10 Any failure by the Authority to assert its rights for or upon any default of this Agreement shall not be deemed a waiver of such rights, nor shall any waiver be implied from the making of any payment hereunder. The Authority’s review, approval, acceptance or payment for services under this Agreement shall not operate as a waiver of any rights under this Agreement, and Consultant shall be and remain liable to the Authority for any and all damages incurred by the Authority due to Consultant’s failure to perform in accordance with the terms of this Agreement. The rights and remedies of the Authority provided under this Agreement are in addition to any other rights or remedies at law or in equity. The Authority may assert a right to recover damages by any appropriate means, including without limitation set-off, suit, withholding, recoupment, or counterclaim either during or after performance of the services under this Agreement.

4.11 In no event shall the liability of the Authority in connection with this Agreement exceed the compensation provided for under Article 2 hereof. In no event shall the Authority be liable to Consultant for damages for loss resulting from causes beyond the reasonable control of the Authority, and in no event shall the Authority be liable for incidental, special or consequential damages, including loss of anticipated revenues or profits, whatever the cause.

4.12 Consultant, at its sole cost and expense, shall maintain and keep in effect during the term of this Agreement, the following insurance: (i) workers' compensation insurance, as required by law; (ii) employer's liability insurance in an amount of not less than One Million Dollars ($1,000,000); (iii) professional liability insurance coverage for errors, omissions and negligent acts in an amount of not less than One Million Dollars ($1,000,000); and (iv) commercial general liability insurance (including automobile liability insurance covering all owned, hired and non-owned vehicles) for bodily and personal injury and property damage in the combined single limit of One Million Dollars ($1,000,000). On all policies of liability insurance required under subsection (iv) hereof, the Authority shall be named as an additional insured.

27

Page 28: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Consultant's insurance shall be primary, over and above any other insurance held by the Authority. Consultant shall furnish Certificates of Insurance evidencing the insurance coverages required hereunder prior to commencement of this Agreement. Each policy of insurance required herein shall (a) be in a form and with a company that is authorized to do business in the Commonwealth of Massachusetts having a Best rating of B+ or better; (b) provide that it shall not be materially altered or cancelled by the insurer during the policy’s term without first giving at least thirty (30) days prior written notice to the Authority; and (c) provide that any act or omission of Consultant or the Authority shall not prejudice the rights of the Authority as a party insured under said policy.

In the defense of any claim, demand, expense or liability which is to be covered under insurance policies obtained by Consultant as described in this Agreement (even if such claim, demand, expense or liability is groundless, false or fraudulent), Consultant agrees on its own behalf that it shall not and shall cause its insurers to agree that they shall not, without obtaining express advance written permission from the Chief Legal Counsel of the Authority, raise any defense involving in any way the jurisdiction of the tribunal over the person of the Authority, the immunity of the Authority, its members, officers, agents or employees, the governmental nature of the Authority or the provisions of any statutes respecting suits against the Authority.

4.13 To the fullest extent permitted by law, Consultant at its sole cost and expense shall defend, indemnify and hold harmless the Authority and its members, officers and employees from and against any and all liabilities, claims, demands, causes of action, losses, damages, actions, including actions for personal injury or wrongful death, actions for property damage, and any other type of claims asserted by third persons alleging a violation of law or for any other cause, costs, fines, fees and expenses of any kind or nature whatsoever (including attorneys’ fees and costs of investigation and litigation) arising from or related to the Consultant’s performance under this Agreement, or the negligence, omissions, acts or operations of Consultant, its agents, employees, consultants or sub-consultants; provided, however, that this obligation to defend, indemnify and hold harmless shall not apply to claims which Consultant demonstrates were caused solely by the gross negligence or willful misconduct of the Authority. The foregoing express obligation of indemnification shall not be construed to negate or abridge any other obligation of indemnification running to the Authority which would exist at common law, and the extent of this obligation of indemnification shall not be limited by any provision of insurance undertaken by Consultant. Further, Consultant shall indemnify and hold harmless the Authority against and from all costs, counsel and expert fees, expenses and disbursements incurred in connection with or in defending any such claim or any action or proceedings brought thereon; and in case any action or proceeding is brought against the Authority by reason of any such claim, Consultant, upon notice from the Authority, agrees to resist or defend such action or

28

Page 29: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

proceeding with counsel reasonably acceptable to the Authority. The Authority shall give Consultant reasonable written notice of any claims threatened or made or suit instituted against it which could result in a claim of indemnification hereunder. This paragraph shall survive any termination or expiration of this Agreement.

4.14 No member, officer or employee of the Authority shall be charged personally or held contractually liable by or to Consultant under any term or provision of this Agreement or because of any breach thereof or because of its execution or attempted execution.

4.15 This Agreement, any duties hereunder, or interest herein may not be assigned or delegated by Consultant without the prior express written consent of the Authority.

4.16 This Agreement shall be governed by and construed under the laws of the Commonwealth of Massachusetts without regard to its principles regarding conflicts of laws. Any dispute arising between the parties under this Agreement may be decided by any court of competent jurisdiction located in Boston, Massachusetts.

4.17 The parties, by execution of this Agreement, voluntarily and intentionally waive all rights to trial by jury as to all claims, disputes, or controversies arising out of, or relating to, this Agreement or the performance or breach thereof. The Authority has acted in reliance on this condition in executing this Agreement.

4.18 This Agreement and the Exhibits attached to it set forth the entire understanding between the parties as to the subject matter hereof and supersede all prior or collateral agreements and representations. To the extent that there is any conflict between the Agreement and any provisions contained in any Exhibit, the Agreement shall prevail. This Agreement may not be amended or modified except by a writing signed by both parties.

4.19 Consultant shall complete the Certificate of Compliance with Laws form designated as Attachment D, which is attached hereto and incorporated herein.

4.20 Each of the persons executing this Agreement on behalf of the Consultant and the Authority, respectively, represents and certifies that he/she has authority and power to execute this Agreement on behalf of such party to the Agreement and to bind such party to the obligations contained herein.

29

Page 30: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

4.21 If any term or condition of this Agreement or any application thereof shall to any extent be held invalid, illegal or unenforceable by a court of competent jurisdiction, the validity, legality and enforceability of the remaining terms and conditions of this Agreement shall not be deemed affected thereby unless one or both parties would be substantially or materially prejudiced.

4.22 Whenever written notice or consent is required pursuant to this Agreement, it shall be sent to the parties at their respective addresses below, by registered or certified mail (postage pre-paid with return receipt requested), facsimile transmission, overnight express mail (postage pre-paid) or courier service. Any notice or consent sent by facsimile shall also be sent by registered or certified mail or overnight express mail or courier service. If sent by registered or certified mail, notice will be achieved three (3) business days after the date on which it is sent, and if sent by overnight express mail or courier service, notice will be achieved on the date of delivery. If notice is to be sent to Consultant, it will be sent to [insert name, title, address]. If notice is to be sent to the Authority, it will be sent to the Authority's liaison identified in paragraph 4.1, with a copy to the Chief Legal Counsel, each at Massachusetts Port Authority, One Harborside Drive, Suite 200S, East Boston, Massachusetts 02128, with a copy sent to Pauline Roberts, Contract Administrator, Legal Department, at the above-written address. Notice shall be sent to the above-listed persons or to other persons at such other addresses as a party shall designate by like notice to the other party.

Upon signing the enclosed copies, please return the executed copies, each with an original signature, to the Massachusetts Port Authority, One Harborside Drive, Suite 200S, East Boston, Massachusetts, 02128-2909, Attention: Pauline Roberts, Contract Administrator, Legal Department. A fully executed Agreement with original signatures will be returned to you for your files.

Very truly yours,

MASSACHUSETTS PORT AUTHORITY

Michael A. GriecoAssistant Secretary-Treasurer

Agreed and acknowledged:

30

Page 31: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

CONSULTANT NAME

By:___________________________

Title:_________________________

31

Page 32: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

ATTACHMENT A

SCOPE OF SERVICES

Consultant shall provide all of the services set forth below:

(as set forth in the RFP)

32

Page 33: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

ATTACHMENT B

COMPENSATION

(as set forth in selected Proposal)

33

Page 34: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

ATTACHMENT C

NON-DISCRIMINATION AND AFFIRMATIVE ACTION

In accordance with policies adopted by the Massachusetts Port Authority (the “Authority”), Consultant further agrees with respect to its exercise of all uses, rights, privileges and obligations granted or required pursuant to this Agreement as follows:

1. Consultant shall not discriminate against any person, employee or applicant for employment because of that person’s membership in any legally protected class, including but not limited to their race, color, gender, religion, creed, national origin, ancestry, age being greater than forty years, sexual orientation, handicap, genetic information, gender expression and identity, or veteran status. Consultant shall not discriminate against any person, employee, or applicant for employment who is a member of, or applies to perform service in, or has an obligation to perform service in, a uniformed military service of the United States, including the National Guard, on the basis of that membership, application, or obligation. Consultant shall undertake affirmative action measures designed to guarantee and effectuate equal employment opportunity for all persons.

2. Consultant will provide all information and reports pertinent to the Authority’s Equal Employment, Anti-Discrimination and Affirmative Action requirements requested by the Authority and will permit access to its facilities and any books, records, accounts or other sources of information which may be determined by the Authority to affect the Consultant’s obligations herein.

3. Consultant shall comply with all federal and state laws and Authority regulations pertaining to Civil Rights and Equal Opportunity, including executive orders and rules and regulations of appropriate federal and state agencies unless otherwise exempt.

4. Consultant’s non-compliance with the provision of this Exhibit shall constitute a material breach of this Agreement, for which the Authority may, in its discretion, upon failure to cure said breach within thirty (30) days for written notice thereof, terminate this Agreement upon ten (10) days written notice.

5. Consultant shall indemnify and hold harmless the Authority from any claims and demands of third persons resulting from Consultant’s non-compliance with any of the provisions of this Exhibit and in case of termination or cancellation of this Agreement pursuant to Paragraph 4, the Consultant shall indemnify the Authority during the remainder of the original Term against any loss or damage suffered by reason of such termination.

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 34 of 40

Page 35: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

ATTACHMENT D

CERTIFICATE OF COMPLIANCE WITH LAWS

Massachusetts Employment Security Law

Pursuant to G.L.c. 151A, §19A(b), the undersigned hereby certifies* under the penalties of perjury that Consultant, with Division of Unemployment Assistance (D.U.A.) ID Number ___________________, has complied with all laws of the Commonwealth relating to unemployment compensation contributions and payments in lieu of contributions.

*Compliance may be certified if Consultant has entered into and is complying with a repayment agreement satisfactory to the Commissioner, or if there is a pending adjudicatory proceeding or court action contesting the amount due pursuant to G.L.c. 151A, §19A(c).

or check the following:

_______ The undersigned certifies that the Massachusetts Employment Security Law does not apply to it because Consultant does not have any individuals performing services for it within the Commonwealth to the extent that it would be required to make any contributions or payments to the Commonwealth.

Massachusetts Child Care Law

Pursuant to Chapter 521 of the Massachusetts Acts of 1990, as amended by Chapter 329 of the Massachusetts Acts of 1991, the undersigned hereby certifies that Consultant (check applicable item):

1. _____ employs fewer than fifty (50) full-time employees; or2. _____ offers either a dependent care assistance program or a cafeteria plan whose benefits

include a dependent care assistance program; or3. _____ offers child care tuition assistance, or on-site or near-site subsidized child care

placements.

Revenue Enforcement and Protection Program

Pursuant to G.L.c. 62C, §49A, the undersigned hereby certifies under the penalties of perjury that Consultant’s Federal Identification No.is ________________, and that to the best of his/her knowledge and belief Consultant has complied with all laws of the Commonwealth relating to taxes, the reporting of employees and contractors, and withholding and remitting of child support.

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 35 of 40

Page 36: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

In order to comply with all laws of the Commonwealth relating to taxes, the undersigned certifies that Consultant (check applicable item):

1. _____ has filed all tax returns and paid all taxes required by law; or2. _____ has filed a pending application for abatement of such tax; or3. _____ has a pending petition before the appellate tax board contesting such tax; or 4. _____ does not derive taxable income from Massachusetts Sources such that it is subject to

taxation by the Commonwealth.

Certification Regarding Companies Doing Business with or in Northern Ireland

Pursuant to G.L.c. 7, § 22C, the undersigned hereby certifies under the pains and penalties of perjury that Consultant is not engaged in the manufacture, distribution or sale of firearms, munitions, including rubber or plastic bullets, tear gas, armored vehicles or military aircraft for use or deployment in any activity in Northern Ireland, and that Consultant (check applicable item):

1. _____ does not employ ten or more employees in an office or other facility located in Northern Ireland; or

2. _____ employs ten or more employees in an office or other facility located in Northern Ireland, but such office or other facility in Northern Ireland (a) does not discriminate in employment, compensation, or the terms, conditions and privileges of employment on account of religious or political belief; and (b) promotes religious tolerance within the work place, and the eradication of any manifestations of religious and other illegal discrimination.

Signed this ____ day of ____________, 2013.

CONSULTANT: __ ________________________

Authorized Signature: ________________________

Title: _____________________________________

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 36 of 40

Page 37: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Appendix B – Cost Worksheet

The Proposer offers the following prices for performance of the services described in Massport’s Request for Proposals for IT DRServices Business Impact Analysis dated November 15, 2013. Section references noted below correspond to those set forth in said Request for Proposals.

Description PriceFTE Hours to Complete Comments/Notes

Project Management Plan (1.1.1) $

Work Schedule (1.1.3) $

Application Description Document (1.1.4)

$

Logical Data Connections Document (1.1.5)

$

Data Center Configuration Document (1.1.6)

$

Data Network Description Document (1.1.7)

$

Data Storage and Replication Document (1.1.8)

$

Disaster Recovery Strategy Document (1.1.9)

$

Please denote and attach any additional information as needed to this Worksheet.

Hourly Cost / Rate:_____________

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 37 of 40

Page 38: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Appendix C – Applications and Infrastructure at Massport

SERVER APPLICATIONSVMWare Vsphere / ESX SystemsSite Recovery Manager (DRM)Virtual Desktop InfratructureMS Exchange Email SystemSharepoint Intranet & Internet SystemsMS SQL Database ServersUpside (ACES) SystemLotus Notes SystemOffice Communications ServersBorderguard SystemItron (FRED) SystemLimopool SystemMaritime Terminal SystemBlackberry Enterprise ServersIronmail Anti-Spam Servers

WEB SITE12+ Servers1 SAN DeviceProject ManagementContract ManagementProgramming/DevelopmentContent UpdatesInterFleetSendWordNowPassur

HELP DESK800+ WorkstationsVirtual DesktopsHelp Desk Database SoftwareUser Trouble Call Support19,500+ support issues last yearOperating System SupportDesktop Applications SupportLocal and Network Printer Support

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 38 of 40

Page 39: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

200+ PrintersInventory ManagementSoftware Updates / Security PatchingContract Management

DESKTOP APPLICATIONSMS Office Suite / Word, Excel, Powerpoint, etc.SharepointCommunicatorPeoplesoftAdobe AcrobatACESTAS / KronosMcAfee VirusscanMcAfee Endpoint EncryptionFirehouseGoldmineTaxipoolLimopoolBank of America LockboxImage OnsightVehicle TrackingWork Order WonderWachoviaCertainCertLotus NotesMicrosoft DesktopLANS 2-way Radio StreamingGotomypcDamewareAxiomVMaverick St. Gate SoftwareCrystal ReporterWorkFinderFreedomPaperportCanon ScangearCardscanARFFOps

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 39 of 40

Page 40: BOS WNS RFP Section I - Web viewBoston-Logan International Airport . GENERAL OVERVIEW. ... MS Office Suite / Word, Excel, Powerpoint, etc. Sharepoint. Communicator. Peoplesoft. Adobe

Appendix D – Questions to Proposers

Each Proposer shall answer the following questions within its Proposal:

1) Generally, what percent of other enterprises of this size develop and manage their own in-house DR sites?

2) Generally, what percent of other enterprises of this size use cloud-based DRaaS as their DR strategy?

3) Generally, what percent of other enterprises of this size use an Active / Active Continuous Availability approach as their DR strategy?

4) How do enterprises keep their primary data center applications, data, network configurations, security policies, and hardware configurations in sync with that of their DR site(s)?

5) What factors should an enterprise consider when determining where its DR site(s) should be?

IT Disaster Recovery Consulting Services Massachusetts Port AuthorityRequest for Proposals Page 40 of 40