on-call ios developer to continue with the wsda animal
TRANSCRIPT
WSDA RFQQ No. K3412
Page i of 22
OLYMPIA, WASHINGTON
REQUEST FOR QUALIFICATIONS AND QUOTATIONS RFQQ NO. K3412
On-Call iOS Developer to continue with the WSDA Animal Services Division electronic inspection application
Proposal Due 3:00 p.m., Local Time in Olympia, Washington, on May 14, 2021
RFQQ Coordinator
Curt Secker Phone: (360) 764-6332
E-mail: [email protected] Washington State Department of Agriculture (WSDA)
1111 Washington St SE, PO Box 42560 Olympia WA 98504-2560
EXPECTED TIME PERIOD FOR CONTRACT: May 10, 2021 – August 15, 2022
WSDA reserves the right to extend resulting contract for up to three years.
CONSULTANT ELIGIBILITY: This procurement is open to those consultants that satisfy the minimum qualifications stated herein and that are available for work in Washington
State.
WSDA RFQQ No. K3412
Page ii of 22
Table of Contents
1 INTRODUCTION .................................................................................................................................................. 1
1.1 Purpose ....................................................................................................................................................... 1
2 GENERAL INFORMATION FOR CONSULTANTS ............................................................................................. 2
2.1 RFQQ Coordinator ...................................................................................................................................... 2 2.2 ESTIMATED SCHEDULE OF PROCUREMENT ACTIVITIES .................................................................... 2
3 PROJECT DESCRIPTION ................................................................................................................................... 3
3.1 Background ................................................................................................................................................. 3 3.2 Work Request & Task Orders ..................................................................................................................... 5 3.3 Location ...................................................................................................................................................... 5 3.4 Scope of Work ............................................................................................................................................ 5 3.5 Work Requirements (iOS Developer) .......................................................................................................... 6 3.6 Period of Performance ................................................................................................................................ 7
4 REQUIRED SUBMITTALS – iOS DEVELOPER.................................................................................................. 8
4.1 Price Worksheet .......................................................................................................................................... 8 4.2 Non-Cost Submittals ................................................................................................................................... 8
5 DELIVERY OF PROPOSALS .............................................................................................................................. 9
5.1 Delivery Method .......................................................................................................................................... 9 5.2 Due Date and Time ..................................................................................................................................... 9
6 EVALUATION AND AWARD ............................................................................................................................. 10
6.1 Award Criteria ........................................................................................................................................... 10 6.2 Evaluation Process ................................................................................................................................... 10 6.3 Selection of Apparent Successful Candidates .......................................................................................... 11 6.4 Notification of Apparent Successful Candidates ....................................................................................... 12 6.5 Award Notification ..................................................................................................................................... 12
7 BIDDER REQUIREMENTS ................................................................................................................................ 12
7.1 Eligibility .................................................................................................................................................... 12
8 ADDITIONAL INSTRUCTIONS TO BIDDERS ................................................................................................... 14
8.1 Authorized Communication ....................................................................................................................... 14 8.2 Bidder Questions....................................................................................................................................... 14 8.3 Complaints ................................................................................................................................................ 14 8.4 Debriefs and Protests ................................................................................................................................ 15
9 GENERAL INFORMATION ................................................................................................................................ 18
9.1 WSDA’s Option to Extend ......................................................................................................................... 18 9.2 Right to Cancel ......................................................................................................................................... 18 9.3 Information Availability .............................................................................................................................. 18 9.4 Information Technology Security, Privacy, and ADA Requirements.......................................................... 18 9.5 Proprietary or Confidential Information ...................................................................................................... 18 9.6 Order Documents / Second-Tier Contracts ............................................................................................... 19 9.7 Solicitation Amendments ........................................................................................................................... 19
Appendix A – Task Order Form ................................................................................................................................ 20
WSDA RFQQ No. K3412
Page 1 of 22
1 INTRODUCTION
1.1 Purpose
WSDA is in need of part-time on-call iOS Developer (Dev) to continue upgrades and system enhancements to the Washington State Department of Agriculture (WSDA) Animal Services Division electronic inspection application that is currently in production. The period of this contract will be May 10, 2021 to August 15, 2022. However, this is a “work as needed” maintenance contract where WSDA will notify the iOS Developer when they need an enhancement, or break/fix to the eLID (Electronic Livestock ID) application. It is NOT a 40 hour per week project for the duration of the contract. It is an “as needed” maintenance contract. The enhancements to the eLID application will be identified by WSDA, collaboratively work with the contractor to determine the actual work effort (how long will it take to complete), schedule the work then begin working on the enhancement. WSDA agrees to not exceed $62,500 for the period of performance. (Note, eLID maintenance budget will be set at $50,000 per fiscal year. Going with the period of performance above, this would be approximately 15 months of work or $62,500.
WSDA RFQQ No. K3412
Page 2 of 22
2 GENERAL INFORMATION FOR CONSULTANTS
2.1 RFQQ Coordinator
The RFQQ Coordinator is the sole point of contact in the WSDA for this procurement. All communication between the Consultant and the WSDA upon receipt of this RFQQ shall be with the RFQQ Coordinator, as follows:
Name Curt Secker
Title Application Development Manager
Mailing & Street Address
1111 Washington St SE, Natural Resources Building, 2nd Floor, PO Box 42560 Olympia, WA 98504-2560
Phone Number Phone: (360) 764-6332
E-Mail Address
Email: [email protected]
Any other communication will be considered unofficial and non-binding on the WSDA. Consultants are to rely on written statements issued by the RFQQ Coordinator. Communication directed to parties other than the RFQQ Coordinator may result in disqualification of the Consultant.
2.2 ESTIMATED SCHEDULE OF PROCUREMENT ACTIVITIES
The WSDA reserves the right to revise the above schedule.
Issue Request for Qualifications and Quotations May 5, 2021
Vendor Questions to WSDA May 10, 2021
WSDA Response to Vendor Questions May 11, 2021
Proposals due by 3:00 p.m., PST May 14, 2021
Evaluate proposals May 17 to May 18, 2021
Conduct oral interviews with finalists, if required May 20, 2021
Announce “Apparent Successful Contractor” May 21, 2021
Send notification via email to unsuccessful proposers May 21, 2021
WSDA RFQQ No. K3412
Page 3 of 20
3 PROJECT DESCRIPTION
3.1 Background
As an ITPS Master Contract vendor that is currently on the WSDA Convenience Contract (K2610) with the WSDA, we are in need of an iOS Developer (Dev) that can provide iOS development services on a maintenance basis for enhancements or break/fixes in the eLID application. WSDA anticipates that once we engage a resource we would require them on an “as needed” basis. . WSDA does not have an in-house iOS Developer, and as such needs someone that can work on system break/fixes as well as scheduled product enhancements over the course of the contract. WSDA serves the people of Washington by supporting the agricultural community and promoting consumer and environmental protection. The work of the WSDA Animal Services division directly supports three of the agency’s four major goals:
Protect and reduce the risk to public health by assuring the safety of the state’s food supply
Protect Washington State's natural resources, agriculture industry, and the public from selected plant and animal pests and diseases.
Facilitate the movement of Washington agricultural products in domestic and international markets
The mission of the Livestock Inspection Program within the Animal Services Division is to
provide asset protection to the livestock industry by inspecting cattle and horses for brands or
other proof of ownership in order to deter theft and deny an outlet for stolen animals. The field
inspectors complete these ownership inspections using an electronic inspection system on a
vendor created application running on an iPad with bi-directional data synchronization using a
web service between the hand-held iPads in the field and the backoffice servers located at WSDA
headquarters. The application is a customized iPad and SQL Server solution.
The iPad application was constructed by taking the existing paper forms, used by the inspectors
in the field, and mimicing that process on the iPad (workflow, data exchange, payment collection,
etc.). The inspectors were able to easily transition from the paper forms to the electronic solution
because everything was familiar and understandable since it was designed to have the same
look-and-feel as the manual system they were using.
The system was built to accommodate the system functions of inspecting livestock at any one of
five mandatory inspection points in Washington such as a change of ownership, public livestock
market sales, out-of-state movement, entry to a certified feed lot, and consignment to a USDA
slaughter facility. At present, there are fourteen separate certificate types that may be created to
support the book of business for the livestock inspection program. Once these inspections are
complete, the inspectors collect payment, and print out a hard copy of the inspection certificate.
When this certificate is embossed and signed by the inspector, it provides clear title to the new
owner of the livestock. Inspection data as well as payment information is synchronized using the
web service to the backoffice servers. In addition to processing livestock inspections, the
application also provides a user interface to search the Washington State Brand Recording
WSDA RFQQ No. K3412
Page 4 of 20
Database. Inspectors in the field are able to dynamically search the database for brand owners
and brand images.
In addition to providing an electronic inspection capability for the livestock inspection program, the
inspection data collected by the application provides information needed in the case of a disease
outbreak – where animals are and where they have been, what other animals interacted with the
potentially diseased animals, and so on.
System Infrastructure
The following diagram outlines the infrastructure design for this system. This configuration is the same for test and production environments. Infrastructure components consist of the following:
Mobile User (iPad mobile device using web services)
Admin User (Administrator access to browser accessible admin website)
Proxy Server (IBM Websphere Reverse Proxy – Fortress)
App Web Server (Windows 2012 R2 IIS server contains all web services and admin website pages)
WSDA RFQQ No. K3412
Page 5 of 20
Active Directory Server (user authentification for both web services and admin access)
App Database Server (SQL 2012 database server for all application and admin data)
3.2 Work Request & Task Orders
Under the overarching Work Request and initial Task Orders, WSDA is looking to engage a resource for on-call iOS Development (Dev) to continue upgrades and system enhancements to the WSDA Animal Services Division electronic inspection application that is currently in production.
3.3 Location
Successful candidate will not be required to work onsite in Olympia on a daily basis, but must be available for in-person meetings at the disrection of WSDA.
3.4 Scope of Work
This work request became necessary because WSDA does not have any iOS Developers on staff. The iOS Developer will be asked to:
Adhere to all WSDA/ Office of the CIO (OCIO) development, programming, security, and accessibility standards, guidelines and policies
Apply advanced technical programming knowledge and considerable discretion to evaulate and develop complex applications and interfaces; developing and implementing use-cases, quality assurance testing and performance monitoring
Translate system requirements into application prototypes; plan and design systems architecture; write, debug and maintain code; determine andd design application architecture
Establish a technical environment for all standardized application development in all tiers of the applications, with special focus on the client (iOS – iPad devices) and middle tiers
Design specialized interfaces, file transfers, data gathering, and processes to collect and evaulate data
Conduct unit, system, and user acceptance testing for application(s) while performing requirement traceability testing
Review all iOS source code received from the vendor that developed the iOS solution for WSDA, and determine if this represents the complete iPad field inspection solution or if there is code missing
Build the xcode environment for the field inspection solution and post it to our Apple Development account workspace
Review and submit estimates for application enhancements and upgrades in accordance with assigned Task Orders
Complete WSDA approved Task Orders as assigned
Provide the deliverables described in 3.5, “Deliverables”
Create and support all application development environments (Dev, Test, and Production)
Troubleshoot application errors and crashes and provide solutions
WSDA RFQQ No. K3412
Page 6 of 20
3.5 Work Requirements (iOS Developer)
Minimum Qualifications
Experience with organizations the size of WSDA
Five (5) years of IT work experience in software development using the latest techniques and business best practices to design/develop business applications, perform system testing, user acceptance testing and implementation of applications
Knowledge and application of techniques for requirements gathering, and writing high-level designs
Understanding of user interface design
Excellent understanding of programming logic and database structure/processing
Technical knowledge of and three (3) years experience in application design working with: iOS (XCode, Cocoa, Swift) Visual Studio ASP.NET C# Entity Framework Microsoft SQL Server 2012 Web Services
Effective oral communication skills, effective presentation skills, ability to conduct effective
interviews, applies effective listening skills, ability to resolve issues, effective written material,
logical organization, concise and readable
Preferred Qualifications
Knowledge and application of techniques for requirements gathering, and writing high-level
designs.
Understanding of user interface design.
Excellent understanding of programming logic and database structure/processing.
Performing system testing and user acceptance testing and implementation of applications to
production and any “apps” that need “submission to the App Store”
Back-end integration & APIs
Technical knowledge of and experience working in iOS environment with:
iOS (XCode IDE, CocoaTouch, Swift 3.0)
MVC (Model-View-Controller)
Experience working with iOS frameworks such as Core Data, Core Animation, Core
Graphics and Core Text
JSON
Desireable Qualifications
Objective-C programming language
Frameworks and APIs like Foundation, UIKit, and CocoaTouch
UI and UX design experience
Apple Human Interface Guidelines
2D and 3D graphics frameworks like SpriteKit and SceneKit
OpenGL or Metal, iOS graphics APIs
Familiarity with iOS 10 and newer OS versions
A Git code repository technology
WSDA RFQQ No. K3412
Page 7 of 20
iOs Deliverables for this project (will be delivered as Task Orders):
Complete upgrades and enhancements for the application efficiency, speed of commerce,
ease of use, etc. as defined by the program
Provide maintenance support for all break/fixes needed by the applicaiton
3.6 Period of Performance
The period of performance of any contract resulting from this Work Request is tentatively scheduled to begin on or about May 24, 2020 and run through August 15, 2022. WSDA reserves the right to extend resulting contract for up to three years. Amendments extending the period of performance, if any, shall be at the sole discretion of WSDA.
WSDA RFQQ No. K3412
Page 8 of 20
4 REQUIRED SUBMITTALS – iOS DEVELOPER
Bidders must include the following in an electronic submittal attached to an email. List Work
Request Number K3412 in the subject line to Curt Secker, [email protected] . The proposal
must include the signature (scanned pdf) of an authorized bidder representative on documents
requiring a signature. Proposals must be organized in the same order as the RFQQ submittal
requirements.
Proposals which do not include the following will be rejected for non-responsiveness.
4.1 Price Worksheet
Submit your company’s fee/hourly rate, for the iOS Developer:
Item Cost Available Points
Hourly Rate or Fees for the Animal Services Division iOS Developer
25
4.2 Non-Cost Submittals
4.2.1 Attach a resume of the candidate being proposed by the vendor. Vendor’s can propose up to two
(2) candidates if they wish.
Resume Available Pts
Current resume of individual indicating work similar to what is being proposed by WSDA on this work request along with 3 business references. Note: the 2 references can come from time working with the proposing vendor and/or other firms the candidate worked at are acceptable as well. The references are for the candidate, not the vendor.
75
Expectation: One separate, scanned email attachment labeled in accordance with the file
naming convention specified below
Required Format: PDF
File naming convention: BidderName_WorkRequestK3412.pdf
Note: top candidates (finalists) in this process may also need to participate in an oral
interview (will be via a conference call)
WSDA RFQQ No. K3412
Page 9 of 20
5 DELIVERY OF PROPOSALS
5.1 Delivery Method
All proposals must be emailed to the RFQQ Coordinator Curt Secker at [email protected].
Facsimile transmissions will not be accepted.
Improperly delivered proposals will be rejected as non-responsive.
WSDA assumes no responsibility for confirmation of receipt and cannot discuss contents
prior to the due date and time.
All proposals and any accompanying documentation become the property of WSDA and
will not be returned.
5.2 Due Date and Time
Proposals in their entirety must be received by the RFQQ Coordinator by May 14, 2021 at 3:00
p.m., PST via Email. Late proposals will be rejected as non-responsive.
The "receive date/time" posted by WSDA’s email system will be used as the official time
stamp.
Bidders should allow sufficient time to ensure timely receipt.
WSDA assumes no responsibility for delays and or errors caused by bidder’s e-mail,
WSDA’s email, network events or any other party.
WSDA RFQQ No. K3412
Page 10 of 20
6 EVALUATION AND AWARD
During the evaluation, WSDA reserves the right to make reasonable inquiry to determine the
responsibility of any bidder. Requests may include, but are not limited to, references, record of past
performance and clarification of Bidder’s offer. Failure to respond to said request(s) may result in a
proposal being rejected as non-responsive.
Bidders whose proposals are determined to be non-responsive will be rejected.
6.1 Award Criteria
Award will be based on the following criteria and will be in accordance with provisions identified in
sections 3.1, 3.4, and 3.5 of this solicitation for iOS Developer.
Criteria Available Points
Cost 25
Resume 75
Total 100
Conduct oral interviews with finalists, if required
Pass/Fail
Conduct skills test, if required
Pass/Fail
WSDA reserves the right to use references to confirm satisfactory customer service,
performance, satisfaction with service/product, knowledge of products/service/industry and
timeliness; any negative or unsatisfactory response may be an adequate reason for rejecting a
bidder as non-responsible and unable to suit the needs of the state. WSDA reserves the right to
waive a reference check. Bidders deemed non-responsible may be rejected.
6.2 Evaluation Process
6.2.1 Initial Determination for Responsiveness
Proposals will be reviewed initially by the RFQQ Coordinator and/or authorized personnel to
determine, on a pass/fail basis, whether each proposal meets all the administrative
requirements specified herein.
WSDA reserves the right to determine at its sole discretion whether a bidder’s response to a
mandatory requirement is sufficient to pass. However, if all responding bidders fail to meet any
single mandatory item, WSDA reserves the right, at its option, to either: (1) cancel the
procurement, or (2) revise or delete the mandatory item.
6.2.2 Cost Evaluation
WSDA RFQQ No. K3412
Page 11 of 20
Identify the total hourly cost or fees to be charged for providing this service, inclusive of all travel
and materials costs. Provide a breakdown of the cost. It is WSDA’s desire to enter into a Task
Order, deliverable-based contract for the provision of the services requested in this Work
Request. The proposed fees must be all-inclusive based on total costs.
6.2.3 Non-Cost Evaluation
A committee will evaluate the resumes and assign scores as set forth herein.
The committee members need not award all possible points and will score the resumes
consistent with their values and best professional judgment. The committee members will focus
on the considerations stated in the solicitation.
In addition to presiding over the evaluation committee, the RFQQ Coordinator may review the
questionnaire section and provide input, assemble evaluation aids, or perform other functions
helpful to the evaluation committee. The committee may engage in a free flow of discussion
with other committee members and the RFQQ Coordinator prior to, during, and after the
evaluation.
The scoring of the resumes may be performed in isolation or together as a group, or a
combination of both. Each committee member will give a particular resume a score utilizing the
point system identified in the table above which has been established in accordance with
primary stakeholder considerations.
All of the committee members’ scores for a resume will be added together and then divided by
the number of members to arrive at a total score for that resume.
6.2.4 ORAL PRESENTATIONS MAY BE REQUIRED
WSDA may after evaluating the resumes elect to schedule oral presentations and/or skills
proficiency tests for the finalists. Should oral presentations and/or skills proficiency tests be
deemed necessary, WSDA will contact the top-scoring candidate(s) from the resume evaluation
to schedule a date, time and location. Commitments made by the Candidate at the oral
interview, if any, will be considered binding. The oral presentation will determine the apparent
successful Candidate.
6.3 Selection of Apparent Successful Candidates
To identify an apparent successful candidate, each candidate’s points earned from the cost
evaluation and the non-cost evaluation will be added together as follows:
Example:
Cost Factor Points
Non-Cost Factor Points Total
Candidate A 10 70 80
Candidate B 5 60 65
WSDA RFQQ No. K3412
Page 12 of 20
The candidate with the highest number of total points will be declared the apparent successful
candidate. WSDA may then either move to oral presentations or enter into contract negotiations
with the apparent successful candidate.
Each bid provided for this solicitation stands on its own: the weight of a vendor that provides a
single Dev is the same as a vendor that proposes 2 Devs – they are all scored individually.
Designation as an Apparent Successful Candidate does not imply that the state will issue an
award; it merely suggests that the state believes a proposal to be responsive and offer the best
value to WSDA. Bidder must not construe the notification of award, impending award, or
attempts to negotiate, etc. as a final award decision. Any assumptions are done so at the
bidder’s own risk and expense.
Should Contract negotiations fail to be completed, WSDA may immediately cease Contract
negotiations and declare the second highest Candidate the new Apparent Successful Candidate
and enter into Contract negotiations with that bidder. This process may continue until a contract
is signed or no qualified candidates remain.
6.4 Notification of Apparent Successful Candidates
All bidders responding to this solicitation will be notified when WSDA has determined the
apparent successful bidder(s). The date of announcement of the apparent successful bidders will
be the date of the notification from WSDA.
6.5 Award Notification
After all considerations, all bidders responding to this solicitation will be notified via email when
WSDA has confirmed its intent to award. An award notification will be sent out notifying all
bidders once a contract has been signed.
The date of announcement of award will be the date of the notification from WSDA.
An award, in part or full, is made by WSDA’s signature on WSDA’s order document (second-tier
contract) and accompanying award letter (if any) that is also delivered to the apparent successful
bidder. In some circumstances, WSDA may include an award letter which will accompany the
signed copy of the second-tier contract; the award letter will further define the award and is
included by reference.
7 BIDDER REQUIREMENTS
7.1 Eligibility
A bidder must have a master contract with DES for the Contract # 08215 Information Technology
Professional Services (ITPS) in order to submit a proposal to this solicitation. Additionally, a
bidder must be on the current WSDA Convenience contract (K2610).
Bidders may be required to provide confirmation. Failure to provide confirmation upon request will
result in rejection.
WSDA RFQQ No. K3412
Page 13 of 20
Note: DES assumes no responsibility for executing master contracts with companies prior to the
closing date of this or any solicitation and will not modify its evaluation schedule.
WSDA RFQQ No. K3412
Page 14 of 20
8 ADDITIONAL INSTRUCTIONS TO BIDDERS
8.1 Authorized Communication
All bidder communications concerning this solicitation must be directed to the RFQQ Coordinator.
Unauthorized contact regarding this solicitation with other state employees involved with the
solicitation may result in disqualification. All oral communications will be considered unofficial
and non-binding on WSDA. Bidders should rely only on written statements issued by the RFQQ
Coordinator, such as solicitation amendments.
8.2 Bidder Questions
Questions regarding this solicitation will be allowed consistent with the schedule outlined in
section 2.2. All questions must be submitted in writing to the RFQQ Coordinator.
WSDA will provide written answers for questions received by the question and answer period’s
deadline. Answers will be posted to WEBS.
Verbal responses to questions will not be provided. Only written answers will be considered
official and binding. Bidders will not be identified in answers.
When the question and answer period is complete, additional comments will be for the purpose of
informing the RFQQ Coordinator of an issue only. Questions and comments outside the question
and answer period will not be answered or acknowledged.
If interpretations or other changes to this solicitation are required as a result of inquiries made
during the question and answer period, the solicitation may be amended. Amendments will be
sent to each vendor via email.
8.3 Complaints
Issues or concerns not resolved to a bidder’s satisfaction during a normal question and answer
period or a pre-bid meeting may be addressed through a complaint only on the following the
grounds:
1. The solicitation unnecessarily restricts competition;
2. The evaluation or scoring process is unfair or flawed; or
3. The solicitation requirements are inadequate or insufficient to prepare a proposal.
A complaint must:
1. Be received by RFQQ Coordinator not less than five business days prior to the due date
and time. Otherwise, an untimely complaint may be rejected without further consideration
at the discretion of the WSDA; and
2. Be in writing.
A complaint should:
1. Clearly articulate the basis of the complaint consistent with the compliant criteria; and
2. Include a proposed remedy.
WSDA RFQQ No. K3412
Page 15 of 20
Upon receipt of a timely complaint, the WSDA will consider all the facts available and respond in
writing prior to the due date and time.
The RFQQ Coordinator shall promptly post a response to a timely complaint via email to all
vendors.
WSDA’s response to the complaint is final and not subject to appeal although; the RFQQ
Coordinator may issue further clarification if needed. Issues raised in a complaint may not be
raised again during the protest period.
Failure to follow the complaint procedure described herein may be seen as a waiver on the part of
the bidder and prevent the complaint from being honored and exercised.
8.3.1 Form and Substance
Complaints, must:
1. Be in writing (e-mail is acceptable);
2. Be submitted by an authorized agent of the Bidder;
3. Be delivered within the time frame(s) outlined herein;
4. Be sent to the RFQQ Coordinator identified in the solicitation;
5. Include solicitation identifiers (i.e. title and number) ;
6. Be clearly labeled as a “Complaint”.
Additionally, all complaints must:
1. State all facts and arguments on which the Bidder is relying as the basis for its action;
and
2. Include any supporting documentation.
8.4 Debriefs and Protests
8.4.1 Debriefs
A debriefing conference provides an opportunity for a bidder to meet with the RFQQ
Coordinator to discuss the evaluation and scoring.
Only bidders who have submitted timely proposals may request debriefing conferences.
Requests for debriefing conferences must be communicated in writing (email acceptable) to the
RFQQ Coordinator within three (3) business days of the announcement of the apparent
successful bidder(s).
A debriefing conference may be conducted either in person or by telephone and may be limited
to a specified period of time, as determined by the RFQQ Coordinator. Debriefing conferences
may take place shortly following the request. Therefore, bidders should plan ahead and have
alternate representatives available. The RFQQ Coordinator will not allow for lengthy delays nor
allow debriefing conferences to be used as delay tactics.
WSDA RFQQ No. K3412
Page 16 of 20
The failure of a bidder to submit a timely request for and attend a debriefing conference shall
constitute a waiver of the right to protest.
8.4.2 Protests
Only bidders who have submitted timely proposals and have had a debriefing conference
may protest.
Upon completion of a debriefing conference, a bidder is allowed three (3) business days to file a
protest with the RFQQ Coordinator.
Protests may only be based on one or more of the following:
1. Bias, discrimination, or conflict of interest on the part of an evaluator;
2. Errors that were made in computing the score;
3. If WSDA failed to follow procedures established in the solicitation document.
A protest must:
1. Be submitted to and received by the RFQQ Coordinator, within five business days of the
protesting bidder’s debriefing conference;
2. Be in writing (e-mail is acceptable);
3. Include a specific and complete statement of facts forming the basis of the protest; and
4. Include a description of the relief or corrective action requested.
Upon receiving a protest, the RFQQ Coordinator will conduct a review, and issue a written
response within 10 business days of receipt of the protest, unless additional time is required.
Should additional time be required, the protesting party will be notified.
The final determination of the protest will:
Find the protest lacking in merit and uphold WSDA’s action; or
Find only technical or innocuous errors in the acquisition process and determine WSDA
to be in substantial compliance and reject the protest; or
Find merit in the protest and provide options which may include:
o Correcting the errors and re-evaluating all proposals; or
o Reissuing the solicitation and beginning a new process; or
o Making other findings and determining other courses of action as appropriate.
If WSDA determines that the protest is without merit, they will enter into a contract with the
apparent successful bidder(s). If the protest is determined to have merit, one of the alternatives
noted in the preceding paragraph will be taken.
The protest decision is final and not subject to appeal. If the protesting bidder does not accept
the agency protest decision, the bidder may seek relief in Superior Court.
WSDA RFQQ No. K3412
Page 17 of 22
8.4.3 Form and Substance
A bidder’s failure to follow debrief and protest procedures described herein may be seen as a
waiver on the part of the bidder and prevent a debrief request or protest from being honored and
exercised.
WSDA RFQQ No. K3412
Page 18 of 20
9 GENERAL INFORMATION
9.1 WSDA’s Option to Extend
WSDA reserves the right to extend the second-tier contract (order document) issued under this
solicitation for up to three years (or completion of any project in process at contract term end) at
WSDA’s option.
9.2 Right to Cancel
WSDA reserves the right to cancel or reissue all or part of this solicitation at any time as allowed
by law without obligation or liability.
9.3 Information Availability
In accordance with RCW 39.26.030(2), Proposal contents (including pricing information) and
evaluations are exempt from disclosure until WSDA announces apparent successful bidder and
awards and executes a contracts.
9.4 Information Technology Security, Privacy, and ADA Requirements
The State of Washington has defined common IT security, Privacy, and ADA Accessibility standards to help ensure that agencies have an effective, secure, and accessible environment for IT processing. The standards are defined by the office of the Chief Information Officer (OCIO) and are implemented at the agency policy level, available at https://agr.wa.gov/about-wsda/contracts-and-procurement. As part of these standards, agencies are to require contractor’s compliance with the security, privacy, and ADA accessibility standards relative to the services provided when the scope of work affects a state IT resource or asset. Therefore, contractor agrees to provide security, privacy, and ADA accessibility standards by a method and at a level that is in compliance with the following WSDA policies, as well as any other agency security policies, procedures, standards, and requirements when any scope of work or service related to this work order affects at state IT asset:
WSDA POL-IT-609, Accessing WSDA Information and Data for Persons with Disabilities
WSDA POL-IT-600, IT Security: Maintaining the Information Security Technology Program
WSDA POL-IT-111: Protecting Privacy and Confidentiality in Public Records
WSDA POL-IT-603: Accessing WSDA’s Local Area Network or Email through a Remote Access Connection
For example, any access to agency systems will be allowed only through agency’s standard VPN access process, and onsite access to agency systems will be controlled and/or supervised as agency deems necessary for security purposes.
9.5 Proprietary or Confidential Information
Proposers are discouraged from submitting proprietary materials in their proposal. All proposals
submitted become the property of WSDA and a matter of public record after WSDA announces
apparent successful bidder(s).
WSDA RFQQ No. K3412
Page 19 of 20
Any information contained in the proposal that is proprietary or confidential must be clearly
designated. Marking of the entire proposal or entire sections thereof as proprietary or confidential
will not be accepted nor honored.
If a public records request is made for the information that the Consultant has marked as
"Proprietary Information" the WSDA will notify the Consultant of the request and of the date that
the records will be released to the requester unless the Consultant obtains a court order enjoining
that disclosure. If the Consultant fails to obtain the court order enjoining disclosure, the WSDA
will release the requested information on the date specified. If a Consultant obtains a court order
from a court of competent jurisdiction enjoining disclosure pursuant to Chapter 42.56 RCW, the
WSDA shall maintain the confidentiality of the Consultant's information per the court order.
9.6 Order Documents / Second-Tier Contracts
A proposal submitted to this solicitation is an offer to contract with WSDA. Order documents
resulting from this solicitation will be designated as second-tier contracts. Second-tier contracts
are established upon award, acceptance and signature by both parties.
9.7 Solicitation Amendments
WSDA reserves the right to revise the schedule or other portions of this solicitation at any time.
Changes or corrections will be by one or more written Amendment(s), dated, attached to or
incorporated in and made a part of this Solicitation document. All changes must be authorized
and issued in writing by the RFQQ Coordinator. If there is any conflict between amendments, or
between an amendment and the solicitation, whichever document was issued last in time shall be
controlling. Only bidders who have properly registered and downloaded the original solicitation
directly via WEBS system will receive notification of amendments and other correspondence
pertinent to the procurement. Bidders may be required to sign and return solicitation
Amendments with their proposal. Bidders must carefully read each amendment to ensure they
have met all requirements of the solicitation.
WSDA RFQQ No. K3412
Page 20 of 20
Appendix A – Task Order Form
TASK ORDER
Washington State
Department of Agriculture
(WSDA
Task Order # Contract #
Type of Services Date Issued
Title:
This Task Order is issued under the provisions of WSDA contract ___________. The services
authorized are within the scope of services set forth in the Purpose of the contract. All rights and
obligations of the parties shall be subject to and governed by the terms of the contract, including any
subsequent modifications, which are hereby incorporated by reference.
Purpose
The purpose of this Task Order is to provide (one of the deliverables) ___________ to the Washington
State Department of Agriculture for...
Statement of Work
TASK 1:
Objective:
Deliverables:
Deliverables are subject to review and approval by WSDA prior to payment. Approval and payment of
deliverables will indicate acceptance of complete deliverables.
Start Date Date (or upon execution of this
agreement) End Date
Budget
Description / Task Est. Hours Unit Cost Total
1
2
3
4
WSDA shall pay an amount up to but not to exceed
Contractor’s Approval
(Signature) Contractor’s Authorized
Representative (Date)
Department of Agriculture Approval
(Signature) WSDA Authorized Representative
(Date)
Name Name
Telephone No. Telephone No.
Email: Email: