Cherokee Nation www.cherokee.org



Similar documents
Cherokee Nation

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

Request for Proposal (RFP) for Contract Management

AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **

White Mountain Apache Housing Authority REQUEST FOR PROPOSAL For INFORMATION TECHNOLOGY SERVICES

CITY OF BONITA SPRINGS, FLORIDA RFP #

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

SMART. This proposal must be returned by: December 22, :00pm

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17

Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.

STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT

IOWA LOTTERY AUTHORITY BID Security Assessment Services

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Request for Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015

Request for Proposal Hewlett Packard Network Switches and Peripherals

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

Request for Proposals for Upgraded or Replacement Phone System

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

Department of Purchasing & Contract Compliance

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS

Columbia University Service Provider Agreement

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #


CITY OF POMONA. Request for Qualifications and Proposals. For

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Request for Proposal Permitting Software

Infrastructure Technical Support Services. Request for Proposal

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

REQUEST FOR PROPOSALS RESIDENTIAL HOME WARRANTY PROGRAM FOR THE CITY OF PENSACOLA, FLORIDA. RFP No

RFP Milestones, Instructions, and Information

PROFESSIONAL SERVICES AGREEMENT

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

Supplier Representations and Certifications

Association of Monterey Bay Area Governments. Request for Proposals. for. Demographic Forecasting Services

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

REQUEST FOR QUOTE (RFQ)

Purchase Order Addendum

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

City of Danville, Virginia

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

Department of Purchasing & Contract Compliance

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

How To Write A Contract Between College And Independent Contractor

III. Services Required The following details the services to be provided to the Town of North Haven in the area of information services:

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Request for Proposal information Technology Audit Assessment

INDEPENDENT CONTRACTORS AGREEMENT

CITY OF HIGHLAND PARK

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

ATLANTA PUBLIC SCHOOLS

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

COUNTY OF NORTHAMPTON, PENNSYLVANIA REQUEST FOR PROPOSALS WORKERS COMPENSATION AND EMPLOYERS LIABILITY CLAIMS ADMINISTRATION SERVICES RFP #

INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES

NPSA GENERAL PROVISIONS

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System

Request for Proposals

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY SUPPORT SERVICES. Bid Packets are Due:

Department of Purchasing & Contract Compliance

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

1 OPPORTUNITY SUMMARY

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

14RFP00721B-WL, Small Business Market Availability Study

BENTON COUNTY PERSONAL SERVICES CONTRACT

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

Transcription:

Cherokee Nation www.cherokee.org REQUEST FOR PROPOSAL (RFP) CONSULTING SERVICES SOFTWARE UPGRADE Acquisition Management On Behalf Of Information Technology Services Shelly McClain Acquisition Management shelly-mcclain@cherokee.org CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 RFP Consulting Services - Kronos Page 1

INTRODUCTION AND BACKGROUND REQUEST FOR PROPOSALS (RFP) Consulting Services Software Upgrade Health Services Group The Cherokee Nation is the federally recognized government of the Cherokee people and thereby has sovereign status granted by treaty and law. Tribal sovereignty is the right to selfgovernance. The seat of tribal government is the W.W. Keeler Complex near Tahlequah, Oklahoma, capital of the Cherokee Nation. The jurisdictional area of the Cherokee Nation (hereinafter referred to as Nation) covers 14 counties in Northeastern Oklahoma. The Nation provides many services to tribal members through various programs and departments with technological support from the Information Technology Group. The Cherokee Nation Information Technology (CN-IT) Group goal is to provide quality, responsive and cost-effective information technology solutions and services to enable the Cherokee Nation Programs to be successful in achieving their respective missions, striving always to exceed expectations. At this time the Nation is seeking proposals from interested parties with qualifications, credentials, and previous experience providing services for organizations similar in size and scope to assist the CN-IT Group with a software upgrade: Kronos. Information Technology administers oversight and provides support for all IT functions of the Nation. The Nation utilizes a fully integrated Enterprise Resource Planning System; Lawson Software. Further details of the Cherokee Nation s IT environment are included in Appendix A. In 2012, the Cherokee Nation started using Kronos WFC 6.0.2 for time entry and integration into Lawson Payroll. Kronos is running on 3 application servers and 2 SQL servers. The Nation currently has approximately 3700 employees across 50 sites. Currently, approximately 100 clocks are used across multiple sites. The Cherokee Nation is requesting sealed proposals at this time from qualified companies with knowledge and previous experience assisting in Kronos upgrades. The Nation is seeking to upgrade from the current 6.3.14 WFC environment to V 8.0 latest service pack. The Nation will be accepting proposals from Indian and Non-Indian parties. Indian preference will be given only to responding parties who provide proof of current certification from the Cherokee Nation Tribal Employments Office (TERO) located in Tahlequah, Oklahoma, telephone number (918) 453-5000. Indian preference will be applied in accordance with Cherokee Nation Acquisition Management Policy and Procedures. Proof of TERO certification must accompany and be included in proposal submittal. RFP Consulting Services - Kronos Page 2

GENERAL CONDITIONS: The Nation is seeking proposals from qualified parties to provide consulting services. Proposals will be accepted from Indian and non-indian companies. The RFP and any issued addendum(s) will be posted for vendor access on the Nation s bid website www.cherokeebids.org. It is the responsibility of interested parties to access the website for addendum information and to follow all instructions outlined in the RFP for proposal submittal. There shall be one contract awarded for the entire project based on the evaluation criteria set forth in this proposal. Successful vendor will be required to have insurance acceptable to the Nation. Responding parties are advised any person, firm, or other party to whom it is proposed to award a subcontract or form a joint venture under this contract must be acceptable to the Nation. Any proposed subcontracts must be approved by the Nation. Award of contract will be subject to availability of funds. The Nation reserves the right to reject any and all proposals. The Nation reserves the right to determine if a proposal meets stated requirements, and to award a contract that is in the best interest of the Nation. Responding parties are responsible for any and all costs associated with the preparation and submission of proposals. No responding party may withdraw their proposal within 90 days after proposal due date. Proposal Deadline and Submission Information: Proposals must be received no later than 5:00 p.m. on August 24, 2015. Any and all costs to submit proposals are the responsibility of the offeror. The proposals must be emailed to shellymcclain@cherokee.org. The email with the proposal must contain in the subject line: Response to RFP Consulting Services - Kronos. Any proposal received after the time and date will not be considered eligible for award. Cherokee Nation reserves the right to reject any and all proposals. Cherokee Nation reserves the right to determine if a proposal meets stated requirements. Award will be made subject to availability of funds. No offeror may withdraw their proposal within 90 days after proposal due date. Requests for Interpretation: Interpretation of the meaning of the Request for Proposal will be made in writing only. All requests for interpretation or additional information must be submitted in written format. Requests may be emailed to shelly-mcclain@cherokee.org until 5:00 p.m., August 17, 2015. Response/Addenda Deadline: Any and all such interpretations and any supplemental instructions will be in the form of written addenda, and will be posted to the Cherokee Nation bid website www.cherokeebids.org no later than 5:00 p.m., August 19, 2015. Failure of any interested party to receive any such addendum or interpretation shall not relieve such party from any RFP Consulting Services - Kronos Page 3

obligation under their proposal as submitted. All addenda so issued shall become part of the contract documents. Verbal Instructions: Interested parties shall not initiate or execute any negotiation, decision, or action arising from any verbal discussion with any Cherokee Nation employee. Only written communications from the designated Contact Person at Cherokee Nation may be considered a duly authorized expression on behalf of the NATION regarding this RFP. Additionally, only written communications from interested parties are recognized as duly authorized expressions on behalf of the vendor. The same instructions shall apply to any subsequent award and agreement communications. Qualifications of Responding Party: The Nation may make such investigations as deemed necessary to determine the ability of the responding party to perform the work. The responding party shall furnish to the Nation all such information and data for this purpose upon request. The Nation reserves the right to reject any proposal if the evidence submitted by, or investigation of, such responding party fails to satisfy the Nation such responding party is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional proposals will not be accepted. Indian Preference: Indian Preference will be applied in the selection and award of this proposal in accordance with Cherokee Nation Policy. Indian Preference will be given to entities certified as an Indian-owned firm by the Tribal Employment Rights Office (TERO) of the Cherokee Nation. TERO CERTIFICATION: Indian preference will be given only to responding parties who provide proof of current certification from the Cherokee Nation Tribal Employments Office (TERO) located in Tahlequah, Oklahoma, telephone number (918) 453-5000. Proof of TERO certification must accompany and be included in sealed proposal submittal. TERO Information: TERO requirements may apply to award of contract. Successful bidder must complete required TERO paperwork and pay all applicable fees in accordance with the current Legislative Act for this project. Proposal Evaluation Process: The proposal evaluation criteria is outlined in detail within Project Scope section of this RFP. Proposal Scoring Methodology: The proposal evaluation criteria is outlined in detail within Project Scope section of this RFP. Drug Free Workplace and Tobacco Free Workplace: Any Contractor performing work for the Cherokee Nation agrees to publish a statement notifying all employees, subcontractors, and other workers that the unlawful manufacture, RFP Consulting Services - Kronos Page 4

distribution, dispensing, possession or use of a controlled substance is prohibited in the Contractor s workplace and specifying the actions that will be taken against violators of such prohibition. The NATION will consider lack of enforcement or lax enforcement of the statement by Contractor a default of the contract. The Contractor further agrees to provide all persons engaged in performance of the contract with a copy of the statement. A copy of bidder s Drug Free Workplace statement shall be included with the proposal or else the successful bidder will be deemed to accept and agree to use the statement provided by NATION. The Contractor understands and recognizes that all Cherokee Nation buildings, whether leased or owned, and the grounds surrounding those facilities are considered by the Nation to be a tobacco free workplace. The Contractor will ensure all employees, subcontractors, and other workers will abide by this policy. Proposal Acceptance: The Cherokee Nation reserves the right to determine a proposal acceptable in terms of meeting RFP requirements. The Cherokee Nation reserves the right to accept or reject any and all proposals received and to negotiate with offerors regarding the terms of their proposals or parts thereof. The Nation reserves the right to award a contract in the best interests of the Cherokee Nation. The Nation will not accept multiple proposals from the same offeror. Conditions of Work: Each interested party must inform themselves fully of the scope of work of this Request for Proposal. Failure to do so will not relieve a successful offeror of his obligation to carry out the provisions of a contract resulting from this proposal. Insofar as possible, the offeror, in performing work under this contract, will employ such methods or means as will not cause any interruption of or interference with the work of the Cherokee Nation. Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters: The responding party certifies to the best of its knowledge and belief that the person, the firm, or any of its principals are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency or Indian tribe. The offeror will also certify they have not, within a three-year period preceding this Request for Proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, Local or Tribal) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commissions of embezzlement, theft, forgery, bribery, falsifications or destruction of records, making false statements, and are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in this provision. The responding party certifies they have not, within a three-year period preceding this Request for Proposal, had one or more contracts terminated for default by a Federal, State, Local or Tribal agency. The responding party shall provide immediate written notice to the Cherokee Nation if, at any time prior to contract award, the person learns its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. RFP Consulting Services - Kronos Page 5

This certification is a material representation of fact upon which reliance was placed when making award. If it is later determined the responding party knowingly rendered an erroneous certification, in additional to other remedies available to the Cherokee Nation; the Cherokee Nation may terminate the contract resulting from this Request for Proposal for default. Confidentiality: It is understood any information submitted to the interested party by the Cherokee Nation in respect to this Request for Proposal embodies certain proprietary information and is loaned to the party on a confidential basis. Any information acquired at the Cherokee Nation or otherwise relating to processes belonging to the Cherokee Nation incorporated into this project shall be kept confidential. The party agrees not to use in any unauthorized manner or communicate to others any such confidential items without the prior written consent of the Cherokee Nation and will undertake such measures as are necessary to require its employees and all approved subcontractors to maintain complete confidentiality. Indemnity and Insurance: The Cherokee Nation assumes no responsibility for negligent acts of either the offeror or their employees; therefore, the offeror is responsible for obtaining the amount of professional liability insurance coverage that they consider appropriate. The offeror will keep harmless and indemnify the Cherokee Nation against any or all loss, cost, damage, claims, expense or liability for all acts related to quality care management and enforcement of this contract. Following are the insurance requirements for this contract: General Liability, including premises/operations and products/completed operations $1,000,000 each occurrence/$2,000,000 annual aggregate Such policy will name Cherokee Nation as an additional insured and include a waiver of subrogation in favor of the Cherokee Nation. Professional Liability, covering professional services rendered under this contract. $2,000,000 each wrongful act/$4,000,000 annual aggregate. Professional Liability policies issued on a claims-made basis must include a three year extended reporting endorsement, in the event the coverage is cancelled or non-renewed by the contractor. Automobile Liability, including hired and non-owned auto $1,000,000 combined single limit Such policy will name Cherokee Nation as an additional insured and include a waiver of subrogation in favor of the Cherokee Nation. Workers Compensation statutory to the State of jurisdiction Employers Liability - $500,000/$500,000/$500,000 Such policy will include a waiver of subrogation in favor of the Cherokee Nation Excess Liability, $4,000,000 excess over underlying General Liability, Auto Liability, Professional Liability, and Employers Liability. RFP Consulting Services - Kronos Page 6

All coverage will be written with an AM Best A X rated carrier. Contractor will provide a certificate of insurance to the Cherokee Nation, evidencing coverage outlined above. Term: The term of the Agreement shall be from date of fully executed agreement through an approximate timeframe of 12 weeks. TERMS AND CONDITIONS: Acceptance of Conditions Governing the Procurement: Vendors must indicate their acceptance of conditions governing this procurement in their cover letter. Incurring Cost: Any costs incurred by the vendor in preparation, transmittal, or presentation of any proposal, or material submitted in response to this RFP shall be borne solely by the vendor. The vendor is responsible for all costs associated with travel for on-site demonstrations (if requested). Amended Proposals: Any vendor may submit an amended proposal before the deadline for receipt of proposals. Such amended proposals must be complete replacements for a previously submitted proposal and must be clearly identified as such in the transmittal letter. Vendor s Right to Withdraw Proposal: Vendors will be allowed to withdraw their proposals at any time prior to the deadline for receipt of proposals. The vendor must submit a written withdrawal request addressed to Shelly McClain, at shelly-mcclain@cherokee.org. Proposal Offer Firm: Responses to this RFP, including proposal prices, will be considered firm for 90 days after the date of receipt of the proposal. Proprietary Information: Any restriction on any data included in any proposals must be clearly stated in the proposal itself. Each and every page of the proprietary material must be labeled or identified with the word PROPRIETARY. Disclosure of Proposal Contents: The proposal will be kept confidential until a contract is awarded. At that time, all proposals will be open to the public, except for the material that is proprietary or confidential. No Obligation: This RFP in no way obligates the Nation to the eventual contracting for services offered until a valid written contract is approved and executed by the Principal Chief or his designee. Termination: This RFP may be canceled at any time and any and all proposals may be rejected in whole or in part when Acquisition Management, in conjunction with the Evaluation Committee, determines that such action is in the best interest of the Nation. RFP Consulting Services - Kronos Page 7

Sufficient Appropriation: Any contract awarded as a result of this RFP is contingent on the appropriation of funds. A contract award may be terminated or reduced in scope if sufficient appropriations or authorizations do not exist. This vendor will be notified in writing of such terminations. The vendor will accept, as final, the Nation s decision as to whether sufficient appropriations and authorizations are available. Legal Review: The Nation requires that all vendors agree to be bound by the general requirements contained in this RFP. Any vendor concerns must be properly brought to the attention of Shelly McClain, Cherokee Nation Purchasing Manager. Governing Law: This RFP and subsequent agreements shall be governed by, construed, and enforced in accordance with the laws of the United States, and where applicable, the laws of the Cherokee Nation. Contract Terms and Conditions: The contract between the Cherokee Nation and the vendor will follow the standard format of the Cherokee Nation. Vendor s Terms and Conditions: Vendors must submit with the proposal a complete set of any additional terms and conditions that they expect to have included in a contract negotiated with the Cherokee Nation. Right to Waive Minor Irregularities: The proposal evaluation committee reserves the right to waive minor irregularities. This right is at the sole discretion of the proposal evaluation committee. The Nation reserves the right to determine a proposal acceptable in terms of meeting RFP requirements. The Nation reserves the right to accept or reject any and all proposals received and to negotiate with offerors regarding the terms of their proposals or parts thereof. The Cherokee Nation reserves the right to award a contract in the best interests of the Cherokee Nation. Ownership of Proposals: All documents submitted in response to this RFP shall become the property of the Cherokee Nation and will not be returned to the vendors. Responses received will be retained by the Acquisition Management Department. Prompt Payment: The successful firm agrees to pay all sums due to subcontractors, laborers and material suppliers within ten (10) days of receipt of payment by the Cherokee Nation. RFP Consulting Services - Kronos Page 8

REQUEST FOR PROPOSAL CONSULTING SERVICES - KRONOS SCOPE OF WORK & SPECIFICATIONS PROVIDED BY INFORMATION TECHNOLOGY SERVICES Project Scope The goal of this RFP is to engage a company to assist with upgrading and expanding Kronos workforce management solution including implementation of products listed below. UPGRADE SCOPE Kronos Applications Implementation Scope Workforce Timekeeper 3700 Employees & 675 Managers Workforce Employee 3700 Employees Workforce Leave 3700 Employees Workforce Mobile 3700 Employees & 675 Managers Workforce Tablet 25 Managers Workforce Record Manager 3700 Employees Workforce Attendance (not currently in use) 2400 Employees Workforce TeleTime (not currently in use) Digital T1 16 Port Workforce Integration Manager Employee Hours Export to Lawson Software Employee Demographic Data Import from Lawson Software Employee Accrual Balance Import from Lawson Software Workforce Environments Test, Production & Archive Environments It is the intent of Cherokee Nation to award a contract to one company for the services noted above. The scope of Services is as follows: Project Planning and Management, selected Vendor shall provide a part-time Project Manager to collaborate with Cherokee Nation The part-time Project Manager will plan and manage the project throughout its lifecycle. Specifically the Vendor s Project Manager will: 1. Establish a project charter that includes scope, project resources, roles, responsibilities, key deliverables and success criteria. 2. Create and maintain a project plan identifying tasks to ensure successful project implementation and monitor progress against the plan. The plan shall include: a) Proposed work tasks and activities b) Approach and methods that will be used to accomplish these tasks and activities c) Specific personnel assigned to project tasks and activities. RFP Consulting Services - Kronos Page 9

d) The proposed work product or deliverable that will result from each task or activity. e) Identify the time frame estimated to complete each task. Preferably with a chart depicting timelines and milestones. 3. Create bi-weekly project status reports including prior week accomplishments and planned future activities. 4. Manage project change, including scope control. 5. Resolve and/or escalate issues in a timely manner. 6. Attend steering committee meetings. 7. Ensure on-time completion of project and success criteria. 8. The Vendor s Project Manager will be responsible for managing Vendor s resources, budgets, and schedules. Business Process Design and Modeling, selected Vendor shall provide application consultants as necessary to adequately represent the functional usage of Kronos at Cherokee Nation as listed in Section Exhibit C of this RFP. The application consultants will be responsible for: 1. Training the project team on the use of the new software. 2. Assisting Cherokee Nation to determine how to best utilize the new features and functions available in the above listed software and to develop new business process models to provide a path to which minimizes customizations and streamlines the implementation effort. System Preparation, selected Vendor shall provide technical services to assess the existing environment and ensure that sufficient resources are available to support the implementation. Selected Vendor shall also install all new software (for both the production environment and any test or training systems). Vendor shall: 1. Validate system hardware configuration and ability to handle projected system load. 2. Perform any required application setup related to delivered software usage. 3. Validate system setup and system design. 4. Provide assistance to support Cherokee Nation with software and hardware configuration as requested by Cherokee Nation. 5. Work with Cherokee Nation to ensure all software parameters are properly configured. RFP Consulting Services - Kronos Page 10

Implementation, selected Vendor will provide technical services to ensure that the software is installed successfully and provide support to Cherokee Nation to ensure this. The Vendor will also validate design, setups, processes and best practices. Testing, selected Vendor will work with Cherokee Nation to develop the overall testing requirements to ensure all components of the implementation are prepared and tested to Cherokee Nation s satisfaction to deploy into production. In support of this Vendor shall: 1. Assist with the identification and building of test data to be used during testing. 2. Assist in the execution of the test upgrades. 3. Create test scripts 4. Assist Cherokee Nation to ensure data is validated 5. Assist with testing the Kronos applications and the utilization of any new features and resolving issues. 6. Resolve issues resulting from the implementation and related system changes. Final Preparation, Go Live and Post Go Live Support, selected Vendor will provide services to prepare for production deployment and provide post-go live support. In support of this Vendor shall: 1. Work with Cherokee Nation to develop and document a detailed cut-over plan, perform risk assessment, and develop contingency plan. 2. Conduct a train-the-trainer class. 3. Participate in the readiness assessment to determine if all tasks are complete and issues resolved and to obtain go-live authorization. 4. Execute the production installation. 5. Provide post go-live support for two weeks immediately after the deployment into the production environment. Proposal Evaluation A proposal evaluation team will judge the proposals received in accordance with the scoring methodology described below. The evaluation team may request oral presentations from bidders. Vendors should be prepared to provide any additional information the evaluation team feels is necessary for the fair evaluation of proposals. Failure of a vendor to provide any information requested in the RFP may result in disqualification of the proposal. All proposals must be endorsed with the signature of a responsible official having the authority to bind the vendor to the execution of a contract. RFP Consulting Services - Kronos Page 11

The sole objective of the evaluation team will be to select the vendor who best meets the needs of the Cherokee Nation in a cost effective and efficient manner. The specifications in this RFP represent the minimum performance necessary for a response. PROPOSAL EVALUATION PROCESS The following steps will be observed in the evaluation of vendor proposals: 1. The Nation will appoint a proposal evaluation committee; 2. Vendor proposals must meet all mandatory specifications or they will be disqualified; 3. The proposal evaluation committee will review all proposals received, determine if the mandatory specifications have been met, and, if so, score the proposals in accordance with the predefined scoring methodology; 4. Composite scores will be developed summarizing the individual scoring efforts of each proposal evaluation team member; 5. Vendors will be ranked by composite score; 6. The Nation reserves the right to seek oral presentations, if deemed necessary; 7. The preferred vendor will be selected. PROPOSAL SCORING METHODOLOGY The following is a summary of the proposal evaluation factors and the point value assigned to each. These factors will be used in the evaluation of the individual vendor proposals. Points will be awarded on the basis of the following factors: Specifications Points 1. Mandatory Technical Specifications (Work Program, Project Schedule) 300 2. Mandatory Business Specifications a. Vendor Profile 100 b. Project Consultants 100 c. References 100 3. Cost Proposal 200 4. Support/Training/Documentation 100 5. Indian Preference 100 Total 1,000 EVALUATION FACTORS The evaluation factors to be used in proposal scoring are described below: 1. Mandatory Technical Specifications Points will be awarded based on the vendor s demonstrated understanding of the overall scope of work for this project, the proposed work program for accomplishing the tasks identified in the overall scope of work, the vendor s proposed project schedule, and total project cost. RFP Consulting Services - Kronos Page 12

2. Mandatory Business Specifications Points will be awarded for the following factors: a. Vendor Profile: The evaluation will be based on descriptions of similar prior projects of the vendor and the comparability of that experience to the requirements stated in this RFP. b. Project Consultants: The evaluation will be based on the experience level and competence of proposed consultants in performing similar work for other clients and the comparability of that experience to the business and technical environment of the Cherokee Nation. c. References: Points will be awarded for the quality and timeliness of work performed by the vendor and its proposed consultants for previous clients and the comparability of such work to the requirements of this RFP. 3. Project Cost a. One-time costs, including hardware, software, implementation, integration, and any ongoing maintenance fees, are reasonable and commensurate with the benefits provided. b. Vendor is responsible for listing all components required to implement and support the products listed in the Project Scope section of this RFP. If components or services need to be provided by the Customer or a 3 rd party provider, these must be clearly listed, endorsed and qualified by the selected vendor. 4. Vendor Support/Training/Documentation a. The vendor provides detailed technical and functional training and support to the appropriate personnel. b. The vendor provides complete system and user documentation that is well written and clearly indexed. c. The vendor has developed the following system documentation: 1. Systems description manuals; 2. Technical/operations system manuals; 3. User manuals; 4. Installation manuals; 5. Electronic versions of documentation. d. The vendor will comply with our remote access policy as well as agree to existing policies and sign the technology access forms. RFP Consulting Services - Kronos Page 13

5. Indian Preference Indian preference will be given only to responding parties who provide proof of current certification from the Cherokee Nation Tribal Employments Office (TERO) located in Tahlequah, Oklahoma, telephone number (918) 453-5000. Indian preference will be applied in accordance with Cherokee Nation Acquisition Management Policy and Procedures. Proof of TERO certification must accompany and be included in proposal submittal. To be considered, responses must be received by the date and time specified: 5:00 pm August 24, 2015. RFP Consulting Services - Kronos Page 14

Appendix A: Cherokee Nation IT Environment In 2009 we started using Kronos WFC 6.0.2 for time entry and integration into Lawson Payroll. The enterprise resource planning system is Lawson, which was implemented in 2004. This package includes: Accounts Payable, General Ledger, Human Resources, Inventory, Payroll, and Procurement. Cherokee Nation has a fourteen county jurisdictional area WAN, consisting of high-speed managed MPLS PNT network which also includes 802.11abgn wireless connections. Cherokee Nation has a switched 10/100/1000 Megabit Ethernet LAN infrastructure and is running Gigabit Ethernet for certain bandwidth intensive applications. The Ethernet Local Area Network uses Cisco 3560, 4500 & 6500 series switches. A 100 Megabit full-duplex wireless Metropolitan Area Network connects multiple key buildings for the organization. There are multiple Windows 2008 R2 SP2, 2012 and 2012 R2 Servers. We have over 3300 PC s running in a Windows 7/8/8.1 Apple Macintosh environment. Cherokee Nation s Data Center is located adjacent to the Nation s Tribal Complex. The Center has 3600 square feet of raised floor space and is state-of-the-art. Cherokee Nation has defined the following standards for its IT systems architecture: Network: Ethernet network protocol using Cisco switches, Cisco Wireless Access Points, Cisco VPN, Cisco ACE Modules, Solarwinds Network Management, Orion and WhatsUp Professional monitoring. Hardware: Dell PowerEdge Servers, Dell PCs and laptops, HP Xerox printers and Multi-Function Devices. Software: Windows 7/8/8.1, MS Office 2010/2013 Suite, MS Project, Business Objects Enterprise, MS Exchange; IBM WebSphere Application Server, IBM WebSphere Portal Server, Microsoft SQL Server, MS IIS, BSI, MHC Document Express. RFP Consulting Services - Kronos Page 15

Appendix B- Price Proposal Worksheet This section provides Cherokee Nation with a standard method of comparing the various costs associated with the proposed project. Every attempt should be made to provide a realistic and meaningful expectation of costs, as it will be a key criteria used in selecting a vendor. Be thorough in defining all costs associated with the Project scope. Please complete a cost schedule to identify total system and implementation cost. a. Clearly identify all one-time and monthly costs. All costs must be identified and listed. Include optional costs. List any cost assumptions below including the cost of any services that will need to be provided by a 3 rd party. COST/PRICING Table A. Consulting Services (add rows as needed) Role Hours Hourly Rate Total Cost IMPLEMENTATION SERVICES COST TOTAL Table B. Cost Summary (add rows as needed) Description Total Implementation Consulting Services (Table B above) Training Services Other Services Travel Total Include Cost Assumptions RFP Consulting Services - Kronos Page 16