Questions & Answers For RFP Enterprise Architecture Consulting Service for HSE



Similar documents
Template K Implementation Requirements Instructions for RFP Response RFP #

Vendor Overview Briefing July 15, 2014 GARTNER PUBLIC SECTOR CONSULTING. GARTNER CONSULTING Engagement:

AT&T Global Network Client for Windows Product Support Matrix January 29, 2015

1. Regarding section 1.6 (Page 7), what level of support (onsite or remote) is required?

PROPOSAL XXX INFRASTRUCTURE MIGRATION PROJECT (RFP 20XX.XX.XX)

COMPARISON OF FIXED & VARIABLE RATES (25 YEARS) CHARTERED BANK ADMINISTERED INTEREST RATES - PRIME BUSINESS*

COMPARISON OF FIXED & VARIABLE RATES (25 YEARS) CHARTERED BANK ADMINISTERED INTEREST RATES - PRIME BUSINESS*

Case 2:08-cv ABC-E Document 1-4 Filed 04/15/2008 Page 1 of 138. Exhibit 8

Anatomy of an Enterprise Software Delivery Project

RFP Milestones, Instructions, and Information

On-Call Management and Economic Development Consulting Services RFP (Project #2664) Questions and Answers Summary

Document Reference. Section Number. Question # Section Heading. The IV&V Contractor will provide. project management services to the III.B.4.

RFP ADDENDUM NO. 1

Addendum No.14 UW RKH HR/Payroll

Analysis One Code Desc. Transaction Amount. Fiscal Period

UNIVERSITY OF CENTRAL ARKANSAS PURCHASING OFFICE 2125 COLLEGE AVENUE SUITE 2 CONWAY, AR 72034

Request for Proposal For: PCD-DSS Level 1 Service Provider St. Andrew's Parish Parks & Playground Commission Bid Deadline: August 17, 2015 at 12 Noon

Executive Branch IT Reorganization Project Plan

PROJECT MANAGEMENT PLAN <PROJECT NAME>

Request for Proposals for RFP. (No MeHI-05 Salesforce.com Integration) Questions and Answers December 21, 2012

PROJECT: DLS Website Redesign STATUS REPORT May-June 2015

RFP Project Management Office Services for the North of Shellard Sports Campus/Recreation Complex Phase One. ADDENDUM No.

Ashley Institute of Training Schedule of VET Tuition Fees 2015

Request for Proposal Business & Financial Services Department

Training Calendar GTC Energy: Training Calendar / 165

GTA Board of Directors September 4, 2014

State Medicaid HIT Plan RFP # Responses to Submitted Questions. Section 1.1 of the RFP states in part the following.

City of Minneapolis RCA Provision of IT Services. Committee of the Whole February 11, 2015

Enhanced Vessel Traffic Management System Booking Slots Available and Vessels Booked per Day From 12-JAN-2016 To 30-JUN-2017

Request for Proposal Environmental Management Software

Request for Expressions of Interest On a contract to perform: Renewal of Information Technology Strategic Plan

STATE OF WASHINGTON DEPARTMENT OF SOCIAL AND HEALTH SERVICES PO Box 45811, Olympia WA

Roles: Scrum Master & Project Manager

RFP# CONSULTING SERVICES FOR ORACLE E-BUSINESS SUITE R12 UPGRADE QUESTION AND ANSWER RFP Reference Question GSFA Response

Responses to Inquiries RFP Software Quality Assurance Managed Services

SEALED BID REQUEST FOR INFORMATION

1. Introduction. 2. User Instructions. 2.1 Set-up

Purchasing Bids & Contracts Request for Proposal For University Relations Website Redesign RFP NO.2016P105

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Video Production Services for the Ontario College of Trades (the College)

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY ONLINE REPLATFORM HOSTING BID INSTRUCTIONS

ERP Briefing. Cook County Government. Bureau of Finance Enterprise Resource Planning Center of Excellence. August 19, 2014

REQUEST FOR PROPOSAL Branded Content Marketing and Contest Development to Target International Markets

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS

763XXX Timing Analysis, Critical Path Method (CPM) Project Schedule

This Request for Proposal (RFP) consists of providing the Phone System and Phones for

Document Management System Request for Proposals April 22, 2013

Request for Proposal RFP No. IT Phone System Replacement

March 26, 2013 ADDENDUM NO. 1. RFP #MWJ1304 PeopleSoft Campus Solutions Implementation Project Office of Information Technology

Corrected Form: Revised Attachment 7B Cost Proposal Distribution Exhibits A1 and A2 Attached

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

Title: Contract Management Software Solutions (CMS) and Procurement Front-End System

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

Appendix B7. Master Data Management Business and Technical Requirements Solicitation No.: YH Page 229

Human Capital Management Mapping a Blueprint to the Cloud. June 25 th, 2 3pm EST

EXHIBIT 2-2-C PROGRESS SCHEDULES

Health Information Technology Implementation Advanced Planning Document (HIT IAPD) Template

Leader Dogs for the Blind 1039 South Rochester Road Rochester Hills, MI 48307

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

Town of Fairview, Texas Request for Proposal Merchant Card Services

6. Q: A: No, however it is anticipated that the PM firm will need to understand FEMA and HUD CDBG compliance as part of the scope of services. 7.

LEGAL SERVICES CORPORATION REQUEST FOR PROPOSAL FOR DEVELOPMENT OF E-LEARNING TRAINING COURSE

Employee Performance Appraisal Software

MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services.

Request for Proposals

The New Prior Approval Rate Application Process Frequently Asked Questions

Request for Proposal HQC Evaluation of Saskatchewan s Lean Health Care Transformation: Phase 1

Vendor Technical Overview Briefing July 16, 2014 GARTNER PUBLIC SECTOR CONSULTING. GARTNER CONSULTING Engagement:

Project Management Planning

Request for Proposal Brand USA Human Resources Information System December 2015

RFP No C017 OFFICE OF TECHNOLOGY INFORMATION SYSTEMS AND INFRASTRUCTURE PENETRATION TEST

REQUESTS FOR PROPOSAL RFP TGF Title: Professional Services for the Implementation of the Board Governance Performance Assessment Framework

RFP # FAR Addendum #4 Enterprise Resource Planning (ERP) Software and Services

Secure Electronic Voting RFP Kit

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

RFP Vendor Questions

Transcription:

Department of Buildings and General Services BGS Financial Operations Office of Purchasing & Contracting 10 Baldwin St [phone] 802-828-2211 Montpelier VT05633-7501 [fax] 802-828-2222 http://bgs.vermont.gov/purchasing Agency of Administration Date: 11/24/2015 Questions & Answers For RFP Enterprise Architecture Consulting Service for HSE Q1: RFP Templates A-I are the only templates provided on the State's procurement site (http://bgs.vermont.gov/purchasing/bids). However, none of these templates include a space for providing our response to RFP Section 3.2, Major Services & Tasks, even though RFP Section 4.1, Evaluation Criteria, designates "Services, including: Approach, Deliverables, Requirements" as criteria being evaluated. In RFP Section 2.10.1 (p. 25), it says "Vendor s response must include Sections [Templates] A through M". Additionally, RFP Section 2.9.2.2 Proposal Submission Requirements, requirement 10, requests that the Vendor signs off on Templates A and J. Will the State be providing these additional templates to vendors? And will one of them include space for providing our Services approach to this project? The RFP has been updated to reflect the correct information. Moreover, the State of Vermont (SoV) has provided additional templates J and K to address the SoV s request for a high-level work-plan and major services/tasks. All updates will be posted to the BGS website. Q2: RFP Template E, Vendor Project Organization and Staffing, says that "Key Project Personnel must at a minimum include the roles and demonstrate the expertise identified in the RFP." However, the RFP neither names any particular roles nor specific expertise that those roles require. Will the State be providing vendors with a list of the required key roles and any associated qualifications that must be met by staff proposed in those roles? No, the State will not be providing vendors with a list of the required key roles and any associated qualifications that must be met by staff proposed for those roles. Also, bidders are expected to propose a team with individuals who have health and human service program experience.

Q3: In RFP Section 2.10.1 (p. 27), it says vendors must provide "fixed Hourly Rates". Likewise, in RFP Template H, Cost Workbook, the Cost Introduction tab of the Excel workbook says that tab C1 includes a Rate Card in which the vendor must provide "the hourly rate for resources/subject matter experts that may be engaged on a task basis." However, tab C1 of the workbook only includes a table for fixed price deliverables -- it does not include a table for hourly rates. Given this, where should vendors provide the hourly rates for proposed staff in our proposal submission? Template H has been revised to allow the entry of the fixed price on the deliverables and hourly rates for any labor categories the bidder designates. Accordingly, bidders should provide the hourly rates for proposed staff in Template H. Q4: In the RFP main document, section 3.3, the State requests the "Hourly Rate for on--site work and the Hourly Rate for working remotely for deliverables listed [ ] in section 3.2. In addition, Template H -- Cost Workbook requests fixed deliverable pricing and the hourly rate in C1 Cost_Rate Card. Furthermore, in C1 Cost_Rate Card, only one column is given for each deliverable. Please clarify the response the State is looking for in regards to cost for each deliverable. Template H has been revised to allow the entry of a fixed price for each of the deliverables and hourly rates for any labor categories the bidder designates. Q5: Template I, Section 3.1.7 states that DVHA will award one (1) fixed price contract for the technical solution. Tentatively, the resulting contract period of performance as an outcome of this RFP for the Technology Solution shall be five (5) years. Please clarify the contract term and the reference to a technical solution as outcome to the RFP. Template I has been corrected to reflect a contract for services for a period of two years with two optional two-year renewals. Q6: Please provide the time and location for the Bidders' Conference on December 4th, 2015 The Bidders Conference will be conducted via teleconference; Date/Time: December 4, 2015 at 3:00PM Call-in: 877-273-4202 Conference Room: 765-768-738# This information has also been included in the RFP narrative. Q7: Section 3.2.2 states that work will be completed on a fixed price basis, but Section 3.3 indicates that the vendor should provide hourly rates for on-site and remote work. Would you please clarify if rates for all deliverables should be hourly (on-site and remote) or if certain sections require a fixed price bid? The contract resulting from this RFP will be for fixed-priced deliverables/milestones. Some of the ad hoc work will require a change order; SoV is requiring bidders to include hourly rate information so that SoV can calculate how much such change orders would cost.

Q8: Section 2.10.1 states This package of the Vendor s response must include Sections A through M as described below., but the proposal only includes sections A-I. Would you please clarify? The mistake has been corrected in the amended version of the RFP Narrative to now reference Templates A K. Q9: If a vendor were selected for the RFP System Development IT Services for Health & Human Services Enterprise (HSE) Related Activities, would that vendor also be allowed to bid on this RFP? Yes, a vendor selected to provide system development IT services for activities related to the Health and Human Services Enterprise (HSE) may also submit a bid in response to the RFP to provide enterprise architecture consulting services for the HSE. If that vendor is the apparently successful bidder on the latter procurement, the vendor and SoV would enter into separate contracts for each procurement, and the vendor would be required to furnish a different proposed project team to perform the services under each contract. Thus, the bidder would be prohibited from leveraging resources assigned to the IT services contract to perform work under the enterprise architecture consulting services contract, and the bidder would be similarly prohibited from assigning to the IT services contract those resources assigned to the enterprise architecture consulting services contract. Q10: Does each resource need to have all of the experience listed in the RFP or can multiple resources be used to fulfill the requirements? Each bidder should propose its best qualified team. Q11: Section 1.4 - Table 2 Is the objective to build HSE Platform ground up or does this platform [in some form or fashion] exist today? The HSE Platform exists today; it is the intent that the bidder awarded this contract will review it and provide ongoing recommendations to ensure the State obtains the best value from its platform investment. Q12: Section 1.4 - Table 2 If the HSE platform in some form or fashion exist today, could you please share any documentation of the existing technology infrastructure? Please see Table 3 in Section 1.4.1., which provides a high-level inventory of the HSE Platform Services and Capabilities. Q13: Section 1.4 - Table 2 If the HSE platform is expected to be built ground up, could you please share a blue print of the same [if available]? The HSE platform already exists. The State is currently assessing whether it will be necessary to establish new components of the platform. The Technical Readiness Assessment is expected to be completed by the end of 2015.

Q14: Section 1.4 - Table 2 Is the assumption right that the implementation of Core MMIS, Contact Center, Care Management Component and the PBM Component is NOT in scope of this RFP? Yes, this RFP is for Enterprise Architecture Consulting Services. The RFP does not seek implementation or operational services. The SoV seeks to procure Enterprise Architecture consulting services that will affect and inform the implementation of all of the project and programs within the scope of the HSE, including Core MMIS, Contact Center, Care Management Component and the PBM. Q15: Section 1.4 - Table 2 Would it be possible to share the architecture/configuration of existing systems in place already with MMIS (PBM, Care Management) and IE (ACCESS)? See reference documents under Procurement Library : http://bgs.vermont.gov/purchasing/bids/informationtechnologyrfpintegratedeligibilitysolution Q16: Section 1.4 - Table 2 Are there any existing performance metrics or criteria for the existing systems to reference? Yes Q17: Section 1.4 - Table 2 Is the assumption right that the implementation of HIT / HIE infrastructure is NOT in scope of this RFP? That is correct. Implementation of the HIT/HIE infrastructure is not in scope of this RFP. Q18: Section 1.4 - Table 2 Is the assumption right that the implementation of Integrated Eligibility - IE system is NOT in scope of this RFP? That is correct. Implementation of the Integrated Eligibility infrastructure is not in scope of this RFP. Q19: Section 1.4 - Table 2 Is the assumption right that the implementation of the marketplace [Vermont Health Connect (VHC)] is NOT in scope of this RFP? That is correct. Implementation of Vermont Health Connect is not in scope of this RFP. Q20: 1.4, page 9 Currently the scope of HSEP comprises of 4 broader programs as depicted in the pic 2 on page 9. Are these 4 programs good enough to cover the objectives mentioned in the para below the pic? Should we expect more programs be brought under this HSEP in future? Yes, the four programs depicted in Figure 2 on page 9 are included within the scope of the HSE Platform. Regarding the second question, the HSEP needs to be scalable and flexible to support and be used by other programs in the future. Q21: Section 1.4.1 'Could you please confirm if the scope of this RFP is to provide Enterprise Architecture Consulting Services, Research Support Services and Ad Hoc Consulting Services for the requirements, design, development, testing and deployment of the HSE platform Services and Capabilities?

Yes, to the extent that the primary objective is to ensure that senior leadership has the information needed to make informed decisions regarding the evolution of the HSE Platform Services and Capabilities. Q22: Section 1.4.2 - Figure 4 Could you please let us know where would the vendor team/s fit into this governance structure? The vendor team resides within the Portfolio Management Office. Q23: 1.4 page 11 What are the individual timelines for the completing or targeting to complete projects? PBM- Care management Core MMIS Contact Center Projects currently under development as part of HIE/HIT The timelines for the specific MMIS programs follow: MMIS PROGRAM TIMELINE 2013 2014 2015 2016 2017 2018 1-Oct 1-Nov 1-Dec 1-Jan 1-Feb 1-Mar 1-Apr 1-May 1-Jun 1-Jul 1-Aug 1-Sep 1-Oct 1-Nov 31-Dec 1-Jan 1-Feb 1-Mar 1-Apr 1-May 1-Jun 1-Jul 1-Aug 1-Sep 1-Oct 1-Nov 31-Dec 1-Jul 31-Dec 31-Jul 31-Dec 31-Jul 31-Dec MMIS PBM PH 1 PBM PH 2 Care Mgt PH 1 VCCI Care Mgt PH 2 Core - Contact Center Core - Operations IV &V (all 3) Reqmts Procure Reqmts Reqmts Reqmts Design, Development, Implementation (DDI) Reqmts Procure Procure Procure Procure Design, Development, Implementation (DDI) Design, Development, Implementation (DDI) Operation DDI PH 2 Begin Design, Development, Implementation (DDI) Operation Design, Development, Implementation (DDI) Execution Operation Operation Specialized Programs Project Reqmts Procure Execution Contract negotiations timeline is depicted by arrow Projects currently under development as part of HIE/HIT VITL is on-going with a variety of projects included DocSite should be in production by Q2 2016 Q24: 1.4 page 11 What is the timeline envisioned for HSEP to commission/live date (Tentative time frame)? HSEP services will continue to evolve and be developed and as such there is no single live date which can be provided to answer this question. Q25: 1.4 page 11 Is it safe to assume that these individual projects (their application/solution architecture, technology stack, security architecture/guidelines etc) will compliant to the newly developed Enterprise Architecture of HSEP as part of this RFP? The RFP seeks Enterprise Consulting Services. This RFP is not seeking the development of a new Enterprise Architecture. An Enterprise Architecture has already been established. The RFP seeks consulting services related to the numerous architectural considerations related to the introduction of additional application functionality into this architecture, as well input into the evolution of this architecture over time.

Q26: 1.4.1 page 12 HSEP services and capabilities are listed in table 3. Are there any of these services and/or capabilities currently available/being built in AHS elsewhere? If so, can we leverage the architecture, best practices for HSEP? No, all new services and capabilities are being developed in the HSE portfolio. Q27: 1.4 Is it safe to assume that, HSEP is a platform to build of G2B (government to business) than G2C (government to consumer/end user)? No, that assumption is incorrect. Q28: 1.4.2 page 15 'In the given figure 4, where will Enterprise Architecture consulting team fits? See answer to Question #22. Q29: 1.4.1 page 12, Table 3 How are these capabilities and services mentioned in this table 3, different from individual projects mentioned in the section 1.4 page 11, table 2? Table 3 presents shared services. Table 2 lists the major HSE initiatives and provides a synopsis of program objectives and current status. Q30: 1.4.1 page 12, Table 3 Are these capabilities and services compliment and used by individual projects to enable HSEP as a holistic portfolio of AHS? Yes, the shared services are to be used by multiple individual projects. Q31: Section 3.2.2 Would you expect the vendor to have a 'fixed' number of people on the team for Research Support Services? No, the State s expectation is that the bidder will bring to bear their most relevant team members to address a specific research topic. Q32: Section 3.2.3 Would you expect the vendor to have a 'fixed' number of people on the team for Ad Hoc Consulting Services? No, the State s expectation is that the bidder will bring to bear their most relevant team members to address a specific item. Q33: Section 3.2.2 and Section 3.2.3 Would the Research Advisory Services and Ad Hoc Consulting Services be limited to HSE Platform or could it also extend to other areas [like Core MMIS, Integrated Eligibility, VHC et al]? Research Advisory Services and Ad Hoc Consulting Services will be limited to a holistic HSE Platform perspective; however, this will likely involve analysis ofother areas.

Q34: Section 3.2.2 and Section 3.2.3 Are there any existing standards or compliance checks being made for the current system, and are there any associated reports generated for the same? If so, would it be possible to share them? Yes, there have been and continue to be a variety of technical assessments and IV&V reports which consider standards and compliance of existing system elements, as well as planned system procurements. This information will be shared post-contract execution with the winning bidder. Q35: DII Independent Assessment Reports and the Procurement Technical Assistance are listed for the Ad Hoc Consulting Services as optional. Are there any other 'mandatory' deliverables No Q36: Are you currently having vendors who are providing IT and / or consulting services working remotely? Would you encourage associates working remotely for the scope items on this RFP? There are vendors currently providing remote IT and/or consulting services to the HSE. While the State does not encourage vendors to work from remote locations,such arrangements could be acceptable for specific research assignments. Q37: Copy of Enterprise_Arch_Consulting_RFP_Template H - Cost Workbook C1 Cost_Rate Card TAB 'RFP talks of the vendor providing both onshore and remote hourly rate card for services provided. However, this TAB has only one cell 'highlighted' for each deliverable? Could you please let us know if the expectation is for the vendor to provide just the onshore hourly rate [in $$] or is the vendor expected to add 2 additional columns and provide (1) Price for creation of each deliverable (2) Hourly rate - Onshore (3) Hourly rate - Offshore The RFP does not use the terms onshore or offshore. Based on how this question is understood, the answer is that the expectation is for the bidder to provide one hourly rate for work performed onsite and another hourly rate for vendor staff working remotely (not onsite). Template H has been revised to support the entry of both onsite and remote rates for individual labor categories put forth by the vendor. Q38: 3.1 page 29 Is it safe to assume that there is a requirement to develop Enterprise Architecture blueprint for HSEP based on the VHITP operational planning document as part of the scope? There is no specific requirement planned for this as a deliverable. If future needs make this a requirement it will be addressed via a formal Contract Amendment to expand the scope. Q39: 3.2 page 30 As part of Business Value scope item, do you expect business case preparation and Return on Investment (RoI) calculations to be done by vendor of this RFP? Yes

Q40: 3.2.1, page 30, point C Are references to IV&V, nothing but HSEP scope/objectives mentioned in the section 1.4 page 11? Is this right assumption? The vendor will be expected to review IV&V findings arising from a specific program to ascertain if there is a potential broader impact that should be considered and addressed from the HSEP level rather than at the program level. Q41: 3.2.1, page 30, point D The scope of IT selection mentioned here, is limited to SoA platform building and implementation not any other individual projects in scope. Please confirm. The language in the RFP is not intended to be limited as stated above. The RFP states: Analysis and Recommendations related to cross-program impacts of decisions related to SOA design and configuration, technology selection, and data architecture. Q42: 3.2.1.1, page 32 point I Is it fine to mention/propose IP protected methodologies in preliminary EAAA report structure? Should the vendor go for industry standard methodologies only? This section is designed to allow the bidder to present its proposed approach to the preliminary EAAA. The bidder should structure its approach to offer the State the best value proposition. Q43:3.2.2 page 34 'The cost for research support services on fixed priced basis is over and above the Enterprise Architecture consulting services contract value. Please confirm. And these services to be offered by selected vendor on the need basis with sufficient time given for submitting the proposal. Please confirm. Yes, the Research Support services are over and above the Enterprise Architecture Consulting Services as defined in section 3.2.1. They will be included in the total contract awarded under this RFP. The specifics of these optional services cannot be quantified at this time, rather they will arise over the life of the contract and will be scoped and approved through a Task Order. Q44: 3.2.3 page 36 'The cost for ad hoc consulting services on fixed priced basis is over and above the Enterprise Architecture consulting services contract value. Please confirm. And these services to be offered by selected vendor on the need basis with sufficient time given for submitting the proposal. Please confirm. Yes, the Ad Hoc services are over and above the Enterprise Architecture Consulting Services as defined in section 3.2.1. They will be included in the total contract awarded under this RFP. The specifics of these optional services cannot be quantified at this time, rather they will arise over the life of the contract and will be scoped and approved through a Task Order. Q45: 'Do you expect to take up demo/pilot application developments as part of the scope by selected vendor?

The question is understood as asking if application development work is in scope of this RFP. Application development work is not in scope of this RFP. Q46: 'Is it fine to propose onsite and offshore (need basis) model for this engagement? No Q47: 'Which city will be the work location for the selected vendor? On-site work will be based in the greater Burlington, VT area a/k/a Chittenden County, Vermont, with day trips to Waterbury, VT and Montpelier, VT. Q48: Cover page: What is the anticipated end date of the project? The initial base term of this contract will be two (2) years, therefore we anticipate a base contract Period of Performance of April 1, 2016 through March 31, 2018. See also the answer to Question #5. Q49: Section 1.1: Would you consider awarding this work to multiple vendors based on their experience and strengths? No. The State intends to enter into a single award and contract. Q50: Section 1.1: Is there a vendor already doing this, or similar, work related to the HSE for the AHS? Yes, the Period of Performance on the contract with the current vendor is expiring. Q51: Section 1.1: Are vendors currently working in a QA or IV&V capacity with the agency eligible to propose on this work? Is Gartner eligible to propose on this work? Yes, vendors that are currently working in a QA or IV&V capacity with the agency may submit a bid. Bidders currently engaged in other capacities will have to demonstrate that their organizations are compartmentalized to prevent any conflict of interest. For information regarding whether a particular firm is barred from submitting a bid or providing services under any resulting contract, please see the debarment list maintained by the Agency of Administration, Department of Buildings and General Services, Office of Purchasing & Contracting (http://bgs.vermont.gov/purchasing/debarment). Q52: Section 2.9.1: May we submit our electronic copy of the Technical proposal in PDF? Do you require us to submit our electronic copy of the Cost proposal in Excel or can that be submitted in PDF? The electronic copy of the Technical Proposal may be submitted as a PDF. The electronic copy of the Cost Proposal must be submitted as the Excel workbook.

Q53: Section 3.2.1.1: Where in the templates should we include the high-level work plan/work breakdown structure and the preliminary Enterprise Architecture Assessment Approach report structure with methodologies required for our proposal response? Please confirm that this work breakdown structure will only include the major tasks in Sections 3.2.1 and 3.2.1 and not ad hoc consulting tasks in Section 3.2.3. New templates have been added: Template J High Level Enterprise Architecture Consulting Plan Template K Work Plan Q54: Section 3.2.1.1: Beyond meeting days, what is the on-site expectation of the vendor s project team? The amount of time a vendor will be on-site will be based on the proposed work plan. Q55: Section 3.2.1.1: Does the State currently have research support? Do they have research subscription services? If so, please describe the current services. Yes, the State currently has a Gartner Research subscription and an Infotech subscription. Q56: Section 3.2.2: Research support services are to be fixed price, however, you asked for hourly rates in Section 3.3. How should we represent pricing for research support services? The State has structured this Request for Proposal so that the Research Support will have a predefined total the fixed price. This can be viewed as a pool that can be drawn against for each discrete element. The State also recognizes that there is the potential that Task Orders, consistent with the scope of this section, will be required and may be performed as Time and Material. All T&M efforts will require written approval by the State prior to the vendor commencing billable T&M work. Q57: Section 3.2.3: For ad hoc consulting services, can you give an estimated number of hours per month that this may be needed? No, this will fluctuate month to month based on needs. Q58: Section 3.2.3.1: Are the referenced DII Independent Assessment Reports similar or the same as Independent Review Reports? No Q59: Section 3.3: This section requests that we provide an hourly rate for on-site work and for working remotely (we assume you would want it represented by position); however, Template H only provides space for a price by deliverable (which we assume is a firm fixed price by deliverable, not a rate). Do you want both hourly rates and firm fixed price by deliverable or just hourly rates by position? Please clarify and provide guidance on what adjustments can be made to Template H accordingly. The Template H C1_Cost_Rate Card has been revised to allow the entry of both On-Site and Remote rates for any entered labor category.

Q60: Template E: Per the bullet, Percentage of time the person is committed for the entire project (if not 100%, start and end dates must be provided) How do we reflect available for the duration, but not full-time? May we enter ranges? Given there are several ad hoc and optional tasks requested, we would not be able to predict the exact commitment level over the course of the contract at this time. The State recognizes that there will be additional resources who will be engaged on an as-needed basis that cannot have a percentage predicted. This percentage is only required for the key individuals who will be working on this account. Q61: Section 4.1: What are the defined number of evaluation points for the evaluation criteria listed in Section 4.1 of the RFP? Will the hourly rates be compared as part of the proposal scoring? If so, what is the weight of the rates in the overall scoring? The breakdown for proposal scoring is as follows: Technical Proposal Components: 75% Vendor Experience (40% of Technical), including: Relevant Healthcare Project Experience 25% of Technical Customer References 15% of Technical Services (60% of Technical), including: Approach 30% of Technical Deliverables 15% of Technical Requirements 15% of Technical Cost Proposal Components: 25% Deliverable Pricing 75% of Cost Hourly Rate Pricing 25% of Cost Q62: 3.2.1.1, Task 3 - Attendance at SLT and IAT meetings. This task notes that attendance will be required at (SLT) weekly and (IAT) bi weekly meetings. Table 5 notes that the meetings will be held monthly or as requested by HSE Program Director. - What is the meeting schedule and when is the vendor required to attend? - Is in-person attendance required, or can attendance be by telephone? The amount of time a vendor will be on-site will be based on its proposed work plan. Vendor attendance at SLT (bi-weekly) and IAT (monthly) meetings will be upon the request of the Portfolio Director; telephonic attendance will be acceptable, unless already on-site. Q63: The contract is scheduled to begin April 1, 2016. What is the anticipated contract end date? The base contract Period of Performance is two (2) years making the end date March 31, 2018. See also the answer to Question # 5. Q64: Is attendance at the bidders conference on December 4, 2015 mandatory for vendors? Where will the bidders conference be held? Attendance is not mandatory. The Bidders Conference will be conducted via teleconference; Date/Time: December 4, 2015 at 3:00PM

Call-in: 877-273-4202 Conference Room: 765-768-738# Q65: Page 22, Section 2.9.2.2 The proposal submission requirements state that original signatures must be included on one copy of the Submission Cover Sheet, and Template J. Template J does not exist in the Mandatory Templates section of the website for this procurement. Please confirm that Template I is the other document that requires original signatures. The reference to Template J requiring a signature was a typographical error and has been corrected in the revised RFP Narrative. Signatures are required on the Cover Sheet (Template A) and Template I. Q66: RFP page 34, Table 5 The last two deliverables listed in Table 5 require the bidder to attend meetings as requested. The duration of the meetings is not defined. Accordingly, meeting attendance should be quoted on a time and materials (T&M) basis which is inconsistent with the fixed price contract type defined in Template I, Section 3.1.7. Would the State consider revising the contract type to T&M? The State has structured this Request for Proposal so that the primary tasks are capable of being responded to as fixed price deliverables; this can be viewed as a pool that can be drawn against for each discrete element. The State also recognizes that there is the potential that Task Orders, consistent with the scope of this contract, will be required and may be performed as Time and Material. All T&M efforts will require written approval by the State prior to the vendor commencing billable T&M work. Q67: RFP page 34, Section 3.2.2 Section 3.2.2 requires the bidder to provide research support. The breadth and scope of such research support cannot be predetermined and should be quoted on a T&M basis which is inconsistent with the express statement in Section 3.2.2 that such support be provided on a fixed price basis and also inconsistent with the fixed price contract type defined in Template I, Section 3.1.7. Would the State consider revising the contract type to T&M? See Response to Question # 66. Q68: RFP page 35, Table 6 The deliverables defined in Table 6 require the bidder to research and provide advisory reports on final regulations, federal rule changes, etc. throughout the term of the agreement on an as needed basis. The breadth and scope of such final regulations and rule changes cannot be predetermined and should be quoted on a T&M basis which is inconsistent with the fixed price contract type defined in Template I, Section 3.1.7. Would the State consider revising the contract type to T&M? See Response to Question # 66. Q69: RFP page 36, Section 3.2.3 The Ad Hoc Consulting Services required in Section 3.2.3 are undefined. The amount of funds available to support such services will be established during contract negotiations. The breadth and scope of such ad hoc services cannot be predetermined and should be quoted on a T&M basis which is inconsistent with the fixed price contract type defined in Template I, Section 3.1.7. Would the State consider revising the contract type to T&M? See Response to Question # 66.

Q70: RFP page 36, Table 7 Per the narrative preceding Table 7, the bidder may be requested to provide input and recommendations for various Independent Assessment Reports as needed. Potential reports cover a variety of topics. The scope of the reports and amount of effort required cannot be predetermined and should be quoted on a T&M basis which is inconsistent with the fixed price contract type defined in Template I, Section 3.1.7. Would the State consider revising the contract type to T&M? See Response to Question # 66. Q71: Page 37, Section 3.2.3.2 If a vendor participates in any of the Procurement Technical Assistance activities would that prohibit the vendor from bidding on those future opportunities? Yes. Q72: Page 39, Section 3.3 This section states that vendors are to provide an hourly rate for on-site work and an hourly rate for working remotely for each deliverable. The Cost Workbook only provides a single cell to enter cost for each task. Please clarify how bidders are to provide the different rates for each task. The C1_Cost_Rate Card has been revised to allow the entry of both On-Site and Remote rates for any entered labor category. Q73: Template H, C1 Cost_Rate Card tab The RFP states that the Cost Workbook includes formulas to automatically calculate summary number. The version of Template H included on the procurement website does not appear to include any formulas. Please confirm this is correct, that tab C1 Cost_Rate Card does not require any formulas. There are no preloaded formulas in the Cost_Rate Card. Q74: Template H, C1 Cost_Rate Card tab The instructions for completing the Cost Workbook state that cells requiring vendor data entry are highlighted in green. On the C1 Cost_Rate Card tab, all cells in the Price column are highlighted green. Please clarify which items require a vendor response. For example are we required to enter values for only the TASK items? The required items to be priced are those that align with the cells under Deliverables. Q75: Template H, C1 Cost_Rate Card tab Please provide clarification on the price that the State wants vendors to include on the C1 Cost_Rate Card tab. Is the State requesting a single hourly rate for each task? Some tasks appear to be requesting an activity that has more of a fixed cost element. The State is seeking a fixed price for the deliverables identified in C1_Cost_Rate Card. Hourly Rates are to be entered in the lower section (added in the revised version) to address items outside the primary Deliverables. Q76: Template H, C1 Cost_Rate Card tab If the State is seeking a single hourly rate for each task, how should vendors represent this rate if the task requires more than a single resource or type of resource? Should vendors provide an average hourly rate, or insert rows to add rates for additional resources? The State is seeking a fixed price for the Deliverables identified in C1_Cost_Rate Card.

Q77: Template I page 11, Section 3.1.7 Section 3.1.7 states that the contract will be fixed price, yet the nature of the majority of the services and deliverable is more appropriately addressed by a T&M contract. Would the State consider revising the contract type to T&M? It is a fixed-price deliverable-based contract. Some ad hoc requests may be better suited to T&M, and those will be scoped / sized as they are entered into. Q78: Attachment C The following forms appear in the RFP following Attachment C: Standard State Provisions For Contracts and Grants document: Certificate of Compliance Workers Compensation; State Contracts Compliance Requirement Offshore Outsourcing Questionnaire Econometric Modeling Questionnaire These forms are not referenced in the body of the RFP, but the forms indicate that they must be completed and submitted with our proposal. Please clarify if these forms must be included in the proposal, and if so: Does one copy of each form require an original signature? Where in the proposal are vendors to include the signed/completed forms? The Original proposal requires a signature from an authorized representative of the bidder. All copies may be duplicates of that original. All the required forms should be included at the end of your response and listed in Template G - Table 2. Q79: Various terms throughout the RFP If the State revises the contract type from fixed price to T&M, will the state also appropriately revise the various terms currently in the RFP and characteristic of fixed priced contracts to terms more appropriate for T&M contracts. Terms that may need to be deleted, revised, or negotiated include terms regarding: 1) time is of the essence, 2) warranty, 3) retainage, and others. In the event that the final agreement is changed to a Time and Material (T&M) contract, then all appropriate language will be revised accordingly.