it professional technical services site program t#:14atm · 2017. 8. 11. · b. runtime...

15
RFO0266 Page 1 Vendors must have an active, approved master contract under the SITE program and be approved in the category or categories listed in the RFO document in order to respond to an RFO. Vendor is responsible for reading all addenda associated with the RFO. IT Professional Technical Services SITE Program T#:14ATM MN.IT Services at DHS/MNSure Project Title: System Modernization – Cúram Training Category: Cúram Trainer Business Need MN.IT Services at the Minnesota Department of Human Services (DHS) requires the services of a vendor to fulfill the extensive need for MN.IT Services to have Cúram trained state Business Analysts to support the existing Minnesota Eligibility Technology System (METS) application as well as several large Cúram based system modernization efforts. A team of Business Analysts have been hired by MN.IT Services and they are required to be skilled in the Cúram software suite in order to support these ongoing and future efforts. The vendor will provide a foundation for MN.IT Business Analysts to acquire Cúram expertise and develop system knowledge of standards and compliancy, as well as learn and apply Cúram best practices. The vendor will be responsible for the following duties: A. Design and development of a curriculum that will enable Business Analysts to progressively gain knowledge and understanding of the Cúram/integrated computer system. B. Display advanced knowledge of Cúram base functionality including typical configuration, customization modification and best practice approaches. C. Conduct integrated computer system and policy training. D. Design and deliver specialized courses for specific populations and evaluate training activities to ensure that training needs are met. E. Develop, maintain, and administer online learning, stand-up training, or knowledge transfer through other methods as well as produce and edit written documentation as appropriate. F. Analyze current and future curriculum content to determine which material is most appropriate for this delivery method and determine how to integrate online learning with other delivery methods.

Upload: others

Post on 04-Feb-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

  • RFO0266

    Page 1

    Vendors must have an active, approved master contract under the SITE program and be approved in the

    category or categories listed in the RFO document in order to respond to an RFO. Vendor is responsible for

    reading all addenda associated with the RFO.

    IT Professional Technical Services

    SITE Program

    T#:14ATM

    MN.IT Services at DHS/MNSure

    Project Title: System Modernization – Cúram Training

    Category: Cúram Trainer

    Business Need

    MN.IT Services at the Minnesota Department of Human Services (DHS) requires the services of a vendor to

    fulfill the extensive need for MN.IT Services to have Cúram trained state Business Analysts to support the

    existing Minnesota Eligibility Technology System (METS) application as well as several large Cúram based

    system modernization efforts. A team of Business Analysts have been hired by MN.IT Services and they are

    required to be skilled in the Cúram software suite in order to support these ongoing and future efforts.

    The vendor will provide a foundation for MN.IT Business Analysts to acquire Cúram expertise and develop

    system knowledge of standards and compliancy, as well as learn and apply Cúram best practices. The vendor

    will be responsible for the following duties:

    A. Design and development of a curriculum that will enable Business Analysts to progressively gain

    knowledge and understanding of the Cúram/integrated computer system.

    B. Display advanced knowledge of Cúram base functionality including typical configuration, customization

    modification and best practice approaches.

    C. Conduct integrated computer system and policy training.

    D. Design and deliver specialized courses for specific populations and evaluate training activities to ensure

    that training needs are met.

    E. Develop, maintain, and administer online learning, stand-up training, or knowledge transfer through

    other methods as well as produce and edit written documentation as appropriate.

    F. Analyze current and future curriculum content to determine which material is most appropriate for this

    delivery method and determine how to integrate online learning with other delivery methods.

  • RFO0266

    Page 2

    Project Deliverables

    There will be two main deliverables for this RFO. The vendor will prepare and conduct a training curriculum,

    consisting of ten (10) modules. The vendor will also provide DHS with copies of the training materials.

    1. Cúram Training Modules

    The following modules are intended as a guide for the vendor to create a specific curriculum. These

    modules must be outlined and presented in the vendor’s submission.

    Module 1 – Overview / Introduction to Cúram

    1. Functional overview of the Cúram Social Program Management (SPM) Platform v6.x

    a. Main functional components of IBM Cúram SPM Platform v6.x

    b. Key core components in Cúram, including participant, case, administration, and workflow

    management and explanation of their interactions

    c. Rules and evidence

    d. Financial processing and outcome management

    e. IBM Cúram Enterprise Framework, Modules and Solutions, and their functionality related to

    business rules and processes

    f. Configuration/extension, customization and best practices and guidelines

    2. Exercises and hands-on guidance

    Module 2 – Cúram Core Cases and Participant Management

    1. Comprehension of how case management and participant management is applied within the Cúram

    platform

    a. Relationship and functionality between participant management and case management

    b. Cúram participant role types and utilization

    c. Navigation of participant management screens

    d. Case types and their respective purposes

    e. Business processing of benefit delivery

    f. Financial processing related to case management

    g. Out-of-the-box (OOTB) Cúram basic functionality

    h. Leverage and use entity relationship diagrams, data dictionary, and reference guides

    2. Exercises and hands-on guidance applying lessons learned to project work

    Module 3 – Cúram Organization Structures and Security/Auditing

    1. Overview of organization structure elements, security, reporting hierarchies, location structures,

    authentication and authorization

    a. Organization structures and reporting hierarchies

    b. Location structures and security relationship to the enterprise framework

    c. Authentication and authorization within the Cúram application

    d. Security roles, groups and security/functional identifiers

  • RFO0266

    Page 3

    e. Configurations within the admin workspace for security and organizational elements

    f. Design the organization structure, creating reporting hierarchies and streamlining case and

    task workloads through structures

    g. Inter-relationships between organizational structures security and access

    2. Exercises and hands-on guidance applying lessons learned to project work

    Module 4 – IEG-Intelligent Evidence Gathering

    1. Overview of IEG Scripts, Player, DataStore, and documenting an IEG solution including best practices

    a. Main functional components of Intelligent Evidence Gathering (IEG)

    b. Key components including IEG Scripts, Player and DataStore

    c. DataStore collection and storage

    d. Documenting analysis using MN.IT at DHS/MNSure requirements templates

    2. Exercises and hands-on guidance using administration workspace to run IEG editor and DataStore

    editor applying lessons learned to project work

    Module 5 – Cúram Workflows

    1. Overview and functional understanding of key concepts, roles, and analysis tasks in IBM Cúram

    workflows and integration with the Social Program Management (SPM) platform.

    a. Workflow infrastructure and functionality

    b. Workflow activities, transitions, process definitions, and data flows

    c. Workflow Data Objects (WDO)

    d. Enactment mappings related to the workflow process

    e. Work allocation to assign work items to system resources, individuals and organizational

    units

    f. Workflow Administration and utilization

    2. Exercises and hands-on guidance applying lessons learned to project work

    Module 6 – Cúram Financials

    1. Overview and functional understanding of Out-of-the-box Cúram financials for cases, line items,

    instructions, batch jobs, and how financials can be extended or customized for financial processing.

    a. Overview of financial processing in Cúram

    b. Functionality for processing payments, liabilities, and payments received from case

    participants

    c. Out-of-the-box (OOTB) financials for cases, line items, and instructions

    d. Overview of batch processes, liabilities, manual payments, cancelling payments, reissuance,

    and adjustments

    e. Business processes for generating payments, simulating payments, financial components,

    issuing payments to third parties

    f. Best practices for leveraging, extending and customizing Cúram (OOTB) financials

    2. Exercises and hands-on guidance applying lessons learned to project work

  • RFO0266

    Page 4

    Module 7 – Universal Access and Usage of Portals for Screening, Intake, and Triage

    1. Overview and functional understanding of the Universal Access and Portals for Screening, Intake,

    and Triage features, documentation, and best practices.

    a. Universal Access and Citizen Portal functionality

    b. Using portals for triage of client applications, screening, managing life events relative to

    Cúram functions

    c. Components and capabilities relative to Social Enterprise Collaboration

    d. Implementation of Portals and best practices

    2. Exercises and hands-on guidance applying lessons learned to project work

    Module 8 – Business Intelligence (BI) Analytics and Reporting

    1. Overview and functional understanding of leveraging Cúram BI Analytics and Reporting for business

    needs and ad hoc queries, reporting components, runtime architecture and defining Cúram Reports.

    a. Functional Components of Cúram Reporting

    b. Runtime architecture and dimensional data model

    c. Extract, load, and transform processes

    d. Staging area, Central Data Warehouse (CDW) and Data Marts

    e. Designing Cúram reports, documenting analysis using templates

    2. Exercises and hands-on guidance applying lessons learned to project work

    Module 9 – Cúram Fit Gap Analysis and Impact Assessments

    1. Overview and functional understanding of fit gap analysis and impact assessment of the end-to-end

    applications of Triage, Screening, multi-program applications and case management of life events.

    a. Reference Guides, processes, data dictionary, entity relationship diagrams

    b. Critical elements of fit gap analysis and impact assessments

    c. Level of detail based on variables

    d. Define deliverables and determine a recommended approach for impact assessment

    2. Exercises and hands-on guidance applying lessons learned to project work

    Module 10 – Cúram Express Rules and Legislation Analysis

    1. Overview and functional understanding of Cúram Express Rules including legislative best practices.

    a. Define the Express Rules Framework

    b. Rules maintenance, execution, and definition processes

    c. Key artifacts

    d. Express Rules for IBM SPM Products, Dynamic Evidence, and Eligibility and Entitlement

    Applications

    e. Define Express Rules elements, design, and activity diagrams

    f. Best practices for legislation constituent rules, and rule sets

    2. Exercises and hands-on guidance applying lessons learned to project work

  • RFO0266

    Page 5

    2. Training Materials

    A. Upon completion of the training sessions, the vendor will provide MN.IT@DHS Staff with a complete

    package of course materials.

    B. Course Materials includes all materials, including;

    - Course outlines

    - Instructor manuals

    - Participant guides

    - PowerPoint documents

    - Any additional visuals or documents associated with the training curriculum

    C. MN.IT@DHS Staff may reproduce and distribute these course materials for the purposes of

    continued in-house training.

    Project Milestones and Schedule

    Our current project schedule necessitates component-based training sessions spread over a number of

    weeks, rather than a Boot Camp approach. Our vision is to train in numerous sessions, and spread the

    sessions over months, which will enable the Business Analysts to use the knowledge and skills they have

    acquired in training by applying that knowledge to actual project work, supplemented by hands-on guidance

    as necessary. Additionally, the sessions should be flexible so that if staff are hired with some Cúram

    expertise or are transferred between Cúram responsibilities, they can attend individual sessions for specific

    knowledge growth.

    A proposed five (5) month training track that incorporates all training modules.

    2 - 3 day course for two groups of 15 - 20 staff members (training 30 - 40 staff members total).

    Repeat the training curriculum in the second part of the year.

    Month 1

    Week 1 Train group A on Module 1

    Week 2 Train group B on Module 1

    Week 3 Train group A on Module 2

    Week 4 Train group B on Module 2

    Month 2

    Week 1 Train group A on Module 3

    Week 2 Train group B on Module 3

    Week 3 Train group A on Module 4

    Week 4 Train group B on Module 4

    Month 3

    Week 1 Train group A on Module 5

    Week 2 Train group B on Module 5

    Week 3 Train group A on Module 6

    Week 4 Train group B on Module 6

    Month 4

    Week 1 Train group A on Module 7

    Week 2 Train group B on Module 7

  • RFO0266

    Page 6

    Projected Engagement Start Date: November 8, 2017

    Projected Engagement End Date: November 7, 2018

    The State will retain the option to extend the work order in increments determined by the State.

    Project Environment

    The Cúram Training vendor will be working with the current Cúram Business Analysis teams. The training

    vendor may also be responsible for the training of Project Managers, Quality Assurance Analysts, and other

    DHS/MN.IT staff who may or may not have Cúram experience. The State of Minnesota requires that the

    vendor provide trainer resources with expertise in the Cúram framework to conduct training and provide

    knowledge transfer to State staff. Currently, DHS/MN.IT uses Cúram for multiple applications and the

    vendor resources will be responsible for assisting DHS/MN.IT members.

    Project Requirements

    All work will be done at DHS offices in St. Paul, MN

    Work must comply with the Statewide Enterprise Architecture

    Work must comply with the State’s Enterprise Security Policy and Standards

    Work must comply with applicable industry/agency standards

    Resources must be able to work independently, with little or no supervision

    Responsibilities Expected of the Selected Vendor

    Responsibilities include, but are not limited to:

    Provide highly qualified Cúram trainers.

    Assist in development and delivery of Cúram training.

    Create a structured classroom environment and include time between classes for additional practice of

    previous material.

    Have resources available for questions pertaining to training materials during non-classroom periods

    during the duration of the contract.

    Transfer knowledge to MN.IT Services at DHS/MNSure staff.

    Have additional practice examples available.

    Training sessions must commence within forty-five (45) days of work order execution.

    Resources will report to the vendor’s Resource Manager, who will receive work direction from the

    State’s Business Analysis Supervisor and Manager.

    Comply with the MN.IT@DHS/METS invoicing requirements.

    Week 3 Train group A on Module 8

    Week 4 Train group B on Module 8

    Month 5

    Week 1 Train group A on Module 9

    Week 2 Train group B on Module 9

    Week 3 Train group A on Module 10

    Week 4 Train group B on Module 10

  • RFO0266

    Page 7

    Resource Qualifications and Skill Set

    The vendor must have the capacity to provide multiple Cúram trainer resources that each individually satisfy

    all of the qualifications skill set requirements listed below.

    B.S or B.A degree with one (1) year of experience as a Cúram Trainer

    OR

    Associate’s degree with three (3) years of experience as a Cúram Trainer

    OR

    Five (5) years of Cúram Project experience including 1 year of combined experience as a Cúram Trainer

    or developing Cúram training materials

    At least five (5) years documented experience in creating Cúram training plans

    At least five (5) years documented experience in presenting Cúram training materials to audiences of at

    least ten students

    Experience working in a government environment

    Experience working in a Human Services domain

    Qualifications

    Mandatory Qualifications (Pass/Fail)

    At a minimum, a responding vendor must meet the following mandatory qualifications. Submissions that do

    not clearly demonstrate that these mandatory qualifications are met will not be considered under this RFO.

    Mandatory Qualifications of Vendor

    Experience in creating and deploying training teams to a minimum of two (2) different organizations, for training engagements lasting longer than six (6) months each.

    Have a local office in the State of Minnesota.

    Desired Skills

    Responders that meet the Mandatory Qualifications will be evaluated on the following Desired Skills as well

    as on the Training Curriculum. Responder should demonstrate in its proposal the length, depth, and

    applicability of the prior experience in the desired skills below.

    Desired Skills of Vendor

    Experience in creating and presenting technical Cúram Training materials

    Experience with Cúram best practices

  • RFO0266

    Page 8

    Process Schedule

    Process Milestone Due Date

    Deadline for Questions 8/16/2017, 2:00 PM CDT

    Anticipated Responses to Questions Posted 8/23/2017

    Proposals Due 9/5/2017, 2:00 PM CDT

    Anticipated proposal evaluation complete 9/27/2017

    Anticipated work order start 11/8/2017

    Questions

    Any questions regarding this Request for Offers must be submitted via e-mail according to the date and time

    listed in the Process Schedule to:

    Robin Wegener, Contract Manager, MN.IT Central [email protected]

    Email Subject Line should read: [Vendor Name] RFO0266 Curam Training Questions

    Questions and answers will be posted via an addendum to the RFO on the Office of MN.IT Services website

    according to the Process Schedule above.

    Other persons ARE NOT authorized to discuss this RFO or its requirements with anyone throughout the

    selection process and responders should not rely on information obtained from non-authorized individuals. If

    it is discovered a responder contacted State staff other than the individual above, the responder’s proposal

    may be removed from further consideration.

    RFO Evaluation Process

    The responders’ proposals will be evaluated on the following components.

    Criteria %

    Mandatory Qualifications Pass/Fail

    Desired Skills 20%

    Training Curriculum 50%

    Cost 30%

    TOTAL 100%

    The State reserves the right to request a presentation from any or all responders. Presentations, if

    conducted, will be in-person, on-site only. In the event presentations are conducted, technical scores may

    be adjusted based on additional information derived during the presentation process. The State further

    reserves the right to remove a responder from consideration if the responder is unavailable for a

    presentation as requested by the State.

    The State also reserves the right to contact vendor references and to adjust technical scores based on

    additional information derived from the reference checks.

    mailto:[email protected]://mn.gov/buyit/14atm/rfo/active.html

  • RFO0266

    Page 9

    1. Evaluation of Mandatory Qualifications

    This is a Pass/Fail evaluation. The vendor must submit all documents on time and the vendor must clearly demonstrate that it meets the Mandatory Qualifications. Any proposals that are deemed as a “failed” submission will not be evaluated further.

    Mandatory Qualifications of Vendor Pass/Fail

    Experience in creating and deploying training teams to a minimum of two (2) different organizations, for training engagements lasting longer than six (6) months each.

    Have a local office in the State of Minnesota.

    2. Evaluation of Desired Skills

    The evaluation team will review the Desired Skills of each vendor that has met the Mandatory Qualifications.

    Points have been assigned to each Desired Skill. The total possible points for each Desired Skill are as

    follows:

    Desired Skills of Vendor Total Value

    Experience in creating and presenting technical Cúram Training materials 10

    Experience with Cúram best practices 10

    Total 20

    After reviewing the desired skills, the members of the evaluation team will rate each desired skill using up to

    the total value.

    3. Training Curriculum

    The evaluation team will review the Training Curriculum for each vendor that has met the Mandatory

    Qualifications. Points have been assigned to the Training Curriculum and the total possible points are as

    follows:

    Vendor Training Curriculum Total Value

    Quality of training curriculum 50

    Total 50

    4. Cost Proposals

    Cost proposals will be evaluated based on the Total Cost as requested in the chart below and in the Cost

    Proposal instructions.

    Cost Proposal

    Item All-Inclusive Cost ($USD)

    Cost associated with creating and delivering one (1) iteration of the set of prepared training modules (i.e., one iteration of the ten modules for group

  • RFO0266

    Page 10

    Cost Proposal

    A and group B as set forth in the Project Milestones and Schedule section of this RFO, above). This includes both the cost of the curriculum creation and the cost for the resource(s) to conduct the trainings. (This cost will be used as the basis for any additional training iterations.)

    Cost associated with providing DHS with copies of the training materials.

    Total Cost

    Lowest cost will be determined by the Total Cost submitted by the responder. (See Cost Proposal instructions,

    below.) The Proposal with the lowest Total Cost will receive 100% of the available points. The other Proposals

    will receive points using the following formula:

    Lowest Total Cost Proposal ------------------------------------------- x Maximum Points = Points Awarded Responder’s Total Cost Proposal EXAMPLE: (Using 30 points as maximum): If Responder A submitted the lowest Total Cost of $100,000, and Responder B submitted a Total Cost of $117,000, Responder A would receive 30 points and Responder B would receive 25.64 points (100,000 ÷ 117,000 x 30 = 25.64)

    This Request for Offers does not obligate the State to award a work order or complete the assignment, and

    the State reserves the right to cancel the solicitation if it is considered to be in its best interest.

    Submission Format

    The proposal should be assembled as follows:

    1. Cover Page

    Master Contractor Name

    Master Contractor Address

    Contact Name for Master Contractor

    Contact Name’s direct phone/cell phone (if applicable)

    Contact Name’s email address

    2. Overall Experience

    A. Mandatory Qualifications

    Responder must demonstrate that it meets the mandatory qualifications under this RFO. If pass/fail

    requirements are not met by the responder, the State will discontinue further scoring of that proposal.

  • RFO0266

    Page 11

    Please provide a narrative summary describing how your proposal meets the Vendor Mandatory

    Qualifications. Document your experience in creating and deploying training teams to a minimum of two (2)

    different organizations, for training engagements lasting longer than six (6) months each. Also indicate the

    address of your local office in the State of Minnesota. Please limit your response for this section to two (2) pages.

    B. Desired Skills

    Please provide a narrative summary describing how your proposal meets the Vendor Desired Skills. Outline

    your experiences in creating and presenting technical Cúram Training materials. Document your understanding

    and experience with Cúram best practices. Please limit your response for this section to two (2) pages.

    C. Training Curriculum. Vendor must submit its proposed curriculum/training plan consisting of the ten

    modules described in the Project Deliverables (Curam Training Modules) section of this RFO (above).

    The training plan should provide sufficient information to be used as a scheduling and managing tool.

    The training plan should show the vendor’s overall design of the project in response to achieving the

    deliverables as defined in this RFO.

    D. References. Provide the names of two (2) references who can speak to the responder’s ability to place

    project teams and conduct a training curriculum. Include the company name and address, reference

    name, reference email, reference phone number and a brief description of the project the responder

    completed.

    3. Cost Proposal

    Must be in a SEPARATE DOCUMENT and not listed in any other place in your submission.

    Include a separate document labeled “Cost Proposal” which includes the costs as requested in the chart

    below.

    You must copy the chart below and include it in your cost proposal with the cost numbers filled in.

    Vendor Name:

    Item All-Inclusive Cost ($USD)

    Cost associated with creating and delivering one (1) iteration of the set of prepared training modules (i.e., one iteration of the ten modules for group A and group B as set forth in the Project Milestones and Schedule section of this RFO, above). This includes both the cost of the curriculum creation and the cost for the resource(s) to conduct the trainings. (This cost will be used as the basis for any additional training iterations.)

    Cost associated with providing DHS with copies of the training materials.

    Total Cost

    Costs must be all-inclusive, i.e., any travel, living, or other expenses must be pre-factored into the above costs.

  • RFO0266

    Page 12

    Please do not submit cost alternatives or ranges as the State requires singular costs in order to make a fair comparison of costs between the responders. If, despite this directive, costs alternatives or ranges are provided, the State will utilize the highest cost alternative and/or the highest cost in the range for purposes of cost scoring.

    4. Additional Statement and forms:

    A. Conflict of interest statement as it relates to this project

    B. Workforce Certificate Information (required if vendor proposal exceeds $100,000, including extension

    options)

    C. Equal Pay Certificate (required if vendor proposal exceeds $500,000, including extension options)

    D. Affidavit of non-collusion

    E. Certification Regarding Lobbying (required if vendor proposal exceeds $100,000, including extension

    options)

    The STATE reserves the right to determine if further information is needed to better understand the information

    presented. This may include a request for a presentation.

    Proposal Submission Instructions

    Each vendor is limited to the submission of one (1) proposal in response to this Request for Offers.

    The proposal must be transmitted via e-mail to: Robin Wegener, Contract Manager, MN.IT Central [email protected] Email Subject Line must read: [Vendor Name] RFO0266 Curam Training Response

    Submissions are due according to the Process Schedule previously listed.

    The e-mailed response should contain three (3) attached .pdf files

    o One (1) containing the cover page, Mandatory Qualifications and Desired Skills narratives and

    related documentation, Training Curriculum, and references, labeled “Response”

    o One (1) containing the cost proposal only, labeled “Cost Proposal”

    o One (1) containing the Additional Statement and Forms, labeled “Additional Statement and

    Forms”

    Submissions are due according to the process schedule previously listed.

    All responses are time and date stamped by the State’s email system when they are received. Responses

    received after Proposals Due Date and Time above will not be considered. The State shall not be

    responsible for any errors or delays caused by technology-related issues, even if they are caused by the

    State.

    Vendor must copy [email protected] on any responses submitted for this RFO. Vendors that do

    not intend to submit a proposal must send an email notification of a no-bid on the request to

    [email protected]. Failure to do either of these tasks will count against your program activity and

    may result in removal from the program.

    http://www.mmd.admin.state.mn.us/doc/WorkForceCert.docxhttp://www.mmd.admin.state.mn.us/doc/equalpaycertificate.dochttp://www.mmd.admin.state.mn.us/doc/noncollusion-2.dochttp://www.mmd.admin.state.mn.us/doc/lobbying.docmailto:[email protected]:[email protected]

  • RFO0266

    Page 13

    General Requirements

    Proposal Contents

    By submission of a proposal, Responder warrants that the information provided is true, correct and reliable for

    purposes of evaluation for potential award of this work order. The submission of inaccurate or misleading

    information may be grounds for disqualification from the award as well as subject the responder to suspension

    or debarment proceedings as well as other remedies available by law.

    Indemnification

    In the performance of this contract by Contractor, or Contractor’s agents or employees, the contractor must indemnify, save, and hold harmless the State, its agents, and employees, from any claims or causes of action, including attorney’s fees incurred by the state, to the extent caused by Contractor’s: 1) Intentional, willful, or negligent acts or omissions; or 2) Actions that give rise to strict liability; or 3) Breach of contract or warranty. The indemnification obligations of this section do not apply in the event the claim or cause of action is the result of the State’s sole negligence. This clause will not be construed to bar any legal remedies the Contractor may have for the State’s failure to fulfill its obligation under this contract.

    Disposition of Responses

    All materials submitted in response to this RFO will become property of the State and will become public record

    in accordance with Minnesota Statutes, section 13.591, after the evaluation process is completed. Pursuant to

    the statute, completion of the evaluation process occurs when the government entity has completed

    negotiating the contract with the selected vendor. If the Responder submits information in response to this RFO

    that it believes to be trade secret materials, as defined by the Minnesota Government Data Practices Act, Minn.

    Stat. § 13.37, the Responder must: clearly mark all trade secret materials in its response at the time the

    response is submitted, include a statement with its response justifying the trade secret designation for each

    item, and defend any action seeking release of the materials it believes to be trade secret, and indemnify and

    hold harmless the State, its agents and employees, from any judgments or damages awarded against the State

    in favor of the party requesting the materials, and any and all costs connected with that defense. This

    indemnification survives the State’s award of a contract. In submitting a response to this RFO, the Responder

    agrees that this indemnification survives as long as the trade secret materials are in possession of the State.

    The State will not consider the prices submitted by the Responder to be proprietary or trade secret materials.

  • RFO0266

    Page 14

    Conflicts of Interest

    Responder must provide a list of all entities with which it has relationships that create, or appear to create, a

    conflict of interest with the work that is contemplated in this request for proposals. The list should indicate the

    name of the entity, the relationship, and a discussion of the conflict.

    The responder warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there

    are no relevant facts or circumstances which could give rise to organizational conflicts of interest. An

    organizational conflict of interest exists when, because of existing or planned activities or because of

    relationships with other persons, a vendor is unable or potentially unable to render impartial assistance or

    advice to the State, or the vendor’s objectivity in performing the contract work is or might be otherwise

    impaired, or the vendor has an unfair competitive advantage. The responder agrees that, if after award, an

    organizational conflict of interest is discovered, an immediate and full disclosure in writing must be made to the

    Assistant Director of the Department of Administration’s Office of State Procurement (“OSP”) which must

    include a description of the action which the contractor has taken or proposes to take to avoid or mitigate such

    conflicts. If an organization conflict of interest is determined to exist, the State may, at its discretion, cancel the

    contract. In the event the responder was aware of an organizational conflict of interest prior to the award of the

    contract and did not disclose the conflict to OSP, the State may terminate the contract for default. The

    provisions of this clause must be included in all subcontracts for work to be performed similar to the service

    provided by the prime contractor, and the terms “contract,” “contractor,” and “contracting officer” modified

    appropriately to preserve the State’s rights.

    IT Accessibility Standards

    All documents and other work products delivered by the vendor must be accessible in order to conform with the

    State Accessibility Standard. Information about the Standard can be found at

    http://mn.gov/mnit/programs/policies/accessibility/.

    Preference to Targeted Group and Economically Disadvantaged Business and Individuals

    In accordance with Minnesota Rules, part 1230.1810, subpart B and Minnesota Rules, part 1230.1830, certified

    Targeted Group Businesses and individuals submitting proposals as prime contractors will receive a six percent

    preference in the evaluation of their proposal, and certified Economically Disadvantaged Businesses and

    individuals submitting proposals as prime contractors will receive a six percent preference in the evaluation of

    their proposal. Eligible TG businesses must be currently certified by the Office of State Procurement prior to the

    solicitation opening date and time. For information regarding certification, contact the Office of State

    Procurement Helpline at 651.296.2600, or you may reach the Helpline by email at [email protected].

    For TTY/TDD communications, contact the Helpline through the Minnesota Relay Services at 1.800.627.3529.

    Veteran-Owned Small Business Preference

    Unless a greater preference is applicable and allowed by law, in accordance with Minn. Stat. § 16C.16, subd. 6a,

    the Commissioner of Administration will award a 6% preference in the amount bid on state procurement to

    certified small businesses that are majority owned and operated by veterans.

    http://mn.gov/mnit/programs/policies/accessibility/

  • RFO0266

    Page 15

    A small business qualifies for the veteran-owned preference when it meets one of the following requirements.

    1) The business has been certified by the Department of Administration/Office of State Procurement as being a

    veteran-owned or service-disabled veteran-owned small business. 2) The principal place of business is in

    Minnesota AND the United States Department of Veterans Affairs verifies the business as being a veteran-

    owned or service-disabled veteran-owned small business under Public Law 109-461 and Code of Federal

    Regulations, title 38, part 74 (Supported By Documentation). See Minn. Stat. § 16C.19(d).

    Statutory requirements and certification must be met by the solicitation response due date and time to be

    awarded the preference.

    Work Force Certification

    For all contracts estimated to be in excess of $100,000, responders are required to complete the Affirmative

    Action Certificate of Compliance and return it with the response. As required by Minnesota Rule 5000.3600, “It

    is hereby agreed between the parties that Minnesota Statute § 363A.36 and Minnesota Rule 5000.3400 -

    5000.3600 are incorporated into any contract between these parties based upon this specification or any

    modification of it. A copy of Minnesota Statute § 363A.36 and Minnesota Rule 5000.3400 - 5000.3600 are

    available upon request from the contracting agency.”

    Equal Pay Certification

    If the Response to this solicitation could be in excess of $500,000, the Responder must obtain an Equal Pay

    Certificate from the Minnesota Department of Human Rights (MDHR) or claim an exemption prior to contract

    execution. A responder is exempt if it has not employed more than 40 full-time employees on any single

    working day in one state during the previous 12 months. Please contact MDHR with questions at: 651-539-1095

    (metro), 1-800-657-3704 (toll free), 711 or 1-800-627-3529 (MN Relay) or at [email protected].

    Certification of Nondiscrimination (In accordance with Minn. Stat. § 16C.053)

    The following term applies to any contract for which the value, including all extensions, is $50,000 or more:

    Contractor certifies it does not engage in and has no present plans to engage in discrimination against Israel, or

    against persons or entities doing business in Israel, when making decisions related to the operation of the

    vendor's business. For purposes of this section, "discrimination" includes but is not limited to engaging in

    refusals to deal, terminating business activities, or other actions that are intended to limit commercial relations

    with Israel, or persons or entities doing business in Israel, when such actions are taken in a manner that in any

    way discriminates on the basis of nationality or national origin and is not based on a valid business reason.

    mailto:[email protected]