technology contract-new-formatted - ndus...

36
North Dakota University System Core Technology Services 4349 James Ray Drive Grand Forks, ND 58203 REQUEST FOR PROPOSAL (RFP) RFP Title: Work Management System Solution RFP Number: CTS-14-002 Issued: September 5, 2014 Purpose of RFP: The North Dakota University System’s (NDUS) Core Technology Services (CTS) division is soliciting proposals for a solution that provides project and workflow management functionality. The solution will assist CTS leadership, the CTS Project and Portfolio Management Office (PPMO), and CTS division heads in managing the work needed as it pertains to incident requests (break/fix tickets), work requests (new work/modifications), portfolio management, project management, and resource management. Page 1 of 36 RFP# CTS-14-002

Upload: dobao

Post on 06-Feb-2018

219 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

North Dakota University SystemCore Technology Services

4349 James Ray Drive

Grand Forks, ND 58203

REQUEST FOR PROPOSAL (RFP)

RFP Title: Work Management System Solution

RFP Number: CTS-14-002

Issued: September 5, 2014

Purpose of RFP: The North Dakota University System’s (NDUS) Core Technology Services (CTS) division is soliciting proposals for a solution that provides project and workflow management functionality. The solution will assist CTS leadership, the CTS Project and Portfolio Management Office (PPMO), and CTS division heads in managing the work needed as it pertains to incident requests (break/fix tickets), work requests (new work/modifications), portfolio management, project management, and resource management.

Page 1 of 28RFP# CTS-14-002

Page 2: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

TABLE OF CONTENTS

Table of ContentsSECTION ONE – INSTRUCTIONS......................................................................................................................................4

1.0 PURPOSE OF THE RFP........................................................................................................................................................4

1.1. PROCUREMENT OFFICER CONTACT INFORMATION..........................................................................................................4

1.2. ASSISTANCE TO INDIVIDUALS WITH A DISABILITY.............................................................................................................4

1.3. SECRETARY OF STATE REGISTRATION REQUIREMENTS.....................................................................................................4

1.4. NOTICE PROVIDED.............................................................................................................................................................4

1.5. RFP SCHEDULE...................................................................................................................................................................4

1.6. QUESTIONS AND REQUESTS FOR CLARIFICATION.............................................................................................................5

1.7. PREPROPOSAL CONFERENCE OR SITE INSPECTION...........................................................................................................5

1.8. OFFER HELD FIRM..............................................................................................................................................................5

1.9. OFFEROR RESPONSIBLE FOR COSTS...................................................................................................................................5

1.10. PROPOSAL SUBMISSION DEADLINE...................................................................................................................................5

1.11. AMENDMENT AND WITHDRAWAL OF PROPOSALS...........................................................................................................5

1.12. PROPOSAL OPENING – LATE PROPOSALS REJECTED..........................................................................................................6

1.13. NEWS RELEASES................................................................................................................................................................6

1.14. CONFLICT OF INTEREST.....................................................................................................................................................6

1.15. ATTEMPT TO INFLUENCE PROHIBITED..............................................................................................................................6

1.16. COLLUSION PROHIBITED....................................................................................................................................................6

SECTION TWO – BACKGROUND.......................................................................................................................................7

2.0 BACKGROUND INFORMATION...........................................................................................................................................7

2.1. DEFINITIONS......................................................................................................................................................................7

2.2. BUDGET.............................................................................................................................................................................7

2.3. TECHNICAL ARCHITECTURE OVERVIEW.............................................................................................................................8

SECTION THREE – SCOPE OF WORK.............................................................................................................................9

3.0 SCOPE OF WORK...............................................................................................................................................................9

3.1. APPLICABLE DIRECTIVES....................................................................................................................................................9

3.2. INFORMATION TECHNOLOGY SOLUTION..........................................................................................................................9

3.3. PRODUCT SUPPORT AND CUSTOMER SERVICE REQUIREMENTS.....................................................................................12

3.4. OFFEROR EXPERIENCE AND QUALIFICATIONS MANDATORY REQUIREMENTS................................................................13

SECTION FOUR – PROPOSAL.........................................................................................................................................14

4.0 PROPOSAL PREPARATION AND SUBMISSION..................................................................................................................14

4.1. FORMAT & PROPOSAL SUBMISSION INSTRUCTIONS.......................................................................................................14

4.2. TECHNICAL PROPOSAL....................................................................................................................................................14

4.3. COST PROPOSAL..............................................................................................................................................................20

Page 2 of 28RFP# CTS-14-002

Page 3: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

SECTION FIVE – PROPOSAL EVALUATION..................................................................................................................21

5.0 AWARD............................................................................................................................................................................21

5.1. EVALUATION CRITERIA....................................................................................................................................................21

5.2. PROPOSAL EVALUATION..................................................................................................................................................21

5.3. COST PROPOSAL EVALUATIONS – RECIPROCAL PREFERENCE..........................................................................................22

5.4. CLARIFICATIONS OF OFFERORS – DISCUSSIONS..............................................................................................................22

5.5. RIGHT OF REJECTION.......................................................................................................................................................22

5.6. DEMONSTRATIONS..........................................................................................................................................................23

5.7. BEST AND FINAL OFFERS.................................................................................................................................................23

5.8. NEGOTIATIONS................................................................................................................................................................23

5.9. NOTICE OF INTENT TO AWARD........................................................................................................................................23

5.10. CONTRACT APPROVAL.....................................................................................................................................................24

SECTION SIX – CONTRACT INFORMATION.................................................................................................................25

6.0 NORTH DAKOTA CONTRACTUAL REQUIREMENTS – BACKGROUND................................................................................25

6.1. CONTRACT TERMS AND CONDITIONS – OFFEROR’S PROPOSED CHANGES.....................................................................25

6.2. CONTRACTUAL TERMS AND CONDITIONS – NO MATERIAL CHANGES............................................................................25

6.3. SCOPE OF WORK.............................................................................................................................................................26

6.4. CONTRACT TERM.............................................................................................................................................................27

6.5. COMPENSATION..............................................................................................................................................................27

6.6. LIQUIDATED DAMAGES...................................................................................................................................................27

6.7. TAXES.............................................................................................................................................................................. 27

ATTACHMENTS

Page 3 of 28RFP# CTS-14-002

Page 4: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

1. Technical Architecture Overview2. Requirements Matrix3. Vendor-Hosted Solution Questions4. Proposal Evaluation Process5. Contract6. Work Management System Workflow

Page 4 of 28RFP# CTS-14-002

Page 5: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

SECTION ONE – INSTRUCTIONS

1.0 PURPOSE OF THE RFPThe North Dakota University System (NDUS), an entity governed by the North Dakota State Board of Higher Education (SBHE) and acting through Core Technology Services (CTS) (collectively, “NDUS”), is soliciting proposals for a solution that provides project and workflow management functionality to assist CTS leadership, the CTS Project and Portfolio Management Office (PPMO), and CTS division heads in managing the work needed as it pertains to incident requests (break/fix tickets), work requests (new work/modifications), portfolio management, project management, and resource management.

This document will define the scope of work to be performed, the requirements the respondent must address, how to respond to this RFP, and the administrative requirements that must be followed.

1.1. PROCUREMENT OFFICER CONTACT INFORMATIONThe procurement officer is the point of contact for this RFP. Offerors shall direct all communications regarding this RFP to the procurement officer.

PROCUREMENT OFFICER: David KonerzaE-MAIL: [email protected]: 701-777-6082TTY Users call: 7-1-1FAX: 701-777-3978

1.2. ASSISTANCE TO INDIVIDUALS WITH A DISABILITYContact the procurement officer, as soon as possible, if an individual with a disability needs assistance with the RFP including any events in the RFP schedule so reasonable accommodations can be made.

1.3. SECRETARY OF STATE REGISTRATION REQUIREMENTSVendors conducting business with NDUS must be registered with the North Dakota Secretary of State. Information on registering can be found at http://www.nd.gov/sos/businessserv/registrations/index.html. Offerors must comply with the following registration requirements:

Proposals will be accepted from unregistered offerors. The successful offeror is required to complete the registration process within 40 calendar days from the date a notice of intent to award is issued. If the successful offeror does not register within this time, its proposal may be rejected.

If you have any questions regarding the registration process, contact the Secretary of State’s Office for assistance at 701-328-4284 or e-mail [email protected].

1.4. NOTICE PROVIDED This RFP and any related amendment and notices will be posted on the Core Technology Services website. Offerors are responsible for checking this website to obtain all information and documents related to this RFP: http://cts.ndus.edu/sits-departments/office-of-the-cio/it-procurement/work-management-system-solution-wms-rfp-cts-14-002/

Offerors may request to receive notices related to this RFP by contacting the procurement officer in writing with the following information: RFP title, business name, contact person, mailing address, telephone number, fax number, and e-mail address.

1.5. RFP SCHEDULEEVENT DATE

RFP issued 9/5/14Deadline for submission of Questions and Requests for Clarification 9/11/14, 12:00 PM, CT

Solicitation amendment with responses to Questions 9/15/14, 12:00 PM, CTPage 5 of 28

RFP# CTS-14-002

Page 6: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

EVENT DATEand Requests for Clarification issued approximatelyDeadline for Receipt of Proposals 9/26/14, 12:00 PM, CT

Initial Proposal Evaluation completed by approximately

10/3/14

Demonstrations 10/20/14 – 10/22/14

Notice of Intent to Award issued approximately 10/27/14Deadline for Secretary of State Registration 12/1/14Contract executed approximately 12/1/14Contract start approximately After 12/2/14

1.6. QUESTIONS AND REQUESTS FOR CLARIFICATIONOfferors should carefully review the RFP including all attachments. Questions or requests for clarification must be submitted to the procurement officer in writing by the deadline identified in the RFP schedule above. Include a reference to the applicable RFP section or subsection. E-mail is the preferred method of submission.

Responses to questions and requests for clarifications will be distributed as a solicitation amendment and posted to the CTS website <http://cts.ndus.edu/sits-departments/office-of-the-cio/it-procurement/work-management-system-solution-wms-rfp-cts-14-002/ >, unless the question can be answered by referring the offeror to a specific section of the RFP.

1.7. PREPROPOSAL CONFERENCE OR SITE INSPECTIONNDUS will not hold a pre-proposal conference or site inspection for this RFP.

1.8. OFFER HELD FIRMOfferors must hold proposals firm for at least 90 days from the deadline for receipt of proposals. NDUS may send a written request to all offerors to hold their offer firm for a longer time period of time.

1.9. OFFEROR RESPONSIBLE FOR COSTSOfferor is responsible for all costs associated with the preparation, submittal, presentation, and evaluation of any proposal.

1.10. PROPOSAL SUBMISSION DEADLINEAn offeror is responsible for ensuring that its proposal is physically received by NDUS prior to the deadline for receipt of proposals identified in the RFP schedule. A solicitation amendment will be issued if this deadline is changed.

Offerors assume the risk of the method of dispatch chosen. NDUS assumes no responsibility for delays caused by any delivery service. Postmarking by the deadline shall not substitute for actual proposal receipt by NDUS. A proposal submitted orally, by email, by fax, or by other electronic means will be rejected. Proposals may be faxed or electronically transmitted to a third party who must put in a properly addressed envelope or package and deliver it to NDUS prior to the deadline.

Proposals will be secured and held unopened until the deadline for receipt of proposals. As proposals are received, the outer envelope will be annotated with the date and time of receipt. An offeror may contact the procurement officer to inquire whether its proposal has been received.

1.11. AMENDMENT AND WITHDRAWAL OF PROPOSALSOfferors may amend or withdraw proposals prior to the deadline for receipt of proposals. No amendments will be accepted after the deadline unless they are in response to NDUS’s request. After

Page 6 of 28RFP# CTS-14-002

Page 7: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

the deadline, offerors may make a written request to withdraw proposals and provide evidence that a substantial mistake has been made, and NDUS may permit withdrawal.

1.12. PROPOSAL OPENING – LATE PROPOSALS REJECTEDA public opening will not be held. At the specified date and time, each proposal will be opened in a manner to avoid disclosure of the contents to the competing offerors. Proposals delivered late will be rejected.

1.13. NEWS RELEASESOfferors shall not make any news releases related to this RFP without prior approval of NDUS.

1.14. CONFLICT OF INTERESTUnder procurement rules, a NDUS employee or official shall not participate directly or indirectly in a procurement when the NDUS employee or officials knows of a conflict of interest. Potential conflicts of interest include NDUS employees or their immediate family members employed by the firm, seeking employment with the firm, or with a financial interest in the firm. Potential conflicts of interest will be addressed in accordance with SBHE Policy 611.4

1.15. ATTEMPT TO INFLUENCE PROHIBITEDOfferors must not give or offer to give anything to a NDUS employee or official anything that might influence, or appear to influence procurement decisions.

1.16. COLLUSION PROHIBITEDOfferors must prepare proposals independently, without collusion.

Page 7 of 28RFP# CTS-14-002

Page 8: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

SECTION TWO – BACKGROUND

2.0 BACKGROUND INFORMATIONNDUS’s CTS division plans, integrates, coordinates, and supports the system-wide delivery of technology-based resources, services, and solutions to North Dakota University System (NDUS) institutions, students, faculty, staff, the System Office, and North Dakota residents by leveraging current technologies, researching new technologies, and positioning the University System to innovate and use future technologies.

As part of the development and deployment of the CTS Project and Portfolio Management Office (PPMO), CTS seeks a solution that incorporates project and workflow management functionality to help facilitate activities related to request management, portfolio management, project management, and resource management.

CTS has historically conducted project management on a project-by-project basis. Some teams have used project management tools while others have not.

As day-to-day workload and the volume of projects received continues to grow, CTS does not currently have the ability to monitor resource capacity, review the progress of multiple projects concurrently, or see how project decisions impact other projects at a portfolio level. Additionally, divisions within the organization have historically operated in a siloed manner making cross-divisional project communication and control challenging at times.

As workload has grown, so has the need to prioritize projects. Access to the project portfolio will provide CTS management, the CTS PPMO, and project sponsors with the information to prioritize and balance risk among projects and programs that may have different objectives but as a group contribute to the company’s overall strategic plan. It will also provide information critical in choosing the right projects and programs for NDUS and CTS.

2.1. DEFINITIONSFor the purposes of this RFP, the acronyms and defined terms are as follows:

Acronym or Term Name or DefinitionsContractor Entity that has an approved contract with the North Dakota

University SystemCT Central Time ZoneCTS Core Technology ServicesRFP Request for ProposalNDUS North Dakota University SystemWMS Workflow Management SystemPPMO Project and Portfolio Management OfficeN.D.C.C. North Dakota Century CodeSBHE State Board of Higher EducationPEC Proposal Evaluation Committeesystem-wide Within the application or the whole productFERPA Family Educational Rights and Privacy ActHIPAA Health Insurance Portability and Accountability ActPCI Payment Card Industry

2.2. BUDGETThe funds for payment of this contract are already appropriated and identified. The estimated budget for the WMS is between $35,000 and $70,000 annually.

Page 8 of 28RFP# CTS-14-002

Page 9: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

2.3. TECHNICAL ARCHITECTURE OVERVIEWA brief description of each component of the technical architecture is provided in the Technical Architecture Overview – Attachment 1 to this RFP.

Page 9 of 28RFP# CTS-14-002

Page 10: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

SECTION THREE – SCOPE OF WORK

3.0 SCOPE OF WORKNDUS is soliciting proposals for the selection and implementation of a vendor-hosted Work Management System (WMS). The WMS will provide functionality to assist in the management of CTS and NDUS enterprise IT projects as well as day-to-day management of workflow.

The solution will be used by the CTS leadership, the PPMO, division heads, and end users and will impact the following areas:

1) Request Managementa) Track incoming project, work, and break/fix requests.b) Route incoming requests through project management, workflow management, or project

backlog.2) Portfolio Management

a) Prioritize projects as they relate to other projects in the portfolio.b) Compare project progress (budget, schedule, resource).c) Track project success rates and ROI.

3) Project Managementa) Plan project schedules and allocate resources.b) Provide project progress reports (e.g. schedule, budget, risk…).c) Assist in risk management an issue tracking.d) Facilitate cross-functional collaboration.e) Coordinate project document management.f) Manage task lists.

4) Resource Managementa) Track resource workload and availability as it relates to both projects and daily tasks.b) Manage reoccurring work (e.g. maintenance, meetings, administration…).

The solution will provide functionality to facilitate the CTS work process – Attachment 6.

3.1. APPLICABLE DIRECTIVESThis information technology project may be subject to the following directives:

• N.D.C.C. § 15-10- 44 related to State Board of Higher Education’s duties and reports on higher education information technology

• SBHE Policy 1901.3 related to Information Technology Project Management• NDUS Procedure 1901.3 related to Information Technology Approval Process• N.D.C.C. §§ 54-35-15 related reporting to and review by the Legislative Council Information

Technology Committee.

This work performed under this contract must comply with the following requirement:

Core Technology Services reserves the right to periodically audit any or all hardware and/or software infrastructure provided by the Contractor to ensure compliance with industry standards and best practices as well as the requirements of the NDUS. NDUS requires compliance with the HIPAA, FERPA, PCI specifications, and all other applicable state, local and federal laws and regulations.

3.2. INFORMATION TECHNOLOGY SOLUTIONA. RequirementsNDUS has developed a Requirements Matrix – Attachment 2 – to describe the requirements for the proposed solution. See this attachment for a detailed description of the required and desired features and functionality of the IT solution.

B. Hosting

Page 10 of 28RFP# CTS-14-002

Page 11: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

The Offeror will provide NDUS with applicable hosting information related to the proposed solution.

C. LicensingThe offeror will provide NDUS with all applicable licenses related to the proposed solution.

D. Professional Services RequirementsThe Contractor will be required to provide the following professional services as described below:

IT consulting services Analysis/design Application configuration Testing Documentation Implementation services Training Technical support Maintenance support

E. Location of Work – TravelThe Contractor will be required to travel to NDUS’s CTS Grand Forks and Fargo locations as follows:

Solution Demonstrations - Offerors whose proposals are determined to be reasonably susceptible for award will be required to present a product demonstration to the evaluation committee. Product demonstrations are expected to take place between 10/20/14 and 10/22/14. Offerors selected to provide a product demonstration will be notified and provided with demonstration instructions by 10/6/14.

Project Kickoff – The Contractor will be required to travel to the CTS Grand Forks location to kick off the solution implementation. This site visit will include, but is not limited to, project planning, schedule review, and discovery. The anticipated duration of this travel is 3-5 days. The date of this travel will be determined during contract negotiation.

Solution Training – The Contractor will be required to provide on-site solution training to individuals identified by CTS. The anticipated duration of this travel is 1-3 days.

The offeror must clarify any changes to the above expectations and identify any additional travel in the proposal.

CTS offices are located at:

CTS Grand Forks4349 James Ray DriveGrand Forks, ND 58202

CTS Fargo2000 44th St. SW, Suite 301Fargo, ND 58103

F. NDUS-Furnished Property and ServicesNDUS will provide the following property and services for site visits:

Desk/work space, training room access, telephone access, Internet, guest parking permit(s).

NDUS will provide a sponsor and a primary project manager. NDUS will provide staff required to assist with the implementation and integration of this solution into the NDUS system framework.

G. Risk Management RequirementsThe Contractor will take appropriate measures to ensure the safety of its employees, NDUS employees, the public, and property. The Contractor must identify any additional risks associated with the project.

Page 11 of 28RFP# CTS-14-002

Page 12: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

H. Project Management RequirementsNDUS and Contractor will be required to comply with the NDUS’s requirements related to Project Management of Large Information Technology Project, including:

The project shall follow the Project Management Institute’s (PMI) Project Management Body of Knowledge (PMBOK)

The Contract - Attachment 5 includes provisions related to Project Management.

The NDUS project manager will prepare a Project Plan using the NDUS methodology and applicable template: http://cts.ndus.edu/sits-departments/office-of-the-cio/project-management-oversight/. The Contractor will need to provide information necessary to prepare the Project Plan.

NDUS’s project manager will direct and manage the project on a day-to-day basis and will have the primary responsibility for management of the project. The Contractor’s project manager and lead consultants will report to NDUS’s project manager within the project’s governance structure.

During the planning phase, Contractor shall be responsible for the project management related tasks/information specified below.

Contractor Primary Responsibilities:

1. Provide a Quality Management Plan to include the methodology for maintaining quality of the code and workmanship, and related subcontractor(s) activities where appropriate.

2. Provide a Test Management Plan that describes how the Contractor and NDUS shall verify the product meets the requirements.

3. Provide a Training Plan.4. Provide an Implementation Plan.5. Provide a Transition Plan. This plan shall describe the steps necessary to turn the final

deliverables over to the NDUS. The plan shall contain sufficient information to assure that all necessary steps are identified and that each step has sufficient resources assigned.

Contractor Secondary Responsibilities:

1. Assist in the development of detailed schedule with fixed deadlines to include:a. A work breakdown structure;b. Schedule including tasks, activities, activity duration, sequencing and dependencies;c. Completion date of each task;d. Milestones; including entrance and exit criteria for specific milestones.

2. Assist in the development of the Human Resources Plan to include:a. Staff assigned and their location and schedule;b. The project resources required;c. Resource allocation percentage by role;d. Contractor’s resources;e. NDUS resources.

3. Assist in the development of a Communication Plan including: a plan for generation, documentation, storage, transmission and disposal of project information.

4. Assist in and review of the Risk Management Plan to ensure that risks are identified, planned for, analyzed, communicated and acted upon effectively.

5. Assist in the development of the Project Closeout Report to include participation in the lessons learned exercise.

I. Contract Schedule and DeliverablesNDUS has identified the following deliverables that are significant work products or milestones in the project. NDUS requires these deliverables to be addressed in the Contract Schedule, as a minimum. These deliverables will be identified within the Scope of Work to be attached to the Contract – 6.

Page 12 of 28RFP# CTS-14-002

Page 13: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

CONTRACTOR shall develop a schedule for accomplishing the Scope of Work, including these specific deliverables.

NDUS and CONTRACTOR will agree upon acceptance criteria for deliverables.

1. Project ‘Kick Off’ meeting: The Contractor will make a site visit to kick off WMS implementation. The site visit date will be identified during contract negotiation.

2. Planninga. The Contractor will deliver an integrated project management plan developed in

partnership with CTS.b. The Contractor will deliver an integrated project schedule for the duration of the

WMS implementation (including training).3. Discovery: The Contractor will make site visits to CTS Grand Forks (and CTS Fargo if

necessary) to conduct team member interviews and to evaluate the current workflow and project management processes.

4. Design: The Contractor will use information gained during discovery to develop the following:a. Architectural design document.b. Relational data model.

5. System setup and configuration: The Contractor will set up and configure the designed system in preparation for CTS implementation. This includes interface set up.

6. System documentation: The Contractor will be responsible for providing system documentation.

7. Installation: The Contractor will assist the CTS team in installing the WMS.8. Testing: The Contractor will be responsible for providing system testing prior to

implementation. The testing phase will include the following:a. Testing plan.b. System and functionality testing.c. Interface testing.

9. Training: The Contractor will be required to develop user training in partnership with the CTS WMS Implementation team. Training will include the following:a. Training plan.b. End user training.c. End user manuals.d. Application administration training.e. System and application administrator manuals.

10. Implementation: Estimated: January – February 2015.11. Post Implementation Report: The Contractor will partner with the CTS project manager

to develop the post implementation report.

3.3. PRODUCT SUPPORT AND CUSTOMER SERVICE REQUIREMENTSA. WarrantyCONTRACTOR must provide a minimum 30-day warranty for the proposed solution. The Contract – Attachment 5 - includes provisions related to warranties. NDUS will consider options for additional warranty coverage.

B. Technical SupportThe Contract – Attachment 5 - includes provisions related to Software Support – Service Level Requirement. NDUS will consider options for additional levels of technical support.

C. Software MaintenanceNDUS requires CONTRACTOR to provide software maintenance support. NDUS will consider any options for additional software maintenance support.

Page 13 of 28RFP# CTS-14-002

Page 14: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

D. Customer Service, Sales SupportNDUS requires CONTRACTOR to provide customer service and sales support. NDUS will consider any options for additional software maintenance support.

E. Implementation SupportNDUS requires CONTRACTOR to provide implementation support. NDUS will consider and options for additional implementation support.

3.4. OFFEROR EXPERIENCE AND QUALIFICATIONS MANDATORY REQUIREMENTSOfferors must meet the following experience and qualifications mandatory requirements:

1. The solution must be a Commercial off-the-shelf solution that has been commercially available for a minimum of two years, and has been successfully implemented for a minimum of three customers.

2. Offeror must have performed similar work for a comparably sized institution of higher education within the previous two years.

3. Offeror must have at least three years professional experience performing similar IT consulting

Page 14 of 28RFP# CTS-14-002

Page 15: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

SECTION FOUR – PROPOSAL

4.0 PROPOSAL PREPARATION AND SUBMISSIONNDUS discourages overly lengthy and costly proposals. An offeror must prepare its proposal using the prescribed proposal format and provide all the requested information; this will enable the proposal to be evaluated fairly and completely. Proposals not submitted in this format may be considered unresponsive. If an offeror submits more than one proposal, each proposal must be prepared in accordance with these instructions.

Proposals become property of NDUS.

4.1. FORMAT & PROPOSAL SUBMISSION INSTRUCTIONSFormat: Each proposal will include a technical proposal and a cost proposal prepared in accordance with these instructions.

Technical Proposal – Format the proposal with the following labeled sections:

Section 1 – Cover LetterSection 2 – RFP AmendmentsSection 3 – Information Technology SolutionSection 4 – Product Support and Customer ServiceSection 5 – Experience and QualificationsSection 6 – FinancialsSection 7 – Contract ProvisionsSection 8 – Open Records and Confidentiality

Cost Proposal – Submit in a separate sealed envelope.

Submission Instructions: Offerors shall clearly address all envelopes or packages as follows:

North Dakota University SystemCore Technology ServicesAttention: David KonerzaRFP: Work Management System SolutionRFP Number: CTS.14.0024349 James Ray DriveGrand Forks, ND 58202

Offeror shall submit five copies of its Technical Proposal.

Offeror shall submit one copy of its Cost Proposal in a sealed envelope, clearly labeled “Cost Proposal.”

Offeror shall submit two electronic copies of its proposal on a USB Flash Drive. The electronic copy should be in MS Word or PDF format with the Technical Proposal and Cost Proposal saved as separate files.

4.2. TECHNICAL PROPOSALSection 1 – Cover LetterProposals shall include a cover letter signed by an individual with authority to bind the offer that includes the following:

1. The name of the offeror, name of the person to contact regarding the proposal, email address, telephone number, and mailing address.

2. A statement that the offeror has read and agrees to comply with the requirements stated in this Request for Proposal.

Page 15 of 28RFP# CTS-14-002

Page 16: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

3. A statement that the offeror’s proposal accurately describes the information technology solution and services being offered to the NDUS.

4. A statement indicating whether or not the firm or its employees have an apparent or actual conflict of interest, such as immediate family members employed by the North Dakota University System, or NDUS employees with a financial interest in the firm.

Section 2 – RFP AmendmentsProvide signed copies of all Solicitation Amendments issued by NDUS that were required to be acknowledged by offerors.

Section 3 – Information Technology SolutionOfferors must provide a point-by point response to explain how the proposed solution will meet all the requirements and achieve the stated objectives described in RFP Section 3, Scope of Work, subsection 3.2 Information Technology Solution. Provide all requested information and documents.

A. RequirementsRequirements Matrix. The requirements for this project have been described in the Requirements Matrix – Attachment 2. Proposals must:

1. Respond in the appropriate columns on the matrix as to how your services and/or solution shall provide for each requirement.

2. Use the Notes fields to describe in detail how your solution meets each requirement.3. Provide any additional technical details of your proposed solution that you feel the NDUS

should consider.4. Explain why your solution is advantageous in the marketplace.

Value-Added Features

The proposed solution may include value-added features. Value-added features include any functionality, products, services, optional modules, or upgrades that are not part of the IT requirements in this RFP. Describe any additional functionality, products, optional modules, upgrades or services that you offer and are not a part of the RFP requirements that you believe would add value to your proposed work on this project.

1. Offeror shall list the cost of value-added features separately in the cost proposal.2. NDUS shall not consider these costs as part of cost evaluation scoring.3. The NDUS reserves the right to include value-added features from the proposals during

contract negotiations.

Architecture

1. Describe the architecture of the solution and provide architecture diagrams for the proposed solution.

2. Is the solution a single, fully integrated application or is it comprised of multiple, separate modules? Explain.

3. Is all functionality proposed available through a thin client, browser-based interface? Explain.

Page 16 of 28RFP# CTS-14-002

Page 17: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

B. HostingThe offer must provide answers to each question in the Vendor-Hosted Solutions Questions – Attachment 3.

C. Licensing1. The Respondent should describe the licensing required and licensing options for the

proposed solution, including advantages of the various options. The offeror shall specifically outline the associated licensing and maintenance fees in the cost proposal.

2. Vendor Software Strategy . Proposal must describe your firm’s Open Source Software (OSS) strategy.

a. If your firm partners with other vendors, provide your partners’ OSS strategy.b. Provide details on any open source code that you use within your code base.

c. If you use open source code in your code base, describe how you manage within your code base patch management related to the open source code, security patches, and other patches.

d. Describe how your firm ensures that software including open source is secure enough to release and any tools that you use to make that determination.

D. Professional Services RequirementDescribe your strategy for accomplishing the professional services described in the Scope of Work. Provide a narrative describing the personnel that will perform the work and methods to be used.

1. Analysis/design – Offerors will describe their approach to evaluating current systems and functional specifications.

2. Application Configuration – Offerors will describe their process for developing a workflow framework within a system given information gathered in the analysis/design phase.

3. Testing – Offers will describe the process for testing system effectiveness prior to implementation.

4. Documentation – Offerors will describe the format and types of documentation they will provide.

5. Implementation Services – The offeror will describe the services they provide for system customization.

6. Integration – The offeror will describe their ability to assist with the integration of the system into existing CTS systems (Ellucian’s Service Now, Microsoft Office, Microsoft Lync, Microsoft Project).

7. Training – Describe the training services the offeror provides.

E. Location of Work – TravelDescribe any additional travel/site visits your firm recommends.

The Respondent should describe any suggested changes to the travel requirements listed in Location of Work - Section 3.2 E.

F. NDUS Furnished Property and ServicesProvide a detailed breakdown of Offeror’s expectations for NDUS resources that will be needed for the project, including number of staff, qualifications, roles and responsibilities and the percentage of time for each resource for the various phases of the project.

Page 17 of 28RFP# CTS-14-002

Page 18: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

G. Risk Management and Safety RequirementsDescribe any risks you feel could impact a timely and fully successful completion of the project. Describe what measures will be taken to avoid or minimize these risks? Identify any additional measures the NDUS can take to can be taken to mitigate these risks

H. Project Management RequirementsThe offeror must:

1. Review all project management and large project oversight related information. Describe your strategy for accomplishing the project management requirements described in section 3.2.H. of the Scope of Work.

2. Provide examples of project management methodologies, tools, and templates used in previous projects that support offerors ability to function successfully within North Dakota’s project management framework.

a. Project management methodologies.b. Quality management plan.c. Testing management plan.d. Work breakdown structure and schedule.

I. Contract Schedule and DeliverablesOfferors must submit a draft schedule that addresses the deliverables and milestones specifically described in the Scope of Work. The proposed schedule may incorporate other deliverables, work products, milestones, or work breakdown that the offeror feels are significant in the project.

The draft work schedule will cover both offeror and NDUS tasks and responsibilities. Describe any expectations from the NDUS related to each deliverable or milestone.

The schedule must contain a timeline in the number of days or weeks with start and stop dates for analysis, build, testing, and implementation.

Upon award, the successful offeror’s proposed project schedule will be reviewed and refined with NDUS during the planning phase.

Section 4 – Product Support and Customer Service RequirementsOfferors must provide a point-by point response to RFP Section 3, Scope of Work, Section 3.3, Product Support and Customer Service Requirements. Provide all requested information. Clearly describe how the proposed solution meets all requirements. Provide any additional information to fully explain the solution being proposed. Proposals must follow the same numbering used in the RFP. For example:

A. WarrantyDescribe all warranties included for the proposed solution. All costs associated with the warranties must be clearly outlined in the cost proposal.

B. Technical SupportDescribe your service level agreements (SLA), including such items as callback time, response time for fixes, methods of contact, and escalation processes. Some items to consider in your response that may be relevant:

1. What are your technical support options?a. Offerors should anticipate that service level agreements will be required and

specified by the NDUS prior to final contract award.b. Offerors are requested to propose their recommended Service Levels and

describe the value to the NDUS.

Page 18 of 28RFP# CTS-14-002

Page 19: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

2. Is documentation available for the system administrator and support for end users (i.e. online knowledge base help and user’s manuals, etc.)? Please explain.

3. Provide your problem resolution process diagram.4. Is your support staff located at a call center? If so, where?5. What are your support hours?6. What are your response times?7. Provide help desk employees’ qualifications.

C. Software MaintenanceFor any product you are proposing:

1. Describe in detail how software maintenance is handled.2. Does maintenance include all upgrades and technical support?3. Describe any software maintenance requirements.4. Describe the process for issuing maintenance releases and patches?5. Describe your major and minor release cycles.6. What is the frequency for major and minor upgrades?7. What is the typical down time required for major and minor upgrades?8. What is the estimated level-of-effort required to perform an upgrade?9. Explain the process for upgrading and applying patches to your solution.10. If database schema extension is required to meet the business need, how does this

impact the upgrade/patch process?11. How are the customizations and/or configurations maintained during an upgrade?

D. Customer Service, Sales SupportDescribe the related customer service and sales support that your firm provides in conjunction with the products and/or services you are proposing. Some items to consider in your response that may be relevant:

1. Account representative experience with the products and services being offered.2. Offeror process for handling customer inquiries and response time.3. Ongoing product updates and strategic planning.4. Reports related to technical support performance under the contract.5. Maintaining a website for sales and customer support of the contract.6. Initial training and start-up services.7. Ongoing training programs.

E. Implementation SupportDescribe the related implementation support that your firm provides. Some items to consider in your response that may be relevant:

a. Training services provided.b. Support training materials.c. Training modules developed.

Section 5 – Experience and QualificationsAn offeror must provide information to demonstrate meeting the offeror Experience and Qualifications Mandatory Requirement in RFP Section 3, Scope of Work, Subsection 3.4 Offeror Experience and Qualifications Mandatory Requirements.

A. Prior ExperienceDescribe the number of years the offeror has provided the type of work requested in this RFP. Describe specific experience of their firm in completing similar projects. Provide a description of the project, approximate time frame of the project, and contact information for the customer.

Page 19 of 28RFP# CTS-14-002

Page 20: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

B. Project TeamProvide a narrative or organizational chart that describes the organization of the proposed project team. Provide information for key project team members, including:

1. Description of anticipated work they will perform and approximate estimated hours;2. Resume or description of the relevant education, training, experience, skills and

qualifications;3. If the offeror has vacant positions, identify the job description and minimum qualifications

for staff members to be recruited.4. Subcontractors. If an offeror intends to use subcontractors, the offeror must identify in

the proposal the names of the subcontractors and the portions of the work the subcontractors will perform. Provide a statement that the offeror will ensure that the subcontractor has or will obtain any required licenses and registrations, including registration with the North Dakota Secretary of State.

5. Joint Venture. If submitting a proposal as a joint venture, offeror must submit a copy of the joint venture agreement that identifies the parties involved and its rights and responsibilities regarding performance and payment.

C. ReferencesProvide three references for similar projects the offeror has completed. Offerors must include the name of a contact person, address, e-mail, and telephone number. Offerors are instructed to notify the reference that the NDUS will be contacting them. Evaluation will be impacted if the NDUS is unable to contact the reference or the reference does not timely provide the requested information.

Section 6 – FinancialsOfferor shall provide financial information in such a manner that the NDUS can reasonably formulate a determination about the stability and financial strength of the organization. NDUS may request reports on financial stability from independent financial rating services in order to further substantiate stability.

A. FirmProvide a narrative with the following information:

1. Organization/date of incorporation;2. Ownership;3. Number of employees; and4. Revenues for the last fiscal year.

B. B. FinancialsProvide at least one of the following:

1. Audited financial statements for the most recent 3 years;2. An Annual Report as verification of financial status provided it contains at a minimum a

Compiled Income Statement and Balance Sheet verified by a Certified Public Accounting firm (NDUS reserves the right to contact the accounting firm if questions arise); or

3. Tax returns and financial statements including income statements and balance sheets for the most recent 3 years, and any available credit reports.

C. DisclosureDisclose any and all judgments, pending or expected litigation, or other real potential financial reversals, which might materially affect the viability or stability of the offeror’s organization; or certify that no such condition is known to exist.

Page 20 of 28RFP# CTS-14-002

Page 21: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

Section 7 – Contract ProvisionsA. ContractOfferors shall review Contract – Attachment 5.

The proposal must include a copy of the Contract completed according to the instructions in the attachment.

Offerors are not to submit their own standard terms and conditions with their proposals. Offerors should address the specific language in the attached contract and submit any proposed changes or additional terms and conditions an offeror seeks to present for consideration by NDUS.

B. Proposed Additional TermsThe proposal may also include any proposed additional terms and conditions, such as a software licensing agreement or maintenance agreement.

Section 8 – Open Records and ConfidentialityThe state of North Dakota has broad open records laws. Proposals received are exempt from open record requirements until an award is made, in accordance with N.D.C.C. § 44-04-18.4(6) . After award, proposals are subject to the North Dakota open records laws. Proposals or portions of proposals may be confidential only if specifically stated in law.

Offerors are instructed not to mark their entire proposal as “confidential.”

Offerors must provide one of the following in their proposal:

Provide a statement indicating that their proposal does not contain any confidential information, or;

Make a written request to hold confidential any trade secrets and other proprietary data contained in its proposal. Offeror must clearly identify the material considered confidential and explain why the material is confidential. See the North Dakota Office of the Attorney General website for additional information. http://www.ag.nd.gov/OpenRecords/ORM.htm

If NDUS receives a request for public information, the procurement officer, in consultation with the NDUS Legal Counsel, shall determine whether the information is an exception to the North Dakota open records laws, and the information shall be processed accordingly.

4.3. COST PROPOSALCost proposals must be submitted in a separate sealed envelope clearly marked “Cost Proposal.”

Cost proposals must provide a total proposed cost for completing the requirements of this RFP. Include a detailed itemization of the cost proposal (e.g. breakdown of the project costs, direct and indirect expenses, total number of hours at various hourly rates, overhead, travel, etc.).

Cost proposals should be developed for a three-year term. Offerors should itemize all costs (e.g. implementation, training, subscription, etc.…).

All costs must be stated in U.S. currency. Any commodities being imported must be identified, and the price must include any applicable customs, brokerage agency fees, and duties.

The offeror should describe any discount terms for prompt payment. Discounts for prompt payment will not be considered in evaluating costs.

Provide costs associated with any Value-Added Features included in your proposal response. Provide details related to initial costs, reoccurring costs, and options.

Page 21 of 28RFP# CTS-14-002

Page 22: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

SECTION FIVE – PROPOSAL EVALUATION

5.0 AWARDNDUS intends to award a contract to the responsible offeror whose proposal is determined to be responsive to the requirements of the solicitation and is determined to be most advantageous in consideration of the RFP evaluation criteria.

5.1. EVALUATION CRITERIAA maximum of 100 points may be awarded based upon the quality and thoroughness of the offeror’s response to each evaluation factor. The technical proposals evaluation score and cost proposal evaluation score will be added to determine the total evaluation score. The evaluation criteria and relative weight is as follows (see also the Proposal Evaluation Process – Attachment 4):

Technical Proposal Evaluation: 75 Points

A. Technical Solution Proposed: Up to 40 points will be awarded based upon an evaluation of the offeror proposed solution. Technical Solutions will evaluate the following:

a. Functional Requirementsb. Technical Requirementsc. Operational Requirementsd. Transitional Requirementse. Value Added Featuresf. Hostingg. Licensingh. Professional Service Requirementsi. Project Management Requirements

B. Product Support and Customer Service Requirements: Up to 25 points will be awarded and include the following evaluation criteria

a. Warrantyb. Technical Supportc. Software Maintenanced. Customer Service and Supporte. Implementation Support

C. Experience and Qualifications: Up to 10 points will be awarded.

a. Prior Experienceb. Project Teamc. Referencesd. Financials

Minimum Technical Score: Technical proposals must receive at least 45 points of the total points available for the Technical Score to be considered responsive to the RFP requirements.

Cost Proposal Evaluation: 25 Points

5.2. PROPOSAL EVALUATIONA. Responsiveness

All proposals will be evaluated to determine if they are responsive to the requirements of the solicitation. NDUS reserves the right to waive minor informalities. Minor informalities are insignificant omissions or nonjudgmental mistakes that are matters of form rather than substance, evident from RFP document, with a negligible effect on price, quantity, quality,

Page 22 of 28RFP# CTS-14-002

Page 23: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

delivery, or contractual conditions that can be waived or corrected without prejudice to other offerors.

Responsive proposals will be evaluated by the procurement officer and the proposal evaluation committee using the evaluation criteria stated in the RFP. The technical proposals evaluation score and cost proposal evaluation score will be added to determine the total evaluation score. After the initial evaluation, the evaluation committee may determine which proposals are reasonably susceptible for award and short-list the evaluation process to only those offerors. The final evaluation score will consider information received by NDUS, including but not limited to, discussions with offerors, demonstrations, presentations, site visits, reference checks, and best and final offers.

B. Responsibility

NDUS may, at any time, make a supplementary investigation as to the responsibility of any offeror. This investigation may include, but is not limited to, financial responsibility, performance record, or other matters related to the offeror’s probable ability to deliver if a contract is awarded to the offeror. NDUS reserves the right to contact references, other customers, including state and local government agencies, regarding past experience with the offeror. If it is determined that an offeror appears not to be sufficiently responsible, the proposal will be rejected.

5.3. COST PROPOSAL EVALUATIONS – RECIPROCAL PREFERENCENDUS will calculate evaluation points awarded to cost proposals. Any prompt payment discount terms proposed by the offeror will not be considered in evaluating cost.

The cost amount used for evaluation may be affected by the application of North Dakota Preference laws in accordance with SBHE Policy 803.1(7).

Cost proposals will not be made available to PEC members until the completion of the Technical Solution Proposal Review. After applying any reciprocal preference, the cost proposal with the lowest cost will receive the maximum number of points. Points awarded to other cost proposals will be calculated as follows:

Price of Lowest Cost ProposalX Twenty-five (25) Points = Cost Proposal Points

Price of Proposal Being Rated

5.4. CLARIFICATIONS OF OFFERORS – DISCUSSIONSIn order to determine if a proposal is reasonably susceptible for award, communications by the procurement officer or evaluation committee are permitted with an offeror to clarify uncertainties or eliminate confusion concerning the contents of a proposal and determine responsiveness to the RFP requirements. Discussions will be limited to the specific section of the RFP or proposal indicated by the NDUS.

In conducting discussions, there may be no disclosure of any information derived from proposals submitted by competing offerors. Clarifications may not result in a material or substantive change to the proposal.

Discussions are generally conducted by telephone or internet-based conference.

5.5. RIGHT OF REJECTIONNDUS reserves the right to reject any proposals, in whole or in part. Proposals received from suspended or debarred bidders will be rejected. Proposals determined to be nonresponsive, to the requirements of the RFP will be rejected. NDUS reserves the right to reject the proposal of an offeror determined to be not responsible. NDUS reserves the right to refrain from making an award if determined to be in its best interest.

Page 23 of 28RFP# CTS-14-002

Page 24: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

5.6. DEMONSTRATIONSOfferors whose proposals are determined to be reasonably susceptible for award will be required to provide a demonstration for the proposal evaluation committee. Offerors shall be responsible for all associated costs, including any travel and per diem.

Location and Schedule: Demonstrations are scheduled to take place between 10/20/14 and 10/22/14 at the CTS Grand Forks location (4349 James Ray Drive, Grand Forks, ND, 58202). Offerors selected to provide a demonstration will be notified by 10/6/14.

Offerors will be provided with a list of project and break/fix requests and asked to demonstrate how the solution meets the requirements listed in the Requirements Matrix – Attachment 2 – and apply the CTS workflow process – Attachment 6. The demonstration also provides offerors the opportunity to present any value added features. The presentation is required to utilize a live environment demonstration (no PowerPoint/screen shots).

Demonstration Scoring – The Proposal Evaluation Committee will use criteria previously defined in the proposal evaluation worksheet and may adjust initial scores based on the demonstration.

5.7. BEST AND FINAL OFFERSNDUS is not obligated to request best and final offerors; therefore, offerors should submit their best terms (technical and cost) in response to this RFP.

If NDUS determines there is a need for any additional information, substantial clarification or changes to the RFP or proposals, NDUS may request for best and final offers from offerors that have submitted proposals determined to be reasonably susceptible for award. The best and final offer request will describe the additional information, clarification, or change being requested.

A date and time will be established for receipt of revised proposals. If an offeror does not submit a best and final offer, NDUS shall consider its original proposal as its best and final offer.

Best and final offers will be evaluated using the evaluation criteria stated in the RFP.

5.8. NEGOTIATIONSNDUS may enter into negotiations with one or more offeror whose proposals received the highest scores and are reasonably susceptible for award. During negotiations, the NDUS and offeror may agree to alter or otherwise change the terms and conditions and price of the proposed contract. Negotiation, if held, will be within the scope of the RFP and limited to those items that would not have an effect on the ranking of proposals.

The offeror will be responsible for all costs, including any travel and per diem expenses.

Contract negotiations will be conducted primarily by e-mail, conference calls, or internet-based conference. Any on-site negotiation, if needed, will be held in Bismarck, ND.

NDUS may terminate negotiations, reject a proposal as nonresponsive, and continue or commence negotiations with other offerors reasonably susceptible for award, if the offeror:

fails to provide necessary information for negotiation in a timely manner, fails to negotiate in good faith, is unable to successfully negotiate contract terms that are acceptable to NDUS, or indicates that it cannot perform the contract within the budgeted funds.

5.9. NOTICE OF INTENT TO AWARDAfter proposals have been evaluated and the successful offeror selected, notice of intent to award will be promptly issued to all offerors that submitted proposals. Upon issuance of this notice, the procurement file becomes an open record.

Page 24 of 28RFP# CTS-14-002

Page 25: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

The successful offeror named in the Notice of Intent to Award is advised not to begin work, purchase materials, or enter into subcontracts until the successful offeror and NDUS sign the contract.

5.10. CONTRACT APPROVALThis RFP does not, by itself, obligate NDUS. NDUS's obligation shall commence when NDUS signs the contract. Upon written notice to the Contractor, NDUS may set a different starting date for the contract. NDUS shall not be responsible for any work done by the Contractor, even work done in good faith, if it occurs prior to the contract start date set by NDUS.

Page 25 of 28RFP# CTS-14-002

Page 26: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

SECTION SIX – CONTRACT INFORMATION

6.0 NORTH DAKOTA CONTRACTUAL REQUIREMENTS – BACKGROUNDAs a public institution and government entity of the North Dakota University System (NDUS), there are a number of statutes, rules, and policies (Requirements) that may restrict or prevent NDUS from entering into certain types of contracts or certain contractual terms and conditions, some of these Requirements are non-negotiable.

While these requirements occasionally make the process of negotiating a contract with NDUS more challenging than negotiating with a private industry business, these are not unique to any one institution of the North Dakota University System. These requirements apply to all public institutions and government entities of the state of North Dakota. Although some are unique to North Dakota, the majority of these requirements are common to public institutions and government entities throughout the United States.

6.1. CONTRACT TERMS AND CONDITIONS – OFFEROR’S PROPOSED CHANGESNDUS intends to execute a contract substantially similar to the Contract – Attachment 5. The Contractor must comply with the terms and conditions set forth in attached contract. Relevant North Dakota and SBHE procurement statutes, rules, and policies allow some negotiation of the terms and conditions. No changes to the terms and conditions will be permitted without prior written approval from NDUS.

Proposals subject to conditions imposed by the offeror may be rejected as nonresponsive, as determined by NDUS.

Proposed terms and conditions that conflict with those contained in the attached contract or that diminish the NDUS’s rights under the contract shall be considered null and void. The terms and conditions in the attached contract shall prevail in the event a conflict arises between a term or condition in the proposal and a term or condition in the attached contract.

Part or all of this RFP and offeror’s proposal may be incorporated into the attached contract.

Proposed alternate language shall not be considered accepted by NDUS without NDUS’s written acceptance of such language. NDUS may deem any failure to object to a contract provision as the offeror’s acceptance of that provision.

NDUS instructs offerors to contact the Procurement Officer in writing by the deadline set for questions in the RFP Schedule with any concerns regarding the contract provisions, including any proposed, alternate language.

6.2. CONTRACTUAL TERMS AND CONDITIONS – NO MATERIAL CHANGES6.2.1. Indemnification and Insurance

N.D.C.C. § 32-12.2-17 requires that the Office of Management and Budget establish guidelines for indemnification and insurance provisions in state contracts. The indemnification and insurance requirements contained in the attached contract are pursuant to those guidelines. NDUS shall not be deemed to have accepted any alteration of these provisions without prior written approval to offeror from NDUS acting in consultation with NDUS general counsel.

Indemnification

Indemnification is a contractual clause by which one party to a contract asks the other party to defend it against any claims of third parties who might be injured as a result of something that occurs while the parties are performing their duties and obligations under the contract. Without specific authority and approval to do so, as outlined in SBHE Policy 840, NDUS

Page 26 of 28RFP# CTS-14-002

Page 27: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

institutions cannot enter into agreements indemnifying Contractors, or any other entity, against third party claims.

Any clause that has the intent of indemnification, without using the words “indemnity” or “indemnify,” are not clauses to which NDUS may agree, except in conformity with SBHE Policy 840.

You are cautioned that NDUS will not agree to clauses to indemnify a Contractor “to the extent permitted by law.” Two reasons exist for this position. First, NDUS knows that the extent to which the law permits it to indemnify Contractors is to no or very limited extent, and it would therefore be disingenuous for NDUS to imply in a contract that there might be some set of circumstances under which NDUS would defend the Contractor against a third party claim(s). Simply put, NDUS is not going to agree to something it knows it cannot do. Second, the “extent” clause is simply an invitation to litigate the matter in the event a third party claim(s) arises, and NDUS does not enter into agreements that invite litigation.

Insurance

Upon receipt of the Notice of Intent to Award, the successful offeror must obtain the required insurance coverage and provide the procurement officer with proof of coverage prior to contract approval. The coverage must be satisfactory to NDUS, in consultation with NDUS general counsel. The successful offeror’s failure to provide evidence of insurance coverage is a material breach and grounds for withdrawal of the award or termination of the contract.

6.2.2. Limitation of Liability N.D.C.C. § 32-12.2-15 establishes that NDUS is prohibited from limiting direct damages, including those resulting from property damage or personal injury. Any request by an offeror for NDUS to limit direct damages is a request to which NDUS cannot agree. Waivers of Jurisdiction and Venue; Alternative Dispute Resolution

You are cautioned that the NDUS has limited authority to agree to the jurisdiction or the laws of another state or federal courts, and cannot do so except in consultation with NDUS general counsel. You are further cautioned that the NDUS has limited authority to contractually agree to alternative dispute resolution methods, and cannot agree to do so except in consultation with NDUS general counsel.

6.2.3. Confidentiality

All state agencies of North Dakota are subject to North Dakota public records laws. NDUS cannot agree to contractual terms that attempt to prevent it from having to disclose records that are declared public records under applicable statutes. Although some confidentiality and exemptions are allowed under the public records laws, NDUS may not agree to more restrictive obligations concerning its records. Under North Dakota public records laws, contracts are records that are open to the public and may be reviewed at the request of the public.

6.2.4. Unliquidated Expenses (i.e., attorney’s fees, add-ons, cost increases)

Because NDUS may only obligate those funds that have been appropriated to it by the Legislative Assembly and may only obligate those funds for the purposes for which the funds were appropriated, NDUS will not agree to clauses which may obligate it to pay for claims that might exceed its current funding appropriation.

6.3. SCOPE OF WORKThe Scope of Work agreed upon by the parties will be incorporated into the attached contract.

Page 27 of 28RFP# CTS-14-002

Page 28: Technology Contract-New-Formatted - NDUS CTScts.ndus.edu/wp-content/uploads/2014/09/WMS-RFP-CT…  · Web viewThe electronic copy should be in MS Word or PDF format with the Technical

6.4. CONTRACT TERMThe contract term will be set forth in contract, including any options for extension, renewal, and renegotiation.

6.5. COMPENSATIONCompensation and payment terms will be set forth in the contract based upon the successful offeror’s proposal.

6.6. LIQUIDATED DAMAGESThe contract may include a clause setting forth an actual dollar amount designated as liquidated damages in order to make NDUS whole if it suffers damages due to a Contractor’s fault. The specific dollar amount for liquidated damages may be part of the negotiation process. The amount will be reasonable and not disproportionate to the damages to NDUS that are anticipated at the point of the contract and will not serve in any way as a penalty.

6.7. TAXESA Contractor performing any contract, including service contracts, for the United States Government, State of North Dakota, counties, cities, school districts, park board or any other political subdivisions within North Dakota is not exempt from payment of sales or use tax on material and supplies used or consumed in carrying out contracts. In these cases, the Contractor is required to file returns and pay sales and use tax just as required for contracts with private parties. Contact the North Dakota Tax Department at 701-328-1246 or visit its website at www.nd.gov/tax/ for more information.

A Contractor performing any contract, including a service contract, within North Dakota is also subject to the corporation income tax, individual income tax, and withholding tax reporting requirements, whether the contract is performed by a corporation, partnership, or other business entity, or as an employee of the Contractor. In the case of employees performing the services in the state, the Contractor is required to withhold state income tax from the employees' compensation and remit to the state as required by law. Contact the North Dakota Tax Department at 701-328-1248 or visit its web site for more information.

Page 28 of 28RFP# CTS-14-002