RFP Boilerplate



RFP 8-43

MANAGED SERVICE PROVIDER

SECTION ONE

GENERAL INFORMATION AND REQUESTED PRODUCTS OR SERVICES

1.1 INTRODUCTION

In accordance with Indiana statute, including IC 5-22-9, the Indiana Department of Administration (IDOA), acting on behalf of the Indiana Office of Technology (IOT), requires a Managed Services Provider for the delivery of an end to end technology solution that provides the processes, components, and attributes described below. It is the intent of IDOA to solicit responses to this Request for Proposals (RFP) in accordance with the statement of work, proposal preparation section, and specifications contained in this document. This RFP is being posted to the IDOA website () for downloading. A nominal fee will be charged for providing hard copies. Neither this RFP nor any response (proposal) submitted hereto are to be construed as a legal offer.

1.2 DEFINITIONS AND ABBREVIATIONS

Following are explanations of terms and abbreviations appearing throughout this RFP. Other special terms may be used in the RFP, but they are more localized and defined where they appear, rather than in the following list.

Account Manager Managed Service Provider’s personnel assigned to service the State’s account.

Contingent Worker Individual employee of a supplier hired by the State.

IAC The Indiana Administrative Code.

IC The Indiana Code.

Full Time Equivalent The State defines FTE as a measurement of an employee's

(FTE) productivity on a specific project or contract. An FTE of one (1) would mean that there is one (1) worker fully engaged on a project. If there are two (2) employees each spending one-half (1/2) of their working time on a project that would also equal one (1) FTE.

Hiring Manager State agency representative requesting services through Managed Service Provider’s vendor management system.

Implementation The successful implementation of a vendor management solution at the Indiana Government Center as specified in the contract resulting from this RFP.

Installation The delivery and physical setup of products or services requested in this RFP.

Managed Service

Provider (MSP) The Respondent awarded the contract being solicited by this RFP.

Other Governmental

Body An agency, a board, a branch, a bureau, a commission, a council, a department, an institution, an office, or another establishment of any of the following:

(1) The judicial branch.

(2) The legislative branch.

(3) A political subdivision (includes towns, cities, local governments, etc.).

(4) A state educational institution.

Products Tangible goods or manufactured items as specified in this RFP.

Proposal An offer as defined in IC 5-22-2-17.

Respondent An offeror as defined in IC 5-22-2-18. The State will not consider a proposal responsive if two (2) or more offerors submit a joint or combined proposal. One (1) entity or individual must be clearly identified as the Respondent who will be ultimately responsible for performance of the contract.

Services Work to be performed as specified in this RFP.

State The State of Indiana.

State Agency As defined in IC 4-13-1, “state agency” means an authority, board, branch, commission, committee, department, division, or other instrumentality of the executive, including the administrative, department of state government.

Suppliers All subcontractors included in the Vendor Management System that the MSP will use to provide services.

Vendor Any successful Respondent selected as a result of the procurement process to deliver the products or services requested by this RFP.

Vendor Management

System (VMS) Online system the MSP utilizes to perform the requirements

described in this proposal.

Vendor Neutral A program where suppliers receive no preferential treatment and are awarded business based on performance.

1.3 PURPOSE OF THE RFP

The State is exploring various avenues for adding value, reducing costs, and increasing productivity in the areas of contingent labor. As a result of these efforts, we are exploring the use of various contingent workforce management tools and considering the use of a service provider for the managing and administering of a supplier management tool and the contingent worker engagement process at the State. It would be the State’s intention to have a MSP who is capable of managing and administering the State’s contingent workforce, from the forecasting and engagement of contingents to the completion, roll-off, and final evaluation of any efforts. While it is desired that this MSP will develop the solution, we are open to combined partnerships and other joint ventures to arrive at and ultimately manage the program.

Some of the intended goals of a vendor management solution include:

• Adding value in the areas of contingent worker procurement and utilization.

• Reducing the costs associated with contingent engagement and management.

• Minimizing the time spent engaging contingents and ensuring compliance with the State policies and procedures.

• Developing processes and policies that ensure compliance with legal, statutory, and regulatory requirements.

• Tracking, monitoring, and managing supplier performance.

• Obtaining reporting that will help the State with budgeting along with visibility into its contingent workforce spend.

• Aligning all job descriptions with associated qualifications and experience levels with State Personnel Department IT job classifications.

• Increasing the overall quality and speed of supplemental staff replacements.

4. SUMMARY SCOPE OF WORK

The scope of the vendor management system includes the implementation and configuration of a technology solution or program office, or both, to provide coverage for the State.

The main goal of the vendor management system implementation is to design, build, test, and create a production ready system to centrally capture and manage the State’s contract labor spend, including the need to share data with State’s systems.

1. Overview

This Request for Proposal (RFP) is intended to replace IT Temp Quantity Purchase Agreements (QPAs) that typically are created for staff supplements lasting six (6) months or less and Business Partnership Alliance (BPAs) contracts that typically are used for application development, IT planning, or business process re-engineering for projects under two hundred fifty thousand dollars $250,000. The State estimates that it has a statewide annual spend of over $20 million dollars. The State Reserves the right to expand the services presented in this contract to include all contingent workers utilized by the State.

These figures are only an estimate and are not to be construed as an amount to be offered under this RFP. However, this amount will be utilized when completing Minority and Women’s Business Enterprises participation (Attachment A) as well as the Indiana Economic Impact forms.

Furthermore, Other Governmental Bodies may utilize the contracts and QPAs negotiated by the State. While Other Governmental Bodies’ participation in State contracts and QPAs is not mandatory, it is the State’s goal to continue to encourage Other Governmental Bodies to use the price agreement(s) resulting from this RFP. Increased utilization by these entities significantly enhances the business opportunity for the winning vendors without having to participate in additional RFP processes individually with these entities.

The State, however, is not responsible for the transactions between the vendor(s) and these entities. All Other Governmental Bodies using State contracts and QPAs are expected to follow the contractual terms and conditions specified in those agreements. Vendors are not required to provide a Contract Workforce Management Solution to Other Governmental Bodies, but are highly encouraged to do so. Respondents must indicate whether Respondent’s pricing proposal applies to Other Governmental Bodies in Appendix 3, Technical Proposal, Section 2.4.1, Question 1.

2. Requirements

1) The Respondent awarded this contract will be responsible for supplying a Vendor Neutral solution that includes the following processes, components, and attributes:

• Supplier/Recruitment/Performance

• Work request (request for services) distribution

• Request approval

• Candidate submission and approval

• Candidate ranking methodologies

• Scalability and flexibility to unique agency needs

• Supplier on-boarding (process by which you bring service providers into the VMS system)

• Timekeeping

• Reporting (standard and ad hoc)

• On-line search and query functions

• Interactive web-based system

• User-friendly navigation

2) The State requires the MSP to use Indiana companies as defined in Sections 2.6 and 2.7 to perform ninety percent (90 %) of the services requested over the life of the contract.

3) The MSP and any of its affiliates or subsidiaries cannot provide in aggregate more than ten percent (10%) of the resources requested over the life of the contract.

4) The State requires the MSP to meet Minority and Women’s Business Enterprises commitments throughout the life of the contract.

5) The State requires all suppliers to be notified of each opportunity so that each potential provider has a fair and equitable opportunity to provide IT Services to the State. If the State hiring manager requesting the services prefers, he/she may request and be provided all resumes submitted by suppliers and consultants to determine the best fit for the position.

6) The MSP must disclose any and all financial interests with any of its suppliers and the State reserves the right to include their participation in MSP’s total participation listed in number three (3) above.

7) The selected MSP will be expected to help the State transition existing suppliers to their vendor management system so that there is continuity in personnel.

8) The State requires that the MSP be responsible and liable for the work and actions of any supplier used to fulfill contractual obligations.

9) The State requires the following State Personnel IT job classifications with the associated qualifications to be used by the MSP. Minimum requirements for all jobs can be found in Attachment E.

10) The State requires that the proposed Vendor Management System integrate with People Soft allowing approved work requests to auto generate requisitions.

Information Technology Classification

|Class Title |Job Code |

|Computer Scheduler |1AD6 |

|Application Developer - Senior |1BA2 |

|Application Developer - Intermediate |1BA3 |

|Application Developer - Associate |1BA4 |

|Applications Systems Analyst/Programmer - Specialist |1BB1 |

|Applications Systems Analyst/Programmer - Senior |1BC1 |

|Applications Systems Analyst/Programmer - Intermediate |1BC2 |

|Class Title |Job Code |

|Applications Systems Analyst/Programmer - Associate |1BC4 |

|Business Systems Consultant - Senior |1BD1 |

|Business Systems Consultant - Intermediate |1BD2 |

|Business Systems Consultant - Associate |1BD3 |

|Data Warehousing Administrator |1BE1 |

|Data Warehousing Analyst |1BE2 |

|Data Warehousing Programmer |1BE3 |

|Database Analyst - Senior |1BF1 |

|Database Analyst - Intermediate |1BF2 |

|Database Analyst - Associate |1BF3 |

|Help Desk Service Specialist - Senior |1BG1 |

|Help Desk Service Specialist - Intermediate |1BG2 |

|Help Desk Coordinator - Senior |1BG4 |

|Help Desk Coordinator - Intermediate |1BG5 |

|Information Security Analyst - Senior |1BH1 |

|Information Security Analyst |1BH2 |

|Information Systems Auditor - Senior |1BI1 |

|Information Systems Auditor - Intermediate |1BI2 |

|Information Systems Auditor - Associate |1BI3 |

|LAN Administrator - Senior |1BJ1 |

|LAN Administrator - Intermediate |1BJ2 |

|LAN Administrator - Associate |1BJ3 |

|Network Engineer - Senior |1BK1 |

|Network Engineer - Intermediate |1BK2 |

|Network Engineer - Associate |1BK3 |

|Senior Quality Assurance Analyst |1BL1 |

|Quality Assurance Analyst |1BL2 |

|Systems Administrator - Senior |1BM1 |

|Systems Administrator - Intermediate |1BM2 |

|Systems Administrator - Associate |1BM4 |

|Disaster Recovery Administrator |1BN1 |

|Disaster Recovery Analyst |1BN2 |

|Production Control Manager |1BO1 |

|Data Administrator |1BP1 |

|Class Title |Job Code |

|Data Architect |1BQ1 |

|Project Manager - Associate |1BR1 |

|LAN Support Technician |1bs3 |

|Network Technician |1BT3 |

|Communications Analyst- Senior |1BU1 |

|Communications Analyst |1BU2 |

|Computer Operator 3 |3QA3 |

|Computer Operator 4 |3QA4 |

|Data Processing Operator 4 |3qb4 |

|Data Processing Operator |3QB5 |

|Applications Systems Analyst/Programming Supervisor |6BB3 |

|LAN Administration Supervisor |6BC3 |

|Computer Operator Supervisor 4 |8QA4 |

|Computer Operator Supervisor 5 |8QA5 |

|IT Manager E6 |EAC6 |

|Information Technology Director |EAI4 |

|Deputy/Assistant IT Director |EAJ5 |

|Application Systems Analysis and Programming Manager |EAK6 |

|Business Systems Consultant Manager |EAL6 |

|Database Manager/Administrator |EAM6 |

|Help Desk Manager |EAN6 |

|Information Security Manager |EAO6 |

|LAN Administration Manager |EAP6 |

|Data/Voice Communications Manager |EAQ6 |

|Quality Assurance Manager |EAR6 |

|Systems Administrator Manager |EAS6 |

|Computer Operations Manager |EAT6 |

|Project Manager - Senior |EAU6 |

|Project Manager - Intermediate |EAU7 |

Please note, the State is undergoing a consolidation of job codes referred to as broad banding. Some job descriptions and requirements will either be, added, updated, or deleted during the term of the awarded contract. MSP’s systems must be capable of updating and reclassifying their system to match State Personnel Department changes.

8) The State expects that the MSP will demonstrate a high level of quality control standards and service to their clients. The MSP is required to describe its quality standards and guarantees of service, background check processes and other quality assurance processes, and its response to resources that are not performing to the State quality standards.

The State has also developed a high-level process that will be utilized throughout the life of this contract to ensure that the MSP is providing the best possible service to all agencies. Suppliers should be prepared to contribute regularly through this process in a variety of ways and should be prepared to receive reductions in business volume or pay liquidated damages to the State for inadequate service levels. The quality assurance process encompasses several key sections:

A. Agency end users will request resources through the MSP’s web-based ordering tool. If the Account Managers provide a group of resumes (minimum of three (3) per request), which the agency end user feels do not meet the requirements as stated in the requisition, the end user will return those resumes to the Account Manager and request a new group of resumes. If a second group of resumes is provided (minimum of three (3)), and no resumes within the group meet the requirements as stated in the requisition and clarified in the re-order process, the end user may return the resumes to the Account Manager and request a waiver from the State contract manager to utilize a separate provider for the service need. As a result, the primary contractor will not receive the revenue from the resource originally requested in this case.

B. End users will have the opportunity to conduct skills assessments (phone interviews, face to face interviews, capabilities tests, etc.) of the candidates they choose from the Account Manager-provided group of resumes. If the end user conducts a skills assessment and determines that the candidate will not meet the skill requirements of the position, the end user will reject the candidate and request another batch of resumes from which to choose another candidate. If this occurs twice with the same requisition, and the end user is still unable to find a candidate who meets the skills requirements of the position, the end user may request a waiver from the State contract manager to utilize a separate provider for the service need. As a result, the primary contractor will not receive the revenue from the resource originally requested in this case.

C. If a resource begins work for a particular agency, and the agency determines within the first week (five (5) business days) that the resource does not have the skills or capabilities necessary to complete the job as requested in the original requisition, the agency may request that the resource be replaced immediately, and the State shall not pay for the work conducted by the unacceptable resource. The State shall also require that the replacement resource be provided at no charge for the first five (5) days of work after replacing an inadequate resource.

D. A quarterly meeting will take place among the Account Managers, State Agency Representatives, and the State Contract Manager to review the quality of service provided to the State by the MSP. It is at this time that the State will score the MSP on a variety of performance criteria, including, but not limited to, the Service Level Agreements (SLAs) as outlined below. The MSP will also have the opportunity to provide the State with suggestions on how to improve its own processes relating to IT Contract Services. If any service deficiencies are identified across the entire contract, the MSP and the State representatives will determine a plan of action to ensure that the level of service improves. Remedies for missing specific SLA-defined targets, as outlined below, will be imposed. If two (2) additional quarterly meetings occur with minimal or no improvement in the identified areas, it may be cause for the State to terminate the contract.

The State has developed a set of minimum SLAs, defined in the table below that the MSP will need to agree to meet or exceed in order to be in good standing on the contract. All pricing submitted through the Cost Proposal will need to reflect these SLAs. The MSP will be scored on their ability to commit to exceeding these minimum SLAs. The State expects that the final SLAs agreed upon by the awarded MSP will be higher than these proposed minimum requirements. The SLAs will be reviewed monthly by the State contract manager to identify any issues requiring immediate attention and will be reviewed again during the quarterly meetings between the State and the MSP, as defined in part D above.

|Performance Metric |MSP Goal |Performance Target|Description |Calculation |Frequency of |

| | | | | |Review |

|Resume Submittal |4 business |92% or higher |Measures average response time from receipt |Number of requisitions which |monthly |

|Response time |days | |of request to delivery of first candidate's |received first batch of resumes for | |

| | | |resume. |review within 72 hours / total | |

| | | | |number of requisitions. | |

|Normal Fill Rate |N/A |92% or higher |Measures contractor's ability to |Total number of filled positions at |monthly |

| | | |satisfactorily fulfill requisitions: |month end / total number of | |

| | | |Indicates how many requisitions are open. |requisitions that have been in place| |

| | | | |over 2 weeks. | |

|Performance Metric |MSP Goal |Performance Target|Description |Calculation |Frequency of |

| | | | | |Review |

|Urgent Flagged |2 business |92% or higher |Measures average response time from receipt |Number of URGENT requisitions that |monthly |

|Submittal Response |days | |of URGENT request to delivery of first |received first batch of resumes for | |

|Time | | |candidate's resume. |review within 24 hours / total | |

| | | | |number of URGENT requisitions. | |

|Urgent Fill Rate |N/A |92% or higher |Measures contractor's ability to fulfill |Total number of URGENT filled |monthly |

| | | |requisitions: Indicates how many |positions at month end / total | |

| | | |requisitions are open. |number of requisitions that have | |

| | | | |been in place over 2 weeks. | |

|Urgent Round 1 Fill|N/A |90% or higher |Measures contractor's ability to fulfill |Total number of URGENT filled |monthly |

|Rate | | |requisitions within first round of resumes |positions resulting from the first | |

| | | |submitted to requestor (URGENT |round of resumes / total number of | |

| | | |requisitions). |requisitions filled. | |

|Attrition Rate |N/A |8% or lower |Measures resource turnover due to unplanned |Number of unplanned turnovers / |monthly |

| | | |situations that are |total number of resources. | |

| | | |not caused by the State, not including | | |

| | | |inadequate performance, death, serious | | |

| | | |illness, etc. | | |

|Performance Removal|N/A |5% or lower |Measures resource turnover due to inadequate|Number of turnovers (due to |monthly |

| | | |resource performance. |inadequate performance) / total | |

| | | | |number of resources. | |

|Offering |N/A |30% or higher |Measure of how many resource resumes, |Total number of resumes provided to |monthly |

|Opportunity to the | | |provided to the State after requisition, are|the State from subcontractor | |

|Network | | |from the contractor's subcontractor network.|resource pools / total number of | |

| | | | |resumes provided to the State. | |

|Usage of Network |N/A |90% or higher |Measure of how many subcontractor resources |Number of subcontractor resources |monthly |

| | | |are selected by the State. |selected within period / total | |

| | | | |number of resources selected within | |

| | | | |period. | |

|Minority Business |Commitment |8% or higher |Measure of how many Minority Business |Dollars paid to Minority Business |monthly |

|Enterprise Usage |from | |Enterprises resources are being used by the |Enterprises within period/Total | |

| |Appendix 1 | |State |dollars paid within period | |

|Women’s Business |Commitment |8% or higher |Measure of how many Women’s Business |Dollars paid to Women’s Business |monthly |

|Enterprise Usage |from | |Enterprise resources are being used by the |Enterprises within period/Total | |

| |Appendix 1 | |State |dollar’s paid within period | |

|Customer Service |Monthly survey of the satisfaction of the agency requestor with the resource(s) placed at that agency by the contractor. Survey will|

|Survey |highlight positive and negative points about the contractor's processes and resources in order to identify areas for improvement. |

|Results |The State Contract Manager will review and include overall results as part of the scorecard. |

The MSP will be allowed a sixty (60) day grace period during the implementation phase of the contract to ramp up services, without scoring on the performance metrics above. After the sixty (60) day grace period, tracking of each of the above performance metrics should begin, and the first report shall be due to the State contract manager one (1) month after the grace period ends.

Once a final scorecard, which will include the above performance metrics, has been developed, the State contract manager will calculate a score for the contractor’s overall performance. If the score is below the minimum threshold, as agreed upon in negotiations by the MSP and the State, the following actions will be taken.

1. A discussion will take place between the MSP representatives and the State contract manager. The MSP will be given a warning, and a plan will be developed to improve on the problem areas within two (2) months.

2. If a second monthly review occurs with minimal or no improvement in the problem areas, the MSP will be placed on probation, and the MSP will be given three (3) months to improve their overall service score.

3. If a third monthly review with below-threshold score occurs within the three (3) month probationary period, the MSP will be required to give a three percent (3%) rebate on the month’s revenue back to each agency which has provided revenue to the MSP.

4. If a fourth below-threshold score occurs within the next three (3) months, the MSP will be required to provide a five percent (5%) rebate on the month’s revenue back to each agency that has provided revenue to the MSP, and the contract may be terminated by the State.

9) The State requires all Contingent Workers to have a Limited Criminal History Search prior to being recommended to Hiring Managers. These searches must be conducted according to the policy outlined in Attachment F.

1.5 RFP OUTLINE

The outline of this RFP document is described below:

|Section |Description |

|Section 1 – General Information and Requested |This section provides an overview of the RFP, general timelines for |

|Products or Services |the process, and a summary of the products or services being |

| |solicited by the State/Agency via this RFP |

|Section 2 – Proposal Preparation Instructions |This section provides instructions on the format and content of the |

| |RFP, including a Transmittal Letter, Business Proposal, Technical |

| |Proposal, and Cost Proposal |

|Section 3 – Proposal Evaluation |This section discusses the evaluation procedure and criteria to be |

| |used to evaluate Respondents’ proposals |

|Appendix 1 |Summary of Mandatory Requirements |

|Appendix 2 |Business Proposal |

|Appendix 3 |Technical Proposal |

|Appendix 4 |Cost Proposal Summary |

|Appendix 5 |Summary of Attachments |

|Attachment A |Subcontractor, Minority and Women’s Business Enterprises |

| |Participation |

|Attachment B |Sample Contract |

|Attachment C |Indiana Economic Impact Form |

|Attachment D |Cost Proposal |

|Attachment E |IT Job Code Minimum Requirements |

|Attachment F |Background Checks for State Employment |

|Attachment G |Voluntary Product Accessibility Template |

1.6 QUESTION/INQUIRY PROCESS

All questions/inquiries regarding this RFP must be submitted in writing by the deadline of 3 p.m. Eastern Time on February 1, 2008. Questions/Inquiries may be submitted via email rfp@idoa. and must be received by the Procurement Division by the time and date indicated above.

Following the question/inquiry due date, Procurement Division personnel will compile a list of the questions/inquiries submitted by all Respondents. The responses will be posted to the IDOA website according to the RFP timetable established in Section 1.23. The question/inquiry and answer link will become active after responses to all questions have been compiled. Only answers posted on the IDOA website will be considered official and valid by the State. No Respondent shall rely upon, take any action, or make any decision based upon any verbal communication with any State employee.

Inquiries are not to be directed to any staff member of IDOA or IOT. Such action may disqualify Respondent from further consideration for a contract resulting from this RFP.

If it becomes necessary to revise any part of this RFP, or if additional information is necessary for a clearer interpretation of provisions of this RFP prior to the due date for proposals, an addendum will be posted on the IDOA website. If such addenda issuance is necessary, the Procurement Division may extend the due date and time of proposals to accommodate such additional information requirements.

1.7 DUE DATE FOR PROPOSALS

All proposals must be received at the address below by the Procurement Division no later than 3 p.m. Eastern Time on February 29, 2008. Each respondent must submit one (1) complete copy of the proposal, including the Transmittal Letter and other related documentation as required by this RFP on CD-ROM. The CD-ROM will be considered the official response in evaluating responses for scoring and protest resolution. IDOA is also requesting (8) complete printed copies of the proposal, including the Transmittal Letter and other related documentation contained on the CD-ROM. Each copy of the proposal must follow the format indicated in Section Two of this document. Unnecessarily elaborate brochures or other presentations, beyond those necessary to present a complete and effective proposal, are not desired. All proposals must be addressed to:

Indiana Department of Administration

Procurement Division

402 West Washington Street, Room W478

Indianapolis, IN 46204

Caution to Respondents about shipping/mailing: United States Postal Express and Certified Mail are both delivered to the Government Center Central Mailroom and not directly to the Procurement Division. It is the responsibility of the Respondent to make sure that solicitation responses are received by the Procurement Division at the Department of Administration’s reception desk on or before the designated time and date. Late submissions will not be accepted. The Department of Administration, Procurement Division clock is the official time for all solicitation submissions.

All proposal packages must be clearly marked with the RFP number, due date, and time due. Any proposal received by the Department of Administration, Procurement Division after the due date and time will not be considered. Any late proposals will be returned, unopened, to the Respondent upon request. All rejected proposals not claimed within thirty (30) days of the proposal due date will be destroyed.

No more than one (1) proposal per Respondent may be submitted.

The State accepts no obligations for costs incurred by Respondents in anticipation of being awarded a contract.

All proposals submitted to the State should be double-sided and printed on thirty percent (30%) post-consumer recycled content paper or tree-free paper. When possible, soy ink should be used.

1.8 PRE-PROPOSAL CONFERENCE

A pre-proposal conference will be held on Wednesday, January 23, 2008 at 1:00 PM in Conference Room 19 of the Indiana Government Center South, 402 W. Washington St., Indianapolis, IN 46204.

At this conference, potential Respondents may ask questions about the RFP and the RFP process. Respondents are reminded that no answers issued verbally at the conference are binding on the State and any information provided at the conference, unless it is later issued in writing, also is not binding on the State.

1.9 MODIFICATION OR WITHDRAWAL OF OFFERS

Modifications to responses to this RFP may only be made in the manner and format described in Section 1.6 and clearly identified as a modification.

The Respondent’s authorized representative may withdraw the proposal, in person, prior to the due date. Proper documentation and identification will be required before the Procurement Division will release the withdrawn proposal. The authorized representative will be required to sign a receipt for the withdrawn proposal.

Modification to, or withdrawal of, a proposal received by the Procurement Division after the exact hour and date specified for receipt of proposals will not be considered.

1.10 PRICING

Pricing on this RFP must be firm and remain open for a period of not less than one hundred eighty (180) days from the proposal due date.

Please refer to the Cost Proposal subsection under Section Two for a detailed discussion of the proposal pricing format and requirements.

1.11 PROPOSAL CLARIFICATIONS AND DISCUSSIONS AND CONTRACT DISCUSSIONS

The State reserves the right to request clarifications on proposals submitted to the State. The State also reserves the right to conduct proposal discussions, either oral or written, with Respondents. These discussions could include requests for additional information, requests for cost or technical proposal revision, etc. Additionally, in conducting discussions, the State may use information derived from proposals submitted by competing Respondents only if the identity of the Respondent providing the information is not disclosed to others. The State will provide equivalent information to all Respondents that have been chosen for discussions. Discussions, along with negotiations with responsible Respondents, may be conducted for any appropriate purpose.

The Procurement Division will schedule all discussions. Any information gathered through oral discussions must be confirmed in writing.

A sample contract is provided in Attachment B. Any requested changes to the sample contract must be submitted with your response (See Section 2.3.5 for details). The State reserves the right to reject any of these requested changes. It is the State’s expectation that any material elements of the contract will be substantially finalized prior to contract award.

1.12 BEST AND FINAL OFFER

The State may request best and final offers from those Respondents determined by the State to be reasonably viable for contract award. However, the State reserves the right to award a contract on the basis of initial proposals received. Therefore, each proposal should contain the Respondent’s best terms from a price and technical standpoint.

Following evaluation of the best and final offers, the State may select for final contract negotiations/execution the offers that are most advantageous to the State, considering cost and the evaluation criteria in this RFP.

1.13 REFERENCE SITE VISITS

The State may request a site visit to a Respondent’s working support center to aid in the evaluation of the Respondent’s proposal. Site visits, if required will be discussed in the technical proposal.

1.14 TYPE AND TERM OF CONTRACT

The State intends to sign a contract with one (1) or more Respondent(s) to fulfill the requirements in this RFP.

The term of the contract shall be for a period of two (2) years from the date of contract execution. There may be four (4) one-year renewals for a total of six (6) years at the State’s option.

1.15 CONFIDENTIAL INFORMATION

Respondents are advised that materials contained in proposals are subject to the Access to Public Records Act (APRA), IC 5-14-3 et seq., and, after the contract award, the entire RFP file may be viewed and copied by any member of the public, including news agencies and competitors. Respondents claiming a statutory exception to the APRA must place all confidential documents (including the requisite number of copies) in a sealed envelope clearly marked “Confidential” and must indicate in the Transmittal Letter and on the outside of that envelope that confidential materials are included. The Respondent must also specify which statutory exception of APRA applies. The State reserves the right to make determinations of confidentiality. If the Respondent does not identify the statutory exception, the Procurement Division will not consider the submission confidential. If the State does not agree that the information designated is confidential under one of the disclosure exceptions to APRA, it may seek the opinion of the Public Access Counselor. Prices are not confidential information.

1.16 TAXES

Proposals should not include any tax from which the State is exempt.

1.17 PROCUREMENT DIVISION REGISTRATION

In order to receive an award, you must be registered as a bidder with the Department of Administration, Procurement Division.  Therefore, to ensure there is no delay in the award all Respondents are strongly encouraged to register prior to submission of their response.  Respondents should go to idoa and click on “Bidding on State Contracts, Bidder Registration” to register.

1.18 SECRETARY OF STATE REGISTRATION

If awarded the contract, the Respondent will be required to register, and be in good standing, with the Secretary of State. The registration requirement is applicable to all limited liability partnerships, limited partnerships, corporations, S-corporations, nonprofit corporations and limited liability companies. Information concerning registration with the Secretary of State may be obtained by contacting:

Secretary of State of Indiana

Corporation Division

402 West Washington Street, E018

Indianapolis, IN 46204

(317) 232-6576

sos

1.19 COMPLIANCE CERTIFICATION

Responses to this RFP serve as a representation that it has no current or outstanding criminal, civil, or enforcement actions initiated by the State, and it agrees that it will immediately notify the State of any such actions. The Respondent also certifies that neither it nor its principals are presently in arrears in payment of its taxes, permit fees or other statutory, regulatory or judicially required payments to the State. The Respondent agrees that the State may confirm, at any time, that no such liabilities exist, and, if such liabilities are discovered, that State may bar the Respondent from contracting with the State, cancel existing contracts, withhold payments to setoff such obligations, and withhold further payments or purchases until the entity is current in its payments on its liability to the State and has submitted proof of such payment to the State.

1.20 EQUAL OPPORTUNITY COMMITMENT

Pursuant to IC 4-13-16.5 and in accordance with 25 IAC 5, it has been determined that there is a reasonable expectation of Minority and Women’s Business Enterprises subcontracting opportunities on a contract awarded under this RFP. Therefore, a contract goal of eight percent (8%) for Minority Business Enterprises and eight percent (8%) for Women’s Business Enterprises has been established and all Respondents will be expected to comply with the regulation set forth in 25 IAC 5. The State is expecting Respondents to indicate the percentages for Minority and Women’s Business Enterprises that they are committed to achieving if awarded this contract in Appendix 1.

Failure to meet these requirements will affect the evaluation of your proposal.

1.21 MINORITY AND WOMEN'S BUSINESS ENTERPRISES RFP SUBCONTRACTOR COMMITTMENT

In accordance with 25 IAC 5-5, the Respondent is expected to provide a list of all suppliers included in their vendor management system that are listed in the Minority and Women’s Business Enterprises Division (MWBED) directory of certified firms located at buyindinana.. Please include and clearly label as Attachment A referenced in Appendix 5 a list of all subcontractors currently in their supplier network and their MBE or WBE status. The following must be included: MBE or WBE status, Company Name, Address, Contact Person, E-mail, Telephone number, and Fax number.

Respondents are encouraged to contact and work with MWBED at 317-232-3061 for assistance with qualifying current subcontractors in an effort to meet established goals as referenced in this solicitation.

MSP must ensure that the proposed suppliers meet the following criteria:

• Must be listed on the IDOA Directory of Certified Firms.

• Each firm may only serve as one (1) classification – MBE or WBE.

• A Prime Contractor who is an MBE or WBE must meet subcontractor goals by using other listed certified firms. Certified Prime Contractors cannot count their own workforce or companies to meet this requirement.

• Must serve a commercially useful function. The firm must serve a value-added purpose on the engagement.

• Must provide goods or services only in the industry area for which it is certified as listed in the directory at buyindiana..

• Must be used to provide the goods or services specific to the contract.

• National Corporate Diversity Plans are generally not acceptable.

Minority AND Women’s Business Enterprises RFP Subcontractor Letter of Commitment

A signed letter(s), on company letterhead, from each MBE and/or WBE must accompany the proposal. Each letter shall state and will serve as acknowledgement from the MBE and/or WBE of its intention to participate in the MSP’s supplier network. The State will deny evaluation points if the letters are not attached, not on company letterhead, not signed, or do not include a commitment to participate in the MSP’s supplier network.

By submission of the Proposal, the Respondent acknowledges and agrees to be bound by the regulatory processes involving the State’s M/WBE Program. Questions involving the regulations governing the MWBE should be directed to: Minority and Women’s Business Enterprises Division at (317) 232-3061 or mwbe@idoa. .

1.22 AMERICANS WITH DISABILITIES ACT

The Respondent specifically agrees to comply with the provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq. and 47 U.S.C. 225).

1.23 SUMMARY OF MILESTONES

The following timeline is only an illustration of the RFP process. The dates associated with each step are not to be considered binding. Due to the unpredictable nature of the evaluation period, these dates are commonly subject to change. At the conclusion of the evaluation process, all Respondents will be informed of the evaluation team’s findings.

Key RFP Dates:

|Activity |Date |

|Issue of RFP |January 10, 2008 |

|Pre-Proposal Conference |January 23, 2008 |

|Deadline to Submit Written Questions |February 1, 2008 |

|Response to Written Questions/RFP Amendments |February 15, 2008 |

|Submission of Proposals |February 29, 2008 |

|The dates for the following activities are target dates only. These activities may be completed earlier or later |

|than the date shown. |

|Proposal Evaluation |TBD |

|Proposal Discussions/Clarifications (if necessary) |TBD |

|Oral Presentations (if necessary) |TBD |

|Best and Final Offers (if necessary) |TBD |

|Contract Award |TBD |

RFP 8-43

MANAGED SERVICE PROVIDER

SECTION TWO

PROPOSAL PREPARATION INSTRUCTIONS

2.l GENERAL

To facilitate the timely evaluation of proposals, a standard format for proposal submission has been developed and is described in this section. All Respondents are required to format their proposals in a manner consistent with the guidelines described below:

▪ Each item must be addressed in the Respondent’s proposal.

▪ The Transmittal Letter must be in the form of a letter. The business and technical proposals must be organized under the specific section titles as listed below and entered in Appendices B and C. Cost Proposal information should be entered in Appendix 4 and Attachment D.

2.2 TRANSMITTAL LETTER

The Transmittal Letter must address the following topics except those specifically identified as “optional.”

2.2.1 Agreement with Requirements in listed in Section One

The Respondent must explicitly acknowledge understanding of the general information presented in Section One and agreement with any requirements/conditions listed in Section One.

2.2.2 Summary of Ability and Desire to Supply the Required Products or Services

The Transmittal Letter must briefly summarize the Respondent’s ability to supply the requested products and/or services that meet the requirements defined in Section Three of this RFP. The letter must also contain a statement indicating the Respondent’s willingness to provide the requested products and/or services subject to the terms and conditions set forth in the RFP including, but not limited to, the State’s mandatory contract clauses.

2.2.3 Signature of Authorized Representative

A person authorized to commit the Respondent to its representations and who can certify that the information offered in the proposal meets all general conditions, including the information requested in Section 2.3.4, must sign the Transmittal Letter. In the Transmittal Letter, please indicate the principal contact for the proposal along with an address, telephone, and fax number as well as an e-mail address, if that contact is different than the individual authorized for signature.

4. Respondent Notification

Unless otherwise indicated in the Transmittal Letter, Respondents will be notified via e-mail.

It is the Respondent’s obligation to notify the Procurement Division of any changes in any address that may have occurred since the origination of this solicitation. The Procurement Division will not be held responsible for incorrect vendor/contractor addresses.

2.2.5 Other Information

This item is optional. Any other information the Respondent may wish to briefly summarize will be acceptable.

2.3 BUSINESS PROPOSAL

The Business Proposal must address the following topics except those specifically identified as “optional.” Please include all requested information as instructed in Appendix 2.

2.3.1 General (optional)

This section of the business proposal may be used to introduce or summarize any information the Respondent deems relevant or important to the State’s successful acquisition of the products and/or services requested in this RFP.

2.3.2 Respondent’s Company Structure

The legal form of the Respondent’s business organization, the state in which formed (accompanied by a certificate of authority), the types of business ventures in which the organization is involved, and a chart of the organization are to be included in this section. If the organization includes more than one (1) product division, the division responsible for the development and marketing of the requested products and/or services in the United States must be described in more detail than other components of the organization.

2.3.3 Company Financial Information

This section must include the Respondent’s financial statement, including an income statement and balance sheet, for each of the two (2) most recently completed fiscal years. The financial statements must demonstrate the Respondent’s financial stability. If the financial statements being provided by the Respondent are those of a parent or holding company, additional financial information should be provided for the entity/organization directly responding to this RFP

4. Integrity of Company Structure and Financial Reporting

This section must include a statement indicating that the CEO and/or CFO has taken personal responsibility for the thoroughness and correctness of any/all financial information supplied with this proposal. The particular areas of interest to the State in considering corporate responsibility include the following items: separation of audit functions from corporate boards and board members, if any, the manner in which the organization assures board integrity, and the separation of audit functions and consulting services. The State will consider the information offered in this section to determine the responsibility of the Respondent under IC 5-22-16-1(d).

The Sarbanes Oxley Act of 2002, H.R. 3763, is NOT directly applicable to this procurement; however, its goals and objectives may be used as a guide in the determination of corporate responsibility for financial reports.

2.3.5 Contract Terms/Clauses

A sample contract that the State expects to execute with the successful Respondent(s) is provided in Attachment B. This contract contains both mandatory and non-mandatory clauses. Mandatory clauses are listed below and are non-negotiable. Other clauses are highly desirable. It is the State’s expectation that the final contract will be substantially similar to the sample contract provided in Attachment B.

In your Transmittal Letter please indicate acceptance of these mandatory contract terms (see Section 2.2.2). In this section please review the rest of the contract and indicate your acceptance of the non-mandatory contract clauses. If a non-mandatory clause is not acceptable as worded, suggest specific alternative wording to address issues raised by the specific clause. If you require additional contract terms please include them in this section. To reiterate, it is the State’s strong desire to not deviate from the contract provided in the attachment and as such the State reserves the right to reject any and all of these requested changes.

The mandatory contract terms are as follows:

• Authority to bind contractor

• Duties of contractor, rate of pay, and term of contract

• Compliance with laws

• Drug-free workplace provision and certification

• Funding cancellation

• Indemnification

• Governing laws

• Non-discrimination clause

• Payments

• Penalties/interest/attorney’s fees

• Non-collusion and acceptance

• Information technology

Any or all portions of this RFP and any or all portions of the Respondent’s response may be incorporated as part of the final contract.

2.3.6 References

The Respondent must include a list of at least three (3) clients for whom the Respondent has provided products and/or services that are the same or similar to those products and/or services requested in this RFP. (Business Proposal, 2.3.6.1) Information provided should include the name, address, and telephone number of the client facility and the name, title, and phone/fax numbers of a person who may be contacted for further information. There are two (2) additional questions requesting information regarding pending litigation and contract terminations. The Respondent must also provide two (2) suppliers that are currently working through one of their programs that we may contact as references. (Business Proposal, 2.3.6.2)

2.3.7 Registration to do Business

Secretary of State

If awarded the contract, the Respondent will be required to be registered, and be in good standing, with the Secretary of State. The registration requirement is applicable to all limited liability partnerships, limited partnerships, corporations, S-corporations, nonprofit corporations and limited liability companies. The Respondent must indicate the status of registration, if applicable, in this section of the proposal.

Department of Administration, Procurement Division

Additionally, Respondents must be registered with the IDOA. This can be accomplished online at idoa/proc . The IDOA Procurement Division maintains two (2) databases of vendor information. The Bidder registration database is set up for vendors to register if you are interested in selling a product or service to the State. Respondents may register online at no cost to become a Bidder with the State.  To complete the online Bidder registration, go to .  The Bidder registration offers e-mail notification of upcoming solicitation opportunities, corresponding to the Bidder’s area(s) of interest, selected during the registration process. Respondents do need to be registered to bid on and receive e-mail notifications.  Completion of the Bidder registration will result in your name being added to the Bidder’s Database, for e-mail notification.  The Bidder registration requires some general business information, an indication of the types of goods and services you can offer the State, and locations within the State that you can supply or service. There is no fee to be placed in Procurement Division’s Bidder Database.  To receive an award, you must be registered as a Bidder.

Problems or questions concerning the registration process or the registration form can be e-mailed to Shirley Houston, Vendor Registration Coordinator, at shouston@idoa., or you may reach her by phone at (317) 232-6870.

 

2.3.8 Authorizing Document

Respondent personnel signing the Transmittal Letter of the proposal must be legally authorized by the organization to commit the organization contractually. This section shall contain proof of such authority. A copy of corporate bylaws or a corporate resolution adopted by the board of directors indicating this authority will fulfill this requirement.

2.3.9 Subcontractors

The Respondent is responsible for the performance of any obligations that may result from this RFP, and shall not be relieved by the non-performance of any subcontractor. Any Respondent’s proposal must identify all subcontractors and describe the contractual relationship between the Respondent and each subcontractor. Either a copy of the executed subcontract or a letter of agreement over the official signature of the firms involved must accompany each proposal.

Any subcontracts entered into by the Respondent must be in compliance with all State statutes and will be subject to the provisions thereof. For each portion of the proposed products or services to be provided by a subcontractor, the technical proposal must include the identification of the functions to be provided by the subcontractor and the subcontractor’s related qualifications and experience.

The combined qualifications and experience of the Respondent and any or all subcontractors will be considered in the State’s evaluation. The Respondent must furnish information to the State as to the amount of the subcontract, the qualifications of the subcontractor for guaranteeing performance, and any other data that may be required by the State. All subcontracts held by the Respondent must be made available upon request for inspection and examination by appropriate State officials, and such relationships must meet with the approval of the State.

The Respondent must list any subcontractor’s name, address, and the state in which formed that are proposed to be used in providing the required products or services. The subcontractor’s responsibilities under the proposal, anticipated dollar amount for subcontract, the subcontractor’s form of organization, and an indication from the subcontractor of a willingness to carry out these responsibilities are to be included for each subcontractor. This assurance in no way relieves the Respondent of any responsibilities in responding to this RFP or in completing the commitments documented in the proposal. The Respondent must indicate which, if any, subcontractors qualify as a Minority or Women’s Business Enterprise under IC 4-13-16.5-1. See Section 1.21 for Minority and Women’s Business Enterprises information.

10. General Information

Each Respondent must enter your company’s general information including contact information.

11. Experience Serving State Governments

Each Respondent is asked to please provide a brief description of your company’s experience in serving state governments and/or quasi-governmental accounts.

12. Experience Serving Similar Clients

Each Respondent is asked to please describe your company’s experience in serving clients of a similar size to the State that also had a similar scope. Please provide specific clients and detailed examples.

13. Indiana Government Special Initiatives

Greening the Government:

Each Respondent is asked to detail its current environmentally friendly products and offerings to help meet Indiana’s Greening the Government Initiative, Executive Order 05-21.

4. TECHNICAL PROPOSAL

Please include all Technical Proposal information as instructed in Appendix 3. RFP language should not be repeated within the response. Where appropriate, supporting documentation may be referenced by a page and paragraph number. However, when this is done, the body of the technical proposal must contain a meaningful summary of the referenced material. The referenced document must be included as an appendix (Appendix 5, Summary of Attachments) to the technical proposal with referenced sections clearly marked. If there are multiple references or multiple documents, these must be listed and organized for ease of use by the State.

1. General

There are four (4) questions in this section.

2. Strategic and Competitive Differentiation

There are four (4) questions defining Respondent’s strategic and competitive differentiation.

3. Account Management

There are eleven (11) questions defining Respondent’s recommended account management strategy.

4. Supplier/Recruitment

There are seventeen (17) questions defining Respondent’s capabilities and processes for supplier recruitment and selection.

5. Metrics and Reporting

There are twenty-five (25) questions defining Respondent’s metrics and reporting capabilities.

6. Vendor Management System

There are sixty-five (65) questions defining Respondent’s Vendor Management System and its capabilities.

7. Conversion/Implementation Services

There are eleven (11) questions defining Respondent’s plan for conversion and implementation services.

5. COST PROPOSAL

1. General instructions on preparing cost proposals

All costs/fees for the MSP must be deducted from the payments to the suppliers. The State will not pay any separately invoiced out-of-pocket costs/fees for the MSP. The State expects that the MSP will invoice the State directly for the work performed, under the established rate for the project provided in response to a Request for Service, and that any fees for the MSP services will be deducted from that total payment prior to reimbursement of the supplier. The State will not pay the administrative fee on authorized expenses for consultant staff. Only billable hours worked by consultants will be subject to the administrative fee.

2. Format for submitting cost proposals

Respondents should provide cost proposals by completing Attachment D, Cost Proposal. Directions for completing the Cost Proposal are found on each tab.

3. Fixed price period

The administrative percentage quoted by the Respondent must remain fixed during the term of the contract unless that fee is lowered.

2.5.4 Indiana Small Business Preference

Please indicate if your Company intends to claim the Indiana Small Business Preference in this RFP. Please provide a yes/no answer and reference any documentation supporting this claim as an attachment here and in Appendix 5.

Pursuant to IC 5-22-15-7, Respondent may claim only one (1) preference. For the purposes of this RFP, this limitation to claiming one (1) preference applies to Respondent’s ability to claim recycled content preference, Indiana Small Business preference, or to claim eligibility for Buy Indiana points.

2.6 INDIANA ECONOMIC IMPACT

All companies desiring to do business with State agencies must complete an “Indiana Economic Impact” form (Attachment C). The collection and recognition of the information collected with the Indiana Economic Impact form places a strong emphasis on the economic impact a project will have on Indiana and its residents regardless of where a business is located. The collection of this information does not restrict any company or firm from doing business with the State.

2.7 BUY INDIANA INITIATIVE/INDIANA COMPANY

It is the Respondent’s responsibility to confirm its Buy Indiana status for this portion of the process. If a Respondent has previously registered its business with IDOA, go to and click on the link to update this registration. Click the tab titled Buy Indiana. Select the appropriate category for your business. Respondents may only select one (1) category. Certify this selection by clicking the check box next to the certification paragraph. Once this is complete, save your selection and exit your account.

Respondents that have not previously registered with IDOA must go to BuyIndiana. and click on the link to register. During the registration process, follow the steps outlined in the paragraph above to certify your business’ status. The registration process should be complete at the time of proposal submission.

Defining an Indiana Business:

“Indiana business” refers to any of the following:

1) A business whose principal place of business is located in Indiana.

(2) A business that pays a majority of its payroll (in dollar volume) to residents of Indiana.

(3) A business that employs Indiana residents as a majority of its employees.

Respondents claiming this status must indicate which of the provisions above qualifies them as an Indiana business. They must also fully complete the Indiana Economic Impact Form (Attachment C) and include it with their response.

The following is the policy concerning items (4) and (5) described below. Appropriate documentation must be provided with your proposal response supporting either claim made below:

(4) A business that makes significant capital investments in Indiana.

(5) A business that has a substantial positive economic impact on Indiana.

Substantial Capital Investment:

Any company that can demonstrate a minimum capital investment of $5 million or more in plant and/or equipment or annual lease payments of $2.5 million or more shall qualify as an Indiana business under item (4). If an out of state company does not meet one (1) of these criteria, it can submit documentation/justification to the State for review for inclusion under this category.

Substantial Indiana Economic Impact:

Any company that is in the Top 500 Companies (adjusted) for one (1) of the following categories: number of employees (DWD), unemployment taxes (DWD), payroll withholding taxes (DOR), or corporate income taxes (DOR) shall qualify as an Indiana Business under item (5). If a Respondent needs assistance in determining if its business qualifies under this criterion, please send an e-mail inquiry to buyindianainvest@idoa. and you will receive a response within forty-eight (48) hours. If an out of state company does not meet one (1) of these criteria, it can submit documentation/justification to the State for review for inclusion under this category.

RFP 8-43

MANAGED SERVICE PROVIDER

SECTION THREE

PROPOSAL EVALUATION

3.1 PROPOSAL EVALUATION PROCEDURE

The State has selected a group of personnel to act as a proposal evaluation team. Subgroups of this team, consisting of one (1) or more team members, will be responsible for evaluating proposals with regard to compliance with RFP requirements. All evaluation personnel will use the evaluation criteria stated in Section 3.2. The Commissioner of IDOA or her designee will, in the exercise of her sole discretion, determine which proposals offer the best means of servicing the interests of the State. The exercise of this discretion will be final.

The procedure for evaluating the proposals against the evaluation criteria will be as follows:

3.1.1 Each proposal will be evaluated for adherence to requirements on a pass/fail basis. Proposals that are incomplete or otherwise do not conform to proposal submission requirements may be eliminated from consideration.

3.1.2 Each proposal will be evaluated on the basis of the categories included in Section 3.2. A point score has been established for each category.

3.1.3 If technical proposals are close to equal, greater weight may be given to price.

3.1.4 Based on the results of this evaluation, the qualifying proposal determined to be the most advantageous to the State, taking into account all of the evaluation factors, may be selected by IDOA and IOT for further action, such as contract negotiations. If, however, IDOA and IOT decide that no proposal is sufficiently advantageous to the State, the State may take whatever further action is deemed necessary to fulfill its needs. If, for any reason, a proposal is selected and it is not possible to consummate a contract with the Respondent, IDOA may begin contract preparation with the next qualified Respondent or determine that no such alternate proposal exists.

3.2 EVALUATION CRITERIA

Proposals will be evaluated based upon the proven ability of the Respondent to satisfy the requirements of the RFP in a cost-effective manner. Each of the evaluation criteria categories is described below with a brief explanation of the basis for evaluation in that category. The points associated with each category are indicated following the category name (total maximum points = 100). If any one (1) or more of the listed criteria on which the responses to this RFP will be evaluated are found to be inconsistent or incompatible with applicable federal laws, regulations or policies, the specific criterion or criteria will be disregarded and the responses will be evaluated and scored without taking into account such criterion or criteria.

Summary of Evaluation Criteria:

|Criteria |Points |

|1. Adherence to Mandatory Requirements |Pass/Fail |

|2. Management Assessment/Quality (Business and Technical Proposal) |30 points |

|3. Cost (Cost Proposal) |25 Points |

|4. Indiana Economic Impact |15 |

|5. Buy Indiana |10 |

|6. Minority (10) and Women’s Business Enterprises (10) Subcontractor Commitment |20 |

|Total |100 |

All proposals will be evaluated using the following approach.

Step 1

In this step proposals will be evaluated only against Criteria 1 to ensure that they adhere to Mandatory Requirements. Any proposals not meeting the Mandatory Requirements will be disqualified.

Step 2

The proposals that meet the Mandatory Requirements will then be scored based on Criteria 2 and 3 ONLY. This scoring will have a maximum possible score of 55 points. All proposals will be ranked on the basis of their combined scores for Criteria 2 and 3 ONLY. This ranking will be used to create a “short list”. Any proposal not making the “short list” will not be considered for any further evaluation.

Step 2 may include one (1) or more rounds of proposal discussions focused on cost and other proposal elements.

Step 3

The short-listed proposals will then be evaluated based on the entire evaluation criteria outlined in the table above.

If the State conducts additional rounds of discussions and a BAFO round, which lead to changes in either the technical or cost proposal for the short listed Respondents, their scores will be recomputed.

The section below describes the different evaluation criteria.

3.2.1 Adherence to Requirements – Pass/Fail

Respondents passing this category move to Phase 2 and proposal is evaluated for Management Assessment/Quality and Price.

2. Management Assessment/Quality - 30 points

3. Price – 25 points

4. Indiana Economic Impact (15 points)

.

See Section 2.6 for additional information.

The total number of full time equivalent (FTE – please see Section 1.2 for a definition of FTEs) Indiana resident employees for the Respondent’s proposal (prime contractor and subcontractors) will be used to evaluate the Respondent’s Indiana Economic Impact.  Points will be awarded based on a graduated scale.  The Respondent with the most Indiana FTEs will be awarded 15 points.  Points will then be awarded to the remaining Respondents proportionately. 

5. Buy Indiana Initiative – 10 points

Respondents qualifying as an Indiana Company as defined in Section 2.7 will receive 10 points in this category.

3.2.6 Minority (10 points) and Women's Business Enterprises (10 points) Subcontractor Commitment - (20 points)

The following formula will be used to determine points to be awarded:

The commitment factor for each proposal will be calculated by multiplying the commitment percentage by one hundred (100). The RFP score ratio will be determined by dividing the maximum allowable points by the highest commitment factor. The proposal with the highest commitment factor will be given the maximum allowable points. The points awarded to the other proposals will be calculated by multiplying the score ratio by the proposed commitment factor.

Commitment percentage * 100 = commitment factor

Maximum allowable points/highest commitment factor = score ratio

Commitment factor * score ratio = points awarded

The Commissioner of IDOA or her designee will, in the exercise of her sole discretion, determine which proposal(s) offer the best means of servicing the interests of the State. The exercise of this discretion will be final.

RFP 8-43

APPENDIX 1

SUMMARY OF MANDATORY REQUIREMENTS

Please provide a yes/no (Y/N) in the shaded area below indicating either requested information has been included in your response or your agreement to accept requirement listed. Information requested in requirements two (2) through thirteen (13) is to be entered in Appendix 2. If an item is left blank, you will be implying that your company cannot meet the requirement, and your proposal may be eliminated from evaluation.

This document will be used to score respondents as described in Step 1, Section 3.2, Evaluation Criteria.

|No. |Requirement Description |Respondent Answer |(State Use |

| | | |Only)Score |

|1 |Transmittal Letter included and all three (3) required responses completed. (Section | | |

| |2.2) | | |

|2 |Respondent’s company structure included. (Section 2.3.2) | | |

|3 |Respondent’s company financial information included. (Section 2.3.3) | | |

|4 |Respondent’s integrity of company structure and financial reporting information | | |

| |included. (Section 2.3.4) | | |

|5 |Respondent agrees to mandatory and non-mandatory contract terms and clauses unless | | |

| |otherwise noted in Transmittal Letter. (Section 2.3.5) | | |

|6 |Respondent has included all references as requested. (Section 2.3.6) | | |

|7 |Respondent has provided information regarding registration with the Secretary of State | | |

| |and Department of Procurement Division. (Section 2.3.7) | | |

|8 |Respondent has provided documentation requested for authorizing the document. (Section | | |

| |2.3.8) | | |

|9 |Respondent has provided necessary information and documentation for all subcontractors | | |

| |they will be using including any Minority and Women’s Business Enterprise Information. | | |

| |(Section 2.3.9) | | |

|10 |Respondent has provided all general company information requested. (Section 2.3.10) | | |

|11 |Respondent has provided requested information on prior experience serving State | | |

| |Government. (Section 2.3.11) | | |

|No. |Requirement Description |Respondent Answer |(State Use |

| | | |Only) |

| | | |Score |

|12 |Respondent has provided requested information on prior experience serving similar | | |

| |clients. (Section 2.3.12) | | |

|13 |Respondent has provided information requested on their efforts to help meet Indiana’s | | |

| |Greening the Government initiative. (Section 2.3.13) | | |

|14 |The State requires that each Respondent agree to credit in full all overcharges to the | | |

| |State within seven (7) State business days. | | |

|15 |The State will require a dedicated contract administrator for this contract. An | | |

| |in-state presence of the MSP contract administrator team is preferred. | | |

|16 |The State will require a minimum of quarterly contract administration meetings. The | | |

| |vendor will incur the cost of any network and telecommunications infrastructure to | | |

| |facilitate receipt and delivery of work requests, time keeping, reporting, etc. | | |

|17 |Respondent provided RFP response in required format and number of copies requested. | | |

|18 |The vendor will incur the cost of operating and maintaining an office for the MSP | | |

| |contract administration staff. | | |

|19 |Respondent agrees to all State Office of Technology standards and guidelines. | | |

|20 |Respondent agrees that all software presented in their solution conforms to the | | |

| |Assistive Technology Policy (Section 508) and will complete the Voluntary Product | | |

| |Accessibility Template for all related products. (Attachment G) | | |

If Respondent is unable to respond yes to all Mandatory Requirements but believes they have an alternative solution, please provide Requirement number, Section number, and alternative solution with explanation. Alternatives will be reviewed and considered by the State as to whether they satisfy the minimum requirements.

| |

Please complete the areas shaded in yellow. The commitment percentage indicated will be used in awarding points for the Minority and Women’s Business Enterprises Subcontractor points and will be included within the contract and the SLAs in Section 1.4.2.

|Minority and Women’s Business Enterprises |Commitment % |

|Minority Business Enterprise Commitment | |

|Women’s Business Enterprise Commitment | |

RFP 8-43

APPENDIX 2

BUSINESS PROPOSAL

Instructions: The Respondent must address all Business Proposal items from Section 2.3 in the shaded areas immediately following each section. If including an attachment please reference attachment in both the space provided and in Appendix 5. A Proposal Evaluation Team, made up of three (3) or more State employees, will independently evaluate and score the Respondent’s response to each item. Each evaluator will use the following whole number, raw point scale for scoring each item:

|Score |Rationale |

|0 |Respondent has not addressed any of the requirements and/or has provided a response that is limited in scope, vague,|

| |or incomplete. Response did not provide a description of how the State’s needs would be met. |

|1 |Respondent has agreed to comply with the requirements and provided some details on how the requirements would be |

| |met. Response does not clearly indicate if all the needs of the State will be met. |

|2 |Respondent has agreed to comply with the requirements and provided an adequate description of how the requirements |

| |would be met. Response indicates adequate ability to serve the needs of the State. |

|3 |Respondent has agreed to comply with the requirements and provided a good and complete description of how the |

| |requirements would be met. Response clearly demonstrates a high degree of ability to serve the needs of the State. |

|4 |Respondent has agreed to comply with the requirements and provided a clear and compelling description of how each |

| |requirement would be met, with relevant supporting materials. Respondent’s proposed approach frequently goes above |

| |and beyond the minimum requirements and indicates superior ability to serve the needs of the State. |

The RFP Coordinator will multiply each item score by the assigned weight with the product being the item’s raw weighted score for purposes of calculating the section score as detailed at the end of this table.

Business Proposal (Section 2.3)

|Section |Business Proposal Items |Score |Item Weight |Raw Weighted |

| | | | |Score |

| |

|2.3.2 |Respondent’s Company Structure - | |1 | |

| |Please provide the information requested in Section 2.3.2. | | | |

| |

|2.3.3 |Company Financial Information- | |1 | |

| |Please provide the information requested in Section 2.3.3. | | | |

| |

|2.3.4 |Integrity of Company Structure and Financial Reporting - | |1 | |

| |Please provide the information requested in Section 2.3.4. | | | |

| |

|2.3.5 |Contract Terms/Clauses- | |3 | |

| |Please provide any additional Contract Terms /Clauses you wish to add | | | |

| |to the contract sample in Attachment B. | | | |

| |

|2.3.6.1 |References – Please identify three (3) major current customers in|

| |the table below. State government customers are strongly |

| |preferred. |

|Legal Name of Company or Governmental Entity | |

|Company Mailing Address | |

|Company City, State, Zip | |

|Company Website Address | |

|Contact Person | |

|Company Telephone Number | |

|Company Fax Number | |

|Contact E-mail | |

|Industry of Company | |

| | | |2 | |

|Section |Business Proposal Items |Score |Item Weight |Raw Weighted |

| | | | |Score |

|Customer 2 | |

|Legal Name of Company or Governmental Entity | |

|Company Mailing Address | |

|Company City, State, Zip | |

|Company Website Address | |

|Contact Person | |

|Company Telephone Number | |

|Company Fax Number | |

|Contact E-mail | |

|Industry of Company | |

| | | |2 | |

|Customer 3 | |

|Legal Name of Company or Governmental Entity | |

|Company Mailing Address | |

|Company City, State, Zip | |

|Company Website Address | |

|Contact Person | |

|Company Telephone Number | |

|Company Fax Number | |

|Contact E-mail | |

|Industry of Company | |

| | | |2 | |

|Section |Business Proposal Items |Score |Item Weight |Raw Weighted |

| | | | |Score |

|2.3.6.2 |References – Please identify two (2) suppliers that are currently|

| |working through one of your programs. Please provide a brief |

| |description of the nature and length of the relationship. |

|Legal Name of Company or Governmental Entity | |

|Company Mailing Address | |

|Company City, State, Zip | |

|Company Website Address | |

|Contact Person | |

|Company Telephone Number | |

|Company Fax Number | |

|Contact E-mail | |

|Industry of Company | |

| |

| | | |2 | |

|Customer 2 | |

|Legal Name of Company or Governmental Entity | |

|Company Mailing Address | |

|Company City, State, Zip | |

|Company Website Address | |

|Contact Person | |

|Company Telephone Number | |

|Company Fax Number | |

|Contact E-mail | |

|Industry of Company | |

| |

| | | |2 | |

|2.3.6.3 |Does your company have any pending litigation regarding contract | |1 | |

| |disputes? Please provide a yes/no response. If yes, please provide | | | |

| |details of dispute without violating any confidentiality requirements. | | | |

| |

|2.3.6.4 |Please list any contracts lost or terminated in the last three (3) | |1 | |

| |years and provide reasons for loss or termination, and contact | | | |

| |information. | | | |

| |

|Section |Business Proposal Items |Score |Item Weight |Raw Weighted |

| | | | |Score |

|2.3.7 |Registration to do Business - | |1 | |

| |Please indicate your current status of registration with the Secretary | | | |

| |of State and Department of Administration, Procurement Division. | | | |

| |

|2.3.8 |Authorizing Document - | |1 | |

| |Please provide authorizing documentation requested in Section 2.3.8. | | | |

| |

|2.3.9 |Subcontractors- | |10 | |

| |Please provide a list of all subcontractors you intend to use, | | | |

| |including all information for each, detailed in Section 2.3.9. | | | |

| |

|2.3.9.1 |Contingent Workforce Expertise | |20 | |

| |Please provide a detailed list of all areas of Contingent Workforce | | | |

| |expertise and experience. (Account Temps, Office Temps etc.) Please | | | |

| |provide current subcontractors for each area specified. | | | |

| |

|Section |Business Proposal Items |Score |Item Weight |Raw Weighted |

| | | | |Score |

|2.3.10 | General Information Section | |1 | |

|Business Information | |

|Legal Name of Company | |

|Contact Name | |

|Contact Title | |

|Contact E-mail Address | |

|Company Mailing Address | |

|Company City, State, Zip | |

|Company Telephone Number | |

|Company Fax Number | |

|Company Website Address | |

|Number of Employees (company) | |

|Years of Experience | |

|Number of U.S. Offices | |

|Year Indiana Office Established (if applicable) | |

|Parent Company (if applicable) | |

|Revenues ($MM, calendar year 2005) | |

|Revenues ($MM, calendar year 2006) | |

|% Of Revenue from Indiana customers | |

|2.3.10.1 |Does your Company have a formal disaster recovery plan? Please provide| |5 | |

| |a yes/no response. If no, please provide an explanation of any | | | |

| |alternative solution your company has to offer. If yes, please note | | | |

| |and include as an attachment. | | | |

| |

| 2.3.11 |Experience Serving State Governments – | |2 | |

| |Please provide a brief description of your company’s experience in | | | |

| |serving state governments and/or quasi-governmental accounts. | | | |

| |

|2.3.12 |Experience Serving Similar Clients – | |2 | |

| |Please describe your company’s experience in serving customers of a | | | |

| |similar size to the State with similar scope. Please provide specific | | | |

| |clients and detailed examples. | | | |

| |

|Section |Business Proposal Items |Score |Item Weight |Raw Weighted |

| | | | |Score |

|2.3.13 |Indiana Government Special Initiatives – | |2 | |

| |Please provide information requested in Section 2.3.13. | | | |

| |

|Total Raw Weighted Score: | |

|(sum of raw weighted scores above) | |

| Total Raw Weighted Score | |

|Maximum Possible Raw Weighted Score X 5 = Score | |

|(i.e., 4 X the sum of the item weights above) | |

RFP 8-43

APPENDIX 3

TECHNICAL PROPOSAL

Technical Proposal (Section 2.4)

Instructions: The Respondent must address all Technical Proposal items from Section 2.4 in the shaded areas immediately following each section. If including an attachment please reference attachment in both the space provided and in Appendix 5. A Proposal Evaluation Team, made up of three (3) or more State employees, will independently evaluate and score the Respondent’s response to each item. Each evaluator will use the following whole number, raw point scale for scoring each item:

|Score |Rationale |

|0 |Respondent has not addressed any of the requirements and/or has provided a response that is limited in scope, vague,|

| |or incomplete. Response did not provide a description of how the State’s needs would be met. |

|1 |Respondent has agreed to comply with the requirements and provided some details on how the requirements would be |

| |met. Response does not clearly indicate if all the needs of the State will be met. |

|2 |Respondent has agreed to comply with the requirements and provided an adequate description of how the requirements |

| |would be met. Response indicates adequate ability to serve the needs of the State. |

|3 |Respondent has agreed to comply with the requirements and provided a good and complete description of how the |

| |requirements would be met. Response clearly demonstrates a high degree of ability to serve the needs of the State. |

|4 |Respondent has agreed to comply with the requirements and provided a clear and compelling description of how each |

| |requirement would be met, with relevant supporting materials. Respondent’s proposed approach frequently goes above |

| |and beyond the minimum requirements and indicates superior ability to serve the needs of the State. |

The RFP Coordinator will multiply each item score by the assigned weight with the product being the item’s raw weighted score for purposes of calculating the section score as detailed at the end of this table.

The State is expecting creative cost saving solutions from all of the Respondents in an effort to distinguish the best partner(s) to select.

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

| |

|2) |Provide three (3) examples in which your vendor management program | |5 | |

| |has delivered hard cost savings to your customers. Please include | | | |

| |statistical information on total spend and hard savings, including | | | |

| |the calculation methodology used for determining these savings. If | | | |

| |these examples are not from references listed in Section 2.3.6.1 | | | |

| |above, please include contact information for the client | | | |

| |organization. | | | |

| |

|3) |How would you assist the State in quantifying cost savings associated| |1 | |

| |with this contract? How would you help the State identify ongoing | | | |

| |opportunities for additional savings during the life of the contract?| | | |

| |

|4) |Describe how you would provide information for requests forwarded to | |1 | |

| |you by the State agencies under open/public records law, while | | | |

| |honoring service provider companies’ rights to limit specific | | | |

| |detailed information on resumes. | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

| 2.4.2 |Strategic and Competitive Differentiation | | | |

|1) |How long has your company been delivering the services and | |2 | |

| |technologies proposed in this RFP for contingent workforce | | | |

| |management? | | | |

| |

|2) |What do you feel are your firm’s top competitive advantages? | |2 | |

| |

|3) |Please identify your proposed business model to deliver a contingent | |5 | |

| |workforce management solution to the State. | | | |

| |

|4) |What unique value-adds, innovations, or process knowledge does your | |5 | |

| |firm bring and how can it benefit the State? | | | |

| |

|2.4.3 |Account Management | | | |

|1) |How will you manage our account? Please indicate the position, job | |5 | |

| |functions, and responsibilities associated with your management | | | |

| |teams. | | | |

| |

|2) |Describe your process for issue management/escalation. | |1 | |

| |

|3) |Describe how you will present your company’s performance management | |2 | |

| |review. | | | |

| |

|4) |Where will the account management team be located? | |2 | |

| |

|5) |How do you measure your account management team’s performance? | |2 | |

| |

|6) |What elements of this team are most critical to its success? | |2 | |

| |

|7) |How would you facilitate the regularly scheduled contract review | |2 | |

| |meetings? What elements and issues do you believe should be included| | | |

| |in these discussions? | | | |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|8) |Provide a detailed training plan for all users including customer end| |2 | |

| |users, suppliers, and contract employees, including the methods used | | | |

| |(instructor led, distance learning, “train the trainer”, CBT, online | | | |

| |tutorial, etc.), locations, and frequency of offerings. Identify the| | | |

| |standard training and any customized training that is available to | | | |

| |reflect individual department or institution needs, and include any | | | |

| |limitations such as class sizes, locations, and time limits. | | | |

| |

|9) |Describe the ongoing support available to end users, including hot | |2 | |

| |line or toll free numbers, day and time availability, and any | | | |

| |restrictions. | | | |

| |

|10) |Identify the amount of staffing and the funds as a percent of revenue| |2 | |

| |that are devoted to customer support. | | | |

| |

|11) |How do you provide help-desk support? What specific help-desk | |3 | |

| |services are offered? Please list any websites used for support | | | |

| |purposes. | | | |

| |

|2.4.4 |Supplier/Recruitment | | | |

| |

|2) |What process, if any, do you incorporate to recruit and attract | |5 | |

| |Minority and Women’s Business Enterprises service suppliers? | | | |

| |

|3) |What percentage of staffing suppliers have | |2 | |

| |refused to participate in your supplier | | | |

| |management/contingent workforce | | | |

| |management program? | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|4) |Please describe your staffing supplier management program – is it a | |10 | |

| |tiered program or an all-inclusive broadcast program? | | | |

| |

|5) |How many staffing suppliers work within your network? | |10 | |

| |

|6) |What benefits do suppliers achieve from participating in your | |10 | |

| |programs? | | | |

| |

|7) |What services does your organization provide the staffing suppliers | |10 | |

| |who participate? | | | |

| |

|8) |What are the steps used to qualify and add new suppliers? When and | |5 | |

| |why do you terminate suppliers? | | | |

| |

|9) |Describe your process for determining supplier rates. | |5 | |

| |

|10) |Describe the back office operations of the Vendor Management System | |10 | |

| |program that your company offers. | | | |

| |

|11) |Do you have a contracts and legal group to review all supplier | |2 | |

| |agreements and insurance requirements and if so please describe this | | | |

| |group? | | | |

| |

|12) |Describe your candidate on-boarding and off-boarding processes. | |10 | |

| |

|13) |Describe your procedures for resolving employee relations issues. | |2 | |

| |

|14) |How do you ensure that quality and service levels are maintained by | |5 | |

| |the supplier community? | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|15) |How do you ensure that the State’s requirements on | |5 | |

| |background/reference checks, drug testing, security clearances, and | | | |

| |criminal history checks are properly carried out from your staffing | | | |

| |suppliers? Please provide an example of how you have monitored these| | | |

| |requirements for a current client. | | | |

| |

|16) |Describe your company’s position and philosophy regarding the | |2 | |

| |concerns of co-employment | | | |

| |

|17) |What current policies or procedures do you have in place with other | |2 | |

| |clients regarding co-employment? Please discuss how you protect your| | | |

| |clients from co-employment issues. | | | |

| |

|2.4.5 |Metrics and Reporting | | | |

| |

|2) |Are you willing to put money at risk if your service level agreements| |2 | |

| |are not met? If so, can you please describe how this program would | | | |

| |work? | | | |

| |

|3) |Satisfaction Surveys - Describe the types of company satisfaction | |2 | |

| |metrics you use. Do you provide satisfaction surveys or other | | | |

| |methods to measure same? Please provide a sample of a survey. | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|4) |Describe the different quality programs that you utilize and any | |5 | |

| |quality projects that your company has completed to better its | | | |

| |programs or the operations of a client site. | | | |

| |

|5) |Describe the elements or process improvements your program delivers | |5 | |

| |to reduce our indirect expenses and the associated reporting. | | | |

| |

|6) |How will your program manage and track the performance of our | |10 | |

| |approved vendors and their compliance with our requirements? | | | |

| |

|7) |Does your system support user-defined reporting at the statewide, | |5 | |

| |agency, and program unit levels? Can labor rates be reported on by | | | |

| |such factors as skill set and position title? | | | |

| |

|8) |Provide a complete list of all of the standard reports. Describe the| |5 | |

| |electronic formats the reports can be delivered in. Describe the | | | |

| |system’s ability to preview reports online, including customized | | | |

| |reports from live data. Describe how security and authorization | | | |

| |system features apply to reporting. Describe how reports are printed| | | |

| |at a State agency. | | | |

| |

|9) |List and describe the various types of management reports your | |5 | |

| |company can provide. Please indicate whether these reports can be | | | |

| |manipulated or sorted by the customer. Is the data available for | | | |

| |download by state agencies? Describe the export and data transfer | | | |

| |technology that would be used. | | | |

| |

|10) |Please provide printed examples of your most frequently used reports.| |2 | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|11) |Please explain your system’s capability to generate custom or ad hoc | |2 | |

| |reports. | | | |

| |

|12) |Is ad hoc reporting accomplished using the current data set or are | |2 | |

| |reports run against a reporting database (are reports run against an | | | |

| |extract of your database that is updated)? Please describe how often| | | |

| |data is updated. | | | |

| |

|13) |Is there a standard order summary by supplier report? | |2 | |

| |

|14) |Can a report be generated on order status such as open, closed, | |2 | |

| |filled, etc.? | | | |

| |

|15) |Is there a standard report for requisitions pending approval? | |2 | |

| |

|16) |Is there a supplier performance history report? | |2 | |

| |

|17) |Can the system generate and distribute reports on a set schedule via | |2 | |

| |e-mail, fax, or web reporting? | | | |

| |

|18) |Can reports be generated to view supplier trends (i.e. spend volume, | |2 | |

| |increases/decreases over time, etc.)? | | | |

| |

|19) |Does your system enable enterprise-wide reporting for aggregate | |2 | |

| |totals of orders by type over a specified period? | | | |

| |

|20) |Are there standard headcount reports? | |2 | |

| |

|21) |Are there management and strategy reports for executives? | |2 | |

| |

|22) | Is there a standard audit report? | |2 | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|23) |Are there standard exceptions reports (invoice payment, | |2 | |

| |process/history/tracking)? | | | |

| |

|24) |Are there reports outlining cumulative annual time by resource, skill| |2 | |

| |set groups, supplier, supplier groups, etc.? | | | |

| |

|25) |Can a report be generated by requisition including line item detail | |2 | |

| |for a specified period of time? | | | |

| |

|2.4.6 |Vendor Management System | | | |

| |

|2) |What is your approach to the application of software technology in a | |5 | |

| |Vendor Management System? | | | |

| |

|3) |Do you have any ownership interest in the technology you are | |2 | |

| |proposing in this RFP? | | | |

| |

|4) |Describe how you can assure data is secure. Who owns the data? | |5 | |

| |

|5) |What would happen to the State’s program if your organization (or | |2 | |

| |your technology partner’s organization) is bought or goes out of | | | |

| |business? | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|6) |Briefly describe the requisition approval process and explain how the| |10 | |

| |concerned parties are alerted of the need to approve/disapprove a | | | |

| |requisition. | | | |

| |

|7) |How will we be notified of incoming resumes? | |5 | |

| |

|8) |How are resumes short-listed/screened? | |10 | |

| |

|9) |Does the system factor in both qualifications and rate as part of the| |5 | |

| |selection criteria? | | | |

| |

|10) |How does your client request form accommodate project description, | |5 | |

| |skill narrative, and itemized skills covering both IT skills and | | | |

| |types of projects worked on? | | | |

| |

|11) |Can your system incorporate State Personnel Department IT job | |10 | |

| |classifications, qualifications, and experience so agencies can | | | |

| |request clearly defined resources? | | | |

| |

|12) |Describe the process by which your system can add, update, or delete | |10 | |

| |State personnel job descriptions. | | | |

| |

|13) |How do you determine which suppliers receive solicitations? | |30 | |

| |

|14) |Assuming that response time starts when the State submits a work | |2 | |

| |request to you, what is your standard response time for providing | | | |

| |resumes for potential staff to clients for the work requests they | | | |

| |submit through your system? | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|15) |Describe your communication process, the method used, and the | |5 | |

| |frequency of status updates to your clients regarding your | | | |

| |ability/inability to fill positions within the desired timeframe. | | | |

| |

|16) |What procedure do you use to address replacement coverage for no | |5 | |

| |shows or cancellations? What provisions are in place to protect the | | | |

| |State if/when this occurs? | | | |

| |

|17) |How does your system accept and process a time extension of | |5 | |

| |contracted staff? | | | |

| |

|18) |Please describe your company’s processes for compliance with State | |5 | |

| |procurement laws. | | | |

| |

|19) |Please describe the processes your company follows for suppliers to | |5 | |

| |submit candidates to fulfill work requests. | | | |

| |

|20) |Please describe the processes your company follows in approving | |5 | |

| |candidates submitted by suppliers. | | | |

| |

|21) |Is there a different process when requesting time and labor | |15 | |

| |assignments versus scope of work projects? Please detail both and | | | |

| |provide examples. | | | |

| |

|22) |Does your company’s vendor management system allow requests for | |5 | |

| |specific individuals or team members? | | | |

| |

|23) |Please describe your company’s methodology for selecting suppliers | |5 | |

| |and candidates for work requests. | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|24) |How many resources does your company have available on average and | |5 | |

| |what is the average time to deployment. Please detail by position | | | |

| |and skill level. | | | |

| |

|25) |Is your company able to provide live demonstrations of your system’s | |2 | |

| |capabilities and ease of use? If yes, what resources will the State | | | |

| |need to provide and how much time will be required? | | | |

| |

|26) |Does your system have the ability to send requisitions to all | |2 | |

| |selected suppliers simultaneously, based on job description/code, | | | |

| |skill sets, location, etc.? | | | |

| |

|27) |Does your system have flexible approval hierarchies? | |2 | |

| |

|28) |Does your system have the ability for approvers to edit requisitions?| |2 | |

| |

|29) |Does your system have the ability for hiring managers to attach | |2 | |

| |documents to requisitions? | | | |

| |

|30) |Does the system have the ability to create requisitions for selected | |5 | |

| |job description/code based upon State Personnel Department | | | |

| |profiles? | | | |

| |

|31) |Does your system have the ability to create and save templates for | |2 | |

| |future re-use? | | | |

| |

|32) |Does your system have the ability to auto generate requisition | |2 | |

| |numbers? | | | |

| |

|33) |Does your system generate requisition status update e-mails to all | |2 | |

| |concerned parties? | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|34) |Does your system capture start date and assignment details and manage| |2 | |

| |start logistics? | | | |

| |

|35) |Does your system allow the hiring manager to select their preferred | |2 | |

| |supplier? | | | |

| |

|36) |Can hiring managers view candidate qualifications and select | |2 | |

| |candidates online? | | | |

| |

|37) |Does your system/tool have the ability to systematically rate | |2 | |

| |candidates based on skills, bill rates, etc.? | | | |

| |

|38) |Does your system have the capability of identifying candidates that | |2 | |

| |were previously considered undesirable? | | | |

| |

|39) |Does your system have the ability for the supplier and/or hiring | |2 | |

| |manager to view the status of the requisition? | | | |

| |

|40) |Does your system automatically notify suppliers of status change? | |2 | |

| |

|41) |Does your system have the ability to view transaction histories of | |2 | |

| |requisitions? | | | |

| |

|42) |If the cost of a requisition is outside of predefined parameters, | |2 | |

| |does your system have the ability to re-route requisitions through a | | | |

| |separate approval hierarchy? | | | |

| |

|43) |Does your system capture confirmation of completed drug screenings | |2 | |

| |from suppliers? | | | |

| |

|44) |Is online help available to assist a new or infrequent user in the | |2 | |

| |requisitioning process? | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|45) |Can your system track and store resume formats for at least two (2) | |2 | |

| |years? | | | |

| |

|46) |Does your system capture the employment status of each candidate | |2 | |

| |(i.e., W2 employee, subcontract, independent contractor, etc.)? | | | |

| |

|47) |Does your system have the ability to measure contingent worker | |5 | |

| |performance? | | | |

| |

|48) |Does your system have the ability to measure supplier performance? | |5 | |

| |

|49) |Does your system provide standardized formats for electronic resumes?| |5 | |

| |

|50) |Does your system allow resumes to be provided to hiring managers | |5 | |

| |without reference to the supplier? | | | |

| |

|51) |Does your system have the ability to view and track the history of | |5 | |

| |the contingent while on assignment? | | | |

| |

|52) |Can your system/tool track and send notifications to managers and | |5 | |

| |suppliers regarding assignments due to expire? | | | |

| |

|53) |Can managers extend contingent assignments? | |15 | |

| |

|54) |Can the system accept time entry feeds from legacy systems? | |5 | |

| |

|55) |Does your system/tool have the ability to report and track disputes | |5 | |

| |over payments? | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|56) |Can notifications/alerts be sent to specified persons when thresholds| |2 | |

| |are approached, met, or exceeded? | | | |

| |

|57) |Does your system/tool have the ability to validate and/or establish | |5 | |

| |project costing and associate a Project ID or work order with each | | | |

| |resource? | | | |

| |

|58) |Does your system offer a Web-based time entry system for your | |5 | |

| |Suppliers? If so, how does it work? What sort of PC and/or Internet| | | |

| |access is required in order to use the system? | | | |

| |

|59) |How does your system handle the ability to retract time approvals? | |2 | |

| |How are such retractions tracked? | | | |

| |

|60) |The State will require separate invoicing by agency and by purchase | |5 | |

| |order number. Please describe how your billing system will | | | |

| |accommodate this level of detail. | | | |

| |

|61) |The State has a Prompt Payment law which requires payment to vendors | |2 | |

| |within thirty-five (35) days of an invoice unless a good faith | | | |

| |dispute of the invoice is filed. Describe your payment cycle for | | | |

| |your suppliers. How do you invoice for the services of your | | | |

| |suppliers? How would you accommodate invoices to multiple agencies | | | |

| |under this contract? | | | |

| |

|62) |Describe how your system handles a single contracted staff working | |2 | |

| |two (2) or more jobs, each with a different rate, within an agency. | | | |

| |

|63) |How does your system accommodate hourly, daily and weekly rate | |2 | |

| |submittal or fixed price project quotes? | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|64) |How does your system accommodate rates inclusive and exclusive of | |2 | |

| |expenses? | | | |

| |

|65) |Describe how your system accommodates scope of work requests and how | |2 | |

| |your company’s system verifies when deliverables are completed and | | | |

| |billable. | | | |

| |

|2.4.7 |Conversion/Implementation Services | | | |

| |

|2) |Provide an estimated implementation/delivery timetable. | |2 | |

| |

|3) |Describe how your organization will assist in the development and | |2 | |

| |planning of strategies for the implementation of the new system. | | | |

| |

|4) |Provide an overview of your implementation team, including the | |5 | |

| |background and experience of staff assigned to convert and implement | | | |

| |the MSP system in Indiana, specific roles and responsibilities of MSP| | | |

| |staff, and the time commitment the State can expect from these | | | |

| |individuals. Describe the transition process from the implementation| | | |

| |team to the ongoing account management team. | | | |

| |

|5) |What consulting services are included during system implementation? | |2 | |

| |Demonstrate through documented experiences and/or client references | | | |

| |successful use of these services. | | | |

| |

|Section/ |Technical Proposal Items |Score |Item Weight |Raw Weighted |

|Question Number | | | |Score |

|6) |What are the critical components of a vendor management program | |2 | |

| |implementation? Summarize the roles of the vendor and department | | | |

| |staff during the implementation process. | | | |

| |

|7) |Describe how the problems that arise during the implementation | |2 | |

| |process will be identified and solved. | | | |

| |

|8) |Provide a comprehensive plan including the timeline showing how you | |5 | |

| |will transition all existing staffing suppliers into the new vendor | | | |

| |management model. | | | |

| |

|9) |Provide a transition plan for specific, current/ongoing projects and | |2 | |

| |staff. | | | |

| |

|10) |Detail your companies experience including number of times you have | |10 | |

| |integrated your Vendor Management System with People Soft. | | | |

| |

|11) |Describe the pros and cons of integration and any increases to | |5 | |

| |timelines for implementation and costs. | | | |

| |

|Total Raw Weighted Score: | |

|(sum of raw weighted scores above) | |

| Total Raw Weighted Score | |

|Maximum Possible Raw Weighted Score X 25 = Score | |

|(i.e., 4 X the sum of the item weights above) | |

RFP 8-43

COST PROPOSAL SUMMARY

APPENDIX 4

Cost Proposal (Section 2.5)

Please complete the two (2) tabs in Attachment D according to the instructions found in each tab.

|Section/ Question|Cost Proposal Items |Response |

|Number | |(Y/N) |

|2.5.4 |Indiana Small Business Preference– | |

| |Please indicate if your Company intends to claim the Indiana Small Business Preference in this | |

| |RFP. Please provide a yes /no answer and reference any documentation supporting this claim as | |

| |an attachment here and in Appendix 5. | |

| | | |

| |Pursuant to IC 5-22-15-7, Respondent may claim only one (1) preference. For the purposes of | |

| |this RFP, this limitation to claiming one (1) preference applies to Respondent’s ability to | |

| |claim recycled content preference, Indiana Small Business preference, or to claim eligibility | |

| |for Buy Indiana points. | |

| |

|2.7 |Buy Indiana Initiative /Indiana Company- | |

| |Please indicate if your Company intends to claim the Buy Indiana points and which definition you| |

| |have used during the registration process described in Section 2.7. Please provide a yes /no | |

| |answer and reference any documentation supporting this claim as an attachment here and in | |

| |Appendix 5. | |

| | | |

| |Pursuant to IC 5-22-15-7, Respondent may claim only one (1) preference. For the purposes of | |

| |this RFP, this limitation to claiming one (1) preference applies to Respondent’s ability to | |

| |claim recycled content preference, Indiana Small Business preference, or to claim eligibility | |

| |for Buy Indiana points. | |

| |

|Please provide a complete description of your pricing model that reflects the entire breadth of the solutions presented in this |

|RFP. |

| |

RFP 8-43

SUMMARY OF ATTACHMENTS

APPENDIX 5

This Table asks for additional information, submitted as attachments, periodically throughout the questions. The column below titled "Appendix, Section, Question Number" describes the specific question for which an attachment has been provided. The column titled "Description" highlights the type of information in that requested attachment. The column titled "Attachment Included" highlights whether or not you have included this information as an attachment as part of your RFP response. Two (2) example attachments requested in the RFP are listed for you. If you have additional attachments to those specified in the table, please indicate the Appendix, Section, Question Number to which the attachment references, as well as a brief description of the attachment.

|Appendix, Section, Question Number |Description |Attachment Included |

| | |(Y/N) |

|Section 1.21 |Subcontractor, Minority and Women’s Business Enterprises | |

| |Participation | |

|App D, 2.3.2 |Respondent's Company Structure | |

|App D, 2.3.3 |Company Financial Information | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

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

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

Google Online Preview   Download