request for information no. 10-2616 procurement …...procurement process management contract...
Post on 13-Oct-2020
5 Views
Preview:
TRANSCRIPT
RFI NO. 10-2616 Page 1
Steven R. Schuh
County Executive
REQUEST FOR INFORMATION
NO. 10-2616
Procurement Process Management System
October 26, 2016
RFI NO. 10-2616 Page 2
TABLE OF CONTENTS
1 Introduction ........................................................................................................................................... 3
1.1 Executive Overview ........................................................................................................................ 3
1.2 Definitions ...................................................................................................................................... 4
1.3 RFI Summary ................................................................................................................................... 5
1.4 RFI Objectives ................................................................................................................................. 5
1.5 Background ..................................................................................................................................... 7
2 Narrative Descriptions .......................................................................................................................... 8
2.1 Required Capabilities ..................................................................................................................... 8
2.2 Respondent Information ................................................................................................................ 8
2.3 Business Continuity Planning and Technical Questions ................................................................ 9
3.1 Key Business Capabilities ............................................................................................................. 10
3.2 Use Case Examples ....................................................................................................................... 13
4 RFI Demonstration Instructions and Due Dates ................................................................................. 16
5 Attachments ........................................................................................................................................ 17
6 Written Response Requirements ........................................................................................................ 17
7 Submission of Information .................................................................................................................. 18
8 Outcome .............................................................................................................................................. 18
RFI NO. 10-2616 Page 3
1 Introduction
1.1 Executive Overview
In order to respond more effectively to daily operational challenges, Anne Arundel County, Maryland, Office of Central Services, Purchasing Division (“the County”) is interested in pursuing technology to support the following activities:
Bid/Proposal/Contract Generation
Procurement Process Management
Contract Management
Vendor Management
Evaluation Team Collaboration and Management
Web Portal capabilities (public facing and internal)
Integrated Dashboard and Reporting capabilities
Appropriate integration with the existing Oracle JD Edwards EnterpriseOne financial system
The ability of the County to handle these functions electronically (as opposed to its current paper process) is considered vital to the efficient and effective use of County resources on behalf of its citizens.
Respondents are encouraged to provide a “best practice” solution for the implementation of their software. At a high level, the County has the following goals:
1. To increase the efficiency and effectiveness of the Purchasing Division by streamlining processes and reducing manual efforts in order to decrease procurement process cycle times
2. To reduce repetitive Buyer and Administrative Staff actions
3. To create transparency and accountability by tracking procurement status, approval workflows, and staff performance metrics - then making that information available via a management dashboard
This RFI is issued as a means of technical discovery regarding what is available in the marketplace and of gathering information in the form of written responses and possible application demo sessions from responding software providers. This RFI is for planning purposes only and should not be construed as a solicitation nor should it be construed as an obligation on the part of the County to make any purchases. The County may utilize the results of this RFI in drafting a competitive solicitation (RFP) for the services.
Participation in this RFI is voluntary and the County will not pay for the preparation of any information submitted by a Respondent or for the County’s use of that information.
Should the County determine to proceed with a solicitation based on the responses to this Request for Information (RFI), the solicitation to be issued may be either a formal Request for
RFI NO. 10-2616 Page 4
Proposal (RFP) or Invitation for Bid (IFB) to be handled in accordance with the County’s purchasing policies and procedures.
The content of the request and specific high level requirements are explained more fully in this RFI.
1.2 Definitions
These terms when used in this RFI have the following meanings:
Buyer – an employee in the Purchasing Division assigned to procure Goods and Services for the County
COTS – Commercial Off-the-Shelf - an adjective that describes software or hardware products that are ready-made and available for sale to the general public
County – Anne Arundel County, Maryland
Department – any of the 36 agencies within the Anne Arundel County government
Digital Signature – a type of electronic signature that encrypts documents with digital codes that are particularly difficult to duplicate
EnterpriseOne – COTS enterprise financial and resource planning software developed by JD Edwards (and now owned by Oracle Corporation) and currently used by the County
Evaluation Committee/Team – the group of individuals that evaluates Technical and Cost Proposals submitted in response to an RFP or the information submitted for an RFI
e-Signature (or electronic signature) - a technology that allows a person to
electronically affix a signature or its equivalent to an electronic document, as when
consenting to an online contract
Fillable Electronic Form – e-Form – is a Web-based form that allows a user to enter data using form widgets (such as checkboxes, radio buttons, or text fields) that is sent to a server and placed into a database
Goods – all tangible things that are or may be procured for the County
NIGP Code (an acronym for the National Institute of Governmental Purchasing’s Commodity/Services Code) – is a standardized coding taxonomy used primarily to classify products and services procured by state and local governments in North America
Procurement – obtaining, by purchase or otherwise, Goods or Services
Procurement File – all the data, documents, and supporting materials associated with a unique procurement
Procurement Method – one of a dozen methods of procurement used by the County such as IFBs, RFPs, Blanket Contracts, and Capital Contracts. A complete list of County procurement methods is provided within this document.
Proposal – a submission in response to an RFI or RFP
Purchase Order – a document issued by the Purchasing Division for the Procurement of Goods or Services
Requisition – an internal County document by which a Using Agency transmits to the Purchasing Division the details of Goods or Services required – or a purchase requisition for an unknown vendor entered into the EnterpriseOne system
RFI NO. 10-2616 Page 5
Respondent – a person or entity submitting a response to this RFI issued by the County for a SaaS solution
SaaS – Software as a Service is a software licensing and delivery model in which
software is licensed on a subscription basis and is centrally hosted Services – the work done by a Vendor for or at the request of the County
SOW – Statement of Work – a detailed description of the specific services or tasks that are required to be performed under a contract. A SOW is usually incorporated in a contract, indirectly by reference or directly as an attachment
System – all components of the software solution and database described in this document
Using Agency – as defined in § 8-1-101(8) of the Anne Arundel County Code
Vendor – a person or entity in the business of providing Goods or Services
1.3 RFI Summary
The County is seeking to obtain information on Procurement Process Management applications using a Software as a Service (SaaS) licensing and delivery model. The objective of this RFI is to gather information in order to evaluate available software solutions to determine the County’s long term application software strategy. It is not necessary for a Respondent’s software solutions to handle all of the capabilities enumerated in this RFI in order to respond. However, should the County determine to proceed with a solicitation, it is anticipated that the successful Respondent will offer a comprehensive solution comprised of a single system or a number of systems that are tightly and seamlessly integrated.
The RFI process will include the submission of written documentation and may include a single demonstration meeting – lasting no more than two (2) hours – to allow the Respondent to demonstrate its tool(s) and cover key business capabilities listed in the sections below. The County will select, at its sole discretion, the Respondents for the demonstration meetings based on its assessment of the written responses.
1.4 RFI Objectives
The intent of this RFI is to, as clearly as reasonably possible, describe some of the County’s requirements so a Respondent may explain how its offering would facilitate a specific need or processing requirement. The Respondent should provide general information about the capabilities of its tool(s) and identify key differentiators from competitors. The County’s primary objectives of this RFI are to learn the following from the Respondent:
An awareness of all software offerings the Respondent can offer as an integrated solution (i.e. management of Procurement, Contracts, Vendor, etc.)
An awareness of current and future offerings that can/will provide a platform to introduce efficiencies as part of the implementation or as the application matures over time in order to improve quality and reduce cost
How its technology will provide for a more scalable solution and for the future integration with other technology advancements
RFI NO. 10-2616 Page 6
How its technical solution incorporates innovation and best practices that could improve capabilities
How its technical solution can be used to reduce manual processes for more timely processing and status awareness
How its technology solution can assist in generating bid/proposal/contract documents
How its technology solution can incorporate electronic or digital signatures into an approval workflow
How its technical solution can be used to create transparency and accountability
How its technical solution can be used to decrease procurement process cycle times
How its technical solution can be used to reduce repetitive Buyer and Administrative Staff actions
How its technical solution can be used to track staff performance metrics
How its technical solution can provide role-based permissions for different types of users
How its technical solution can support standard reports, ad-hoc reporting, analytics, and audit trails
An understanding of the user experience from the viewpoint of all types of users and functions (Requesting Department, Buyer, Approvers, Vendors, etc.)
A list of other local government agencies that have deployed the applications/solution
Examples of what other local government agencies and non-government organizations have achieved from the software offerings
An understanding of key differentiators from its competitors
How its technical solution provides master data storage and “single source of the truth” for transactional and reporting functionality to ensure data integrity
RFI NO. 10-2616 Page 7
1.5 Background
This section describes some key elements of the current production environment in use by the County.
The County’s existing procurement process is almost entirely manual. Buyers receive requests and/or specifications from a Department and must put together a Statement of Work. SOWs vary greatly based on the procurement method and what is being purchased. There is no centralized library of boilerplate templates or specialized text clauses to draw on when building a SOW.
Once a SOW is created, it is printed and combined with other required documents into a procurement package. Procurement packages (containing paper documents) are hand carried between required approvers by mail room staff. Approvers indicate their concurrence by adding their handwritten signature on the appropriate paper form before the package is routed to the next approver (who may be in an entirely different location). The whole approval process may take days or even weeks.
There is no consistently reliable way the requesting Department or the Purchasing Office can determine where a procurement is within the process, who is responsible for the next action, or how long the package has set on someone’s desk. Buyers may be working on dozens of procurement at any given time. As a result, Buyers and support staff spend an inordinate amount of time trying to track down the status of a particular procurement and making sure it keeps moving through the approval process.
Contract Management from a Purchasing Division perspective is missing - although support staff do scan contracts into a shared drive (with little search capability). Buyers have no visibility into milestone deliveries or vendor performance which is handled by Departments. They only get involved after the fact when issues arise – or prior to renewals or re-bids.
Similarly, there is very little automated Vendor Management in place – although for Architect & Engineering (AE) procurements a list of pre-qualified vendors is maintained in a MS Access database where Buyers can locate them by type (water, sewer, solid waste, etc.).
Purchase Requisitions, Purchase Orders, and Receiving are handled through Oracle’s JD Edwards EnterpriseOne financial system.
RFI NO. 10-2616 Page 8
2 Narrative Descriptions
Respondents are expected to review the Required Capabilities listed below and respond, in writing and, if selected, during the demonstration process. Written responses are due on or before 2:00pm EST on November 23, 2016.
2.1 Required Capabilities
The following are required as part of the written response.
Ref Required Information
1
Provide at least two customer profiles where the Respondent is hosting a production solution with requirements similar to the County’s for: Procurement Management, Contract Management, Vendor Management, Evaluation Team Collaboration and Management, Web Portal capabilities (public facing and internal), and Integrated Dashboard and Reporting capabilities. Profiles for state or local government customers are preferred.
2 Provide a description of the suggested solution comprised of either a single software product – or a number of applications that are tightly and seamlessly integrated. Provide an architectural diagram and a written explanation.
3
SOC 2, more formally known as Service Organization Control 2, reports on various organizational controls related to security, availability, processing integrity, confidentiality or privacy. Provide a current SOC 2 report or equivalent evaluation. If an alternative is provided, is there a plan for obtaining an SOC 2 report?
2.2 Respondent Information
The following is a list of information required regarding the Respondent.
Ref Required Information
1
Provide the following information for your firm’s Local Division, Headquarters, and the Parent Company:
(a) Company Name; (b) Address; (c) D&B number/Tax ID number; and (d) Website URL.
2
Describe your firm’s history since its founding, including the date the company was established. Include any significant acquisitions or mergers that have occurred, the date of those acquisitions/mergers. (1 page maximum)
3 Explain how your firm concentrates on market segments and indicate the investments it is making in its government related practice/sector (½ page maximum)
4 Explain key partnerships or strategic alliances it has developed with third party companies. (½ page maximum)
5
Describe any awards, alliances, or industry recognition that demonstrates your firm’s experience and long-standing track record of successful deliveries and customer experiences. (½ page maximum)
RFI NO. 10-2616 Page 9
2.3 Business Continuity Planning and Technical Questions
The following is a list of security, business continuity planning and technical questions. Please provide concise, detailed responses to each of the items below in addition to any standard marketing material or supplemental documents. Attached to this document is a security questionnaire to be submitted.
Ref Continuity Planning and Technical Questions
1 Data Center - Describe at a high level the data center architecture, failover process, location, and redundancy. Provide SLA information for system availability.
2 Systems Recovery Planning - Describe the steps performed to conduct risk assessments of your data center facilities to ensure risks are identified and addressed or accepted (e.g. storms, power failures, network outages, support staff unavailable).
3 Systems Recovery Planning - Describe the strategies in place to mitigate the risk an incident will cause a disruption to systems availability and capability to work (pre-incident planning).
4 Systems Recovery Planning - What is the distance between the primary and recovery sites?
5 Systems Recovery Planning - Describe at a high level the type of information contained in the systems recovery plans (e.g. critical personnel, contact information, recovery sequence of events, test scripts, system design diagrams).
6 Security - Describe your service offering for internal and external vulnerability scanning. Do you perform the scans, vet false positives and report them to your customers?
7 Security - Describe the method for authentication for customer access to their data and system. How is single sign-on (SSO) supported or managed with your application?
8 Security – Describe the encryption approach for data in transit and at rest.
9
Application Security – Please provide an overview of the access management controls including how you ensure segregation of duties for personnel, how you ensure removal of access for terminated staff, and the approval process for user creation. What audit functions are provided?
10 Support Model Post Production – Provide detail on offerings for post-production support and SLA levels.
11 Technology – Provide information on the underlying technological solution including open APIs and reporting technology.
RFI NO. 10-2616 Page 10
3 Key Business Capabilities
The Respondent must provide written responses that describe how the system can support the capabilities listed below. If selected for demonstration, the following topics need to be included in the demonstration as part of Respondent’s general demonstration of the application’s functionality. Demonstrations should provide the County with an overview of the capabilities and highlight key capabilities from multiple user points of view.
3.1 Key Business Capabilities
The following table identifies key capabilities and features the County is looking for. IMPORTANT: Please describe how the Respondent’s solution would support each function. Indicate if this function is a standard feature, requires configuration, requires customization, or requires another 3rd party application.
Ref Capabilities
1 General – The ability to define role-based access/permissions for users across all modules
2 General – The ability to support standard reports, user created ad-hoc reports & analytics, and audit trails across all modules
3
General – The ability for a new Web Portal to: 1. Post solicitations, awards, FAQs, and other public-facing information 2. Provide vendors with a secure location to register, login, submit and update
required forms, submit bids, upload documents, and use NIGP codes to classify their products and services
3. Allow Evaluation Team members with a secure location to login and collaborate and score proposals
4 General – The ability to integrate the Respondent’s technical solution with Oracle’s JD Edwards EnterpriseOne financial system used by the County.
5
Bid/Proposal/Contract Generation – The ability to create Bids/SOWs/Proposals from a template and data entered by a Buyer.
The ability to build and maintain a library of templates and reusable clause snippets
The ability for Buyers to enter required Bid/Proposals/SOW information (including NIGP codes, evaluation criteria, and pricing templates) through applications or e-forms.
The ability to merge the data entered and the selected template to produce a completed document in Microsoft Word format that could then be modified by a Buyer.
6 Procurement – The ability to create a unique procurement file repository containing all data, documents, approvals, and supporting materials pertinent to each solicitation
7 Procurement – The ability to initiate the procurement process in the Respondent’s system by either the entry of a requisition in JDE EnterpriseOne –or– directly by a user.
8 Procurement – The ability to support multiple procurement methods (IFB, RFP, RFI, RFQ,
RFI NO. 10-2616 Page 11
Ref Capabilities
Sole Source Awards, Emergency Procurements, Professional Services Agreements, Capital Improvement/Construction Agreements, Architecture and Engineering Contracts, Blanket Contracts, IDIQ, & Special Procurements)
9
Procurement – The ability to create different approval workflows for procurements based on the procurement method with email notifications to the next approver. The ability for each approver in the workflow to indicate their approval using an electronic or digital signature. The ability for a Buyer to add or remove approvers for a specific procurement. The ability to securely approve procurements from a mobile device.
10
Procurement - The ability to create different default timelines based on the procurement method with default dates within a timeline based on the number of business days from the procurement start date. E.g. publish date = start +2, pre-bid conference date = start +7, bid opening date = start +12, bid closing date = start +22, etc. The ability for a Buyer to add or remove dates for a specific procurement.
11 Procurement - The ability to create different lists of required documents based on the procurement method. The ability for a Buyer to add or remove required documents for a specific procurement.
12 Procurement – The ability to automatically publish fully approved opportunities to several pre-determined websites.
13
Procurement – The ability to issue Addendums/Amendments to approved solicitations and create vendor communications. The ability to automatically published Addendums/Amendments and vendor communications on the Web Portal and store them in the electronic procurement file repository.
14 Procurement – The ability to publish vendor questions and the County’s responses via the Web Portal.
15 Procurement – The ability to create a formal Contract after Evaluation Team selection and Buyer approval.
16 Procurement – The ability to create final award approval workflows based on procurement method with email notifications to next approver.
17 Procurement – The ability to store fully executed Contract awards in the Contracts database and publish them on the “Bid Results” section of the County website.
18 Vendors – The ability to define e-forms to collect required information from vendors via the Web Portal.
19
Vendors – The ability for vendors to establish secure accounts on the Web Portal where they can:
Register and maintain their profile information
Submit bid or proposal responses online
Enter and maintain all required e-forms, upload all required documents, and use NIGP codes to classify products and services offered by their company
View award results
20 Vendors – The ability for vendors to receive automatic email notifications for opportunities relevant to products or services offered by their company.
21 Evaluation – The ability for Evaluation Team members to log into a secure evaluation
RFI NO. 10-2616 Page 12
Ref Capabilities
system from the internal Web Portal.
22 Evaluation – The ability for Evaluation Team members to collaboratively conduct evaluations via the internal Web Portal (message board, Web conferencing, calendar, & scoring tools).
23 Evaluation – The ability for each RFP section to have its own scoring and weighting criteria.
24 Evaluation – The ability for Evaluation Team members to score/rate vendor proposals against technical evaluation criteria without knowing pricing information.
25 Evaluation – The ability for Evaluation Team members to input their scores, analysis (strengths and weaknesses), and upload any supporting documentation.
26 Evaluation – The ability to consolidate individual technical evaluations into a consensus score.
27 Evaluation – The ability to consolidate vendor pricing templates for side-by-side comparison.
28 Evaluation – The ability for Evaluation Team members to score/rate vendor pricing.
29 Evaluation – The ability to consolidate technical and pricing scores into a total vendor scoresheet.
30 Contract Management – The ability to store contract in the electronic procurement file repository
31 Contract Management – The ability to limit modification of contract information to authorized users.
32 Contract Management – The ability to track sub-contractor information.
33 Contract Management – The ability to track contract performance against user defined milestones.
34 Contract Management – The ability to define email alerts based on an event or date
35 Content Management – The ability to define an unlimited number of categories
36 Contract Management – The ability to process contract amendments, extensions, and renewals.
37 Contract Management – The ability to locate and retrieve contracts by the following criteria: category, department, NIGP code, vendor, date range, and dollar value range.
38 Contract Management – The ability to receive automated reminders for contract renewals
39 Contract Management – The ability to support a Contract Closeout process once services or materials have been fully received and recorded by the Department.
40 Dashboard – The ability to track the status of a procurement, its location in the approval workflow, and the length of time it has been with the current approver.
41 Dashboard – The ability to produce a graphic aging report of procurements by procurement type.
42 Dashboard – The ability to track the number of procurements being processed by Buyer and procurement method
43 Dashboard – The ability to track the number of procurements processed by Buyers across a user-defined date range.
RFI NO. 10-2616 Page 13
3.2 Use Case Examples
The following table provides examples of current situations to understand how the Respondent’s suggested solution would support the requirement. It is expected that the items below would be addressed during the demonstration, if selected, using the Respondent’s demo environment. Please indicate in the written response whether the application can support this function, and if so, indicate the method: configuration, customization, or another solution.
Ref Scenario
1
SOW Generation - SOWs vary greatly based on the procurement method and what is being procured. There is no single library of boilerplate templates and specialized text to draw on when creating a SOW. The County needs the ability to build and maintain a library of Bid/SOW templates, reusable clause snippets, and prior SOWs – and then enter information that will “fill in the blanks” within these templates. The Buyer would then need to merge the data and the template – deleting paragraphs or inserting specialized clause snippets where necessary. The final product would be a completed document in Microsoft Word format that could then be modified by a Buyer. Please describe how the Respondent’s solution handles this requirement.
2
Differences by Procurement Method – The County currently has defined 12 procurement methods (see Section 3.1.8). Approvers, timelines, and required documents may be entirely different for each procurement method. Therefore, each procurement method must have its own initial approval flow, list of required documents, default timeline, and final award approval flow – and a Buyer should be able to modify any or all of these. Please describe how the Respondent’s system handles this requirement.
3
E-Signature or Digital Signature – The County desires that the procurement process become virtually paperless by using electronic forms and documents whenever possible. Therefore approval workflows must allow individuals to use electronic or digital signature to indicate their approval. Please describe how the Respondent’s solution handles this requirement.
4
Status/Location Tracking - There is no consistently reliable way the requesting Department or the Purchasing Office can determine where a procurement is within the process, whose desk the package is on, or how long it has been there. Buyers may be working on dozens of procurement at any given time. Please describe how the Respondent’s solution will address this problem.
5
Decrease Procurement Cycle Times - One of the County’s objectives is to increase the efficiency and effectiveness of the Purchasing Division by streamlining processes and reducing manual efforts in order to decreasing procurement process cycle times. Please describe how the Respondent’s solution handles this requirement.
6 Metrics – Another of the County’s objectives is to accountability by tracking staff performance metrics. Please describe how the Respondent’s solution handles this.
7 Management Dashboard – Another objective is to create transparency and accountability by tracking procurement status, approval workflows, and staff
RFI NO. 10-2616 Page 14
Ref Scenario
performance metrics - then making that information available online via a management dashboard. Please describe how the Respondent’s solution handles this requirement.
8
Reporting – The County needs a comprehensive technical solution that can support standard reports, ad-hoc reporting, analytics, and audit trails. Please describe how the Respondent’s solution handles this requirement.
9
Contract Management – Contract Management is handled by Departments without the benefit of automation. From a Purchasing Division perspective, it is virtually missing. Buyers have no visibility into milestone deliveries or vendor performance unless informed by a Department – and need to get automated reminders for contract renewals. Please describe how the Respondent’s solution handles this requirement.
10
Vendor Management – The County has very little automated Vendor Management in place. The County needs the ability to:
Define e-forms to collect required information from Vendors
Establish secure accounts on a Web Portal where Vendors can: o Register and maintain their profile information o Submit bid or proposal responses online o Enter and maintain all required e-forms, upload all required documents,
and use NIGP codes to classify products and services offered by their company
o View award results It also needs a way for vendors to receive automatic email notifications for opportunities relevant to products or services offered by their company. Please describe how the Respondent’s solution handles this requirement.
11
Web Portal – The County needs a Web Portal to: 1. Post solicitations, awards, FAQs, and other public-facing information 2. Provide vendors with a secure location to register, login, submit and update
required forms, submit bids, upload documents, and use NIGP codes to classify their products and services
3. Allow Evaluation Team members with a secure location to login and collaborate and score proposals
Please describe how the Respondent’s solution handles this requirement.
12
Evaluation – The County currently does not have automated Evaluation tools for use in evaluation proposals. It needs the ability for Evaluation Team members to:
Log into a secure evaluation system from the internal Web Portal
Collaboratively conduct evaluations via the internal Web Portal (message board, Web conferencing, calendar, & scoring tools)
Score/rate vendor proposals against technical evaluation criteria without knowing pricing information
Score/rate vendor pricing separately at the appropriate time
Input their scores, analysis (strengths and weaknesses), and upload any supporting documentation
RFI NO. 10-2616 Page 15
Ref Scenario
Additional, the solution should allow:
Each RFP section to have its own scoring and weighting criteria
Individual technical evaluations to be consolidated into a consensus score
Vendor pricing to be consolidated for side-by-side comparison
Technical and pricing scores to be consolidated into a total vendor scoresheet Please describe how the Respondent’s solution handles these requirements.
13 Integration – Please describe how the Respondent’s solution might integrate with the County’s existing Oracle JD Edwards EnterpriseOne financial system
RFI NO. 10-2616 Page 16
4 RFI Demonstration Instructions and Due Dates
The demonstration, if requested from the Respondent, will consist of a single two (2) hour session. The Respondent will demonstrate the application, explain how it meets the County’s requirements, and provide any other presentation material appropriate for the discussion. The overall purpose is of the meeting is the demonstration and to showcase any key differentiators of the overall offering. Presentation material should align with the demonstration and be limited to not more than the first twenty minutes of the session; supplemental materials can be included and left for review after the demonstration. The County expects the Respondent to manage the meeting and come prepared with an agenda (presented ahead of the session to the County).
Demonstrations will be scheduled on the following dates (see table below) between 9:00 a.m. and 4:00 p.m. local time. Respondents will have access to setup 30 minutes prior to their designated start time. All demonstrations will occur at the County’s office located at 2660 Riva Road, Annapolis, MD 21401.
Demonstration Number
Day Date
D01 Monday 12/05/2016
D02 Tuesday 12/06/2016
D03 Wednesday 12/07/2016
D04 Thursday 12/08/2016
D05 Friday 12/09/2016
Respondents are to select two (2) dates and times of preference, and provide this information in their written response to this RFI. The County will schedule the demonstrations by November 30, 2016.
Below is a list of the activities and due dates for the RFI process:
Activity Due From Due Date
Responses due for written portion of the RFI Respondent 11/23/2016
Demonstration dates scheduled at the County’s sole discretion. Anne Arundel County 11/30/2016
Demonstration agenda due Respondent 12/02/2016
RFI NO. 10-2616 Page 17
5 Attachments
AACO Cloud
Security Requirements-V00.02.docx
6 Written Response Requirements
Please keep your written response to 20 pages or less and respond by reference number. It is anticipated that some responders will submit brochures and marketing information in addition to their written response. The County may not be able to copy such material. Responders are requested to provide three (3) complete copies of all documents/materials submitted. IMPORTANT: Do not include any pricing information. RFI response should contain the following:
Contact Information
Please provide the following contact information:
o Company Name
o Address
o Name of the individual who will act as primary point of Contact for inquiries
o Contact Person’s Telephone Number
o Contact person’s Facsimile number
o Contact Person’s Email Address
Comments
Please provide your evaluative comments on the project description and
requirements outlined in this document. Include any suggestions or advice
regarding the design, implementation, management, technology, etc. of this
contemplated project. Detail what additional information or clarifications would
be needed in order to prepare a comprehensive proposal in the future?
Approach
Based on the project information provided to date, briefly describe the approach
you would recommend for this project and why.
RFI NO. 10-2616 Page 18
7 Submission of Information
RFI response may be submitted by hardcopy only. Submit written responses no later than 2:00pm EST on November 23, 2016: To:
Anne Arundel County, Maryland Andrew Hime, Purchasing Agent Office of Central Services, Purchasing Division 2660 Riva Road, 3rd Floor Annapolis, MD 21401
TELEPHONE: (410)-222-7672 (Direct) Faxed questions or comments may be sent to (410) 222-7642, same attention on or before 3:00pm EST on 11/18/2016. You may also e-mail questions to: phhime00@aacounty.org & phcox001@aacounty.org
8 Outcome
Anne Arundel County does not guarantee any formal solicitation will be generated as a result of this RFI.
End of Document
top related