Microsoft, Office 365, Azure Cloud Solutions Professional Services

expired opportunity(Expired)
From: New Hampshire Department of Administrative Services(State)
RFP 2312-21

Basic Details

started - 14 Apr, 2020 (about 4 years ago)

Start Date

14 Apr, 2020 (about 4 years ago)
due - 11 Jun, 2020 (about 3 years ago)

Due Date

11 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
RFP 2312-21

Identifier

RFP 2312-21
Department of Administrative Services

Customer / Agency

Department of Administrative Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 1 of 27 Contractor Initials ________ Date ________ NEW HAMPSHIRE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PROCUREMENT AND SUPPORT SERVICES REQUEST FOR PROPOSAL FOR MICROSOFT/OFFICE 365/AZURE CLOUD SOLUTIONS PROFESSIONAL SERVICES 2312-21 DUE DATE: June 4, 2020 at 10:00 AM (EST) Page 2 of 27 Contractor Initials ________ Date ________ Table of Contents PART I OVERVIEW AND SCHEDULE ............................................................................................................................ 4 A. Purpose .................................................................................................................................................................4 B. Timeline ..................................................................................................................................................................4 C. Instructions to Bidders
........................................................................................................................................4 PART II PROPOSED SCOPE OF WORK ....................................................................................................................... 4 A. Background..........................................................................................................................................................4 A.1 Goals and Objectives for the M365&CS Professional Services contract is to: .................................5 B. Technical Requirements .....................................................................................................................................5 B.1 Bidder Company and Staff Qualifications (Experience) .......................................................................5 B.2 Current Use of Bidder-Proposed Solutions ................................................................................................5 B.3. Proposed Bidder Team ................................................................................................................................6 B.4. Bidder Team Qualifications.........................................................................................................................6 B.4.1 Program Support Roles ..............................................................................................................................7 B.4.2 Administration Roles | Operations ..........................................................................................................7 B.4.3 Operational Support Roles | Development .......................................................................................12 C. Subcontractors (Solution) ................................................................................................................................14 D. Additional Requirements .................................................................................................................................14 PART III Process for Submitting a Proposal............................................................................................................. 15 A. Proposal Submission, Deadline, and Location Instructions ......................................................................15 B. Proposal Inquiries ...............................................................................................................................................15 C. Addenda ............................................................................................................................................................16 D. Restriction of Contact with State Employees ..............................................................................................16 E. Validity of Proposal ............................................................................................................................................16 PART IV Content and Requirements for a Proposal............................................................................................ 16 A. Transmittal Letter ...............................................................................................................................................16 B. Executive Summary ...........................................................................................................................................16 C. Bidder Qualifications ........................................................................................................................................16 D. Supplemental Information ..............................................................................................................................17 PART V Evaluation of Proposals ............................................................................................................................... 17 Criteria for Evaluation and Scoring ....................................................................................................................17 B. Award...................................................................................................................................................................18 PART VI Terms and Conditions Related To the RFP Process .............................................................................. 18 A. RFP Addendum .................................................................................................................................................18 B. Non-Collusion .....................................................................................................................................................18 C. Property of the State ........................................................................................................................................18 D. Confidentiality of a Proposal ..........................................................................................................................18 E. Public Disclosure.................................................................................................................................................18 F. Non-Commitment ..............................................................................................................................................20 G. Proposal Preparation Cost ..............................................................................................................................20 H. Ethical Requirements ........................................................................................................................................20 PART VII CONTRACT TERMS AND AWARD ............................................................................................................. 20 A. Non-Exclusive Contract ...................................................................................................................................20 B. Award...................................................................................................................................................................20 C. Standard Contract Terms ................................................................................................................................20 PART VIII OFFER ........................................................................................................................................................... 22 Page 3 of 27 Contractor Initials ________ Date ________ STATE OF NEW HAMPSHIRE REQUEST FOR PROPOSAL TRANSMITTAL LETTER Date: ___________________ Company Name: ________________________________________ Address: _________________________________________________________ _________________________________________________________ To: Point of Contact: Paul Rhodes Telephone: 603-271-3350 Email: paul.rhodes@das.nh.gov RE: Proposal Invitation Name: MICROSOFT/OFFICE 365/AZURE CLOUD SOLUTIONS PROFESSIONAL SERVICES RFP Number: 2312-21 RFP Posted Date (on or by): April 24, 2020 RFP Closing Date and Time: June 4, 2020 @ 10:00 AM (EST) [Insert name of signor]_____________________________, on behalf of _____________________________ [insert name of entity submitting RFP(collectively referred to as “Bidder”) hereby submits an offer as contained in the written RFPRFP submitted herewith (“RFP”) to the State of New Hampshire in response to RFP # 2312-21 for M icrosoft/Office 365/Azure Cloud Solutions Professional Services at the price(s) quoted herein in complete accordance with the RFP. Bidder attests to the fact that: 1. The Bidder has reviewed and agreed to be bound by the RFP. 2. The Bidder has not altered any of the language or other provisions contained in the RFP document. 3. The RFP is effective for a period of 180 days from the RFP Closing date as indicated above. 4. The prices Bidder has quoted in the RFP were established without collusion with other bidders. 5. The Bidder has read and fully understands this RFP. 6. Further, in accordance with RSA 21-I:11-c, the undersigned Bidder certifies that neither the Bidder nor any of its subsidiaries, affil iates or principal officers (principal officers refers to individuals with management responsibil ity for the entity or association): a. Has, within the past 2 years, been convicted of, or pleaded guilty to, a violation of RSA 356:2, RSA 356:4, or any state or federal law or county or municipal ordinance prohibiting specified bidding practices, or involving antitrust violations, which has not been annulled; b. Has been prohibited, either permanently or temporarily, from participating in any public works project pursuant to RSA 638:20; c. Has previously provided false, deceptive, or fraudulent information on a bidder code number application form, or any other document submitted to the state of New Hampshire, which information was not corrected as of the time of the fil ing a bid, proposal, or quotation; d. Is currently debarred from performing work on any project of the federal government or the government of any state; e. Has, within the past 2 years, failed to cure a default on any contract with the federal government or the government of any state; f. Is presently subject to any order of the department of labor, the department of employment security, or any other state department, agency, board, or commission, finding that the applicant is not in compliance with the requirements of the laws or rules that the department, agency, board, or commission is charged with implementing; g. Is presently subject to any sanction or penalty finally issued by the department of labor, the department of employment security, or any other state department, agency, board, or commission, which sanction or penalty has not been fully discharged or fulfilled; h. Is currently serving a sentence or is subject to a continuing or unfulfilled penalty for any crime or violation noted in this section; i. Has failed or neglected to advise the division of any conviction, plea of guilty, or finding relative to any crime or violation noted in this section, or of any debarment, within 30 days of such conviction, plea, finding, or debarment; or j. Has been placed on the debarred parties l ist described in RSA 21-I:11-c within the past year. Authorized Signor’s Signature _______________________________ Authorized Signor’s Title ________________________ NOTARY PUBLIC/JUSTICE OF THE PEACE COUNTY: ___________________________ STATE: ______________ ZIP: _________________ On the _____ day of _______________, 2020, personally appeared before me, the above named ________________________, in his/her capacity as authorized representative of ________________, known to me or satisfactorily proven, and took oath that the foregoing is true and accurate to the best of his/her knowledge and belief. In witness thereof, I hereunto set my hand and official seal. _________________________________________________________ (Notary Public/Justice of the Peace) My commission expires: _________________________________________________________ (Date) mailto:paul.rhodes@das.nh.gov Page 4 of 27 Contractor Initials ________ Date ________ REQUEST FOR PROPOSAL FOR MICROSOFT/OFFICE 365/AZURE CLOUD SOLUTIONS PROFESSIONAL SERVICES FOR THE STATE OF NEW HAMPSHIRE PART I OVERVIEW AND SCHEDULE A. Purpose The purpose of this RFP invitation is to establish up to ten (10) contract(s) for Microsoft/Office 365/Azure Cloud Solutions Services for the State of New Hampshire for services indicated in the SCOPE OF SERVICES and OFFER SECTIONS, and in accordance with requirements of this RFP invitation. The State expects to work with vendors who have an extensive and successful history of supporting entities in the government sector supporting M365&CS applications such as Azure, SharePoint Online, Teams, and Dynamics 365. All successful vendors awarded a contract will be pre-qualified to respond to specific agency Request for Quotes (RFQ)/Statements of Work (SOW) requests. These Vendor engagements will be Firm Fixed Price deliverables-based, under the direction of the Department of Information Technology personnel. After contract award, Statements of Work will be defined for various projects through Request for Quotes (RFQs). For example, the State expects to award one qualified vendor through the RFQ process for the day- to-day maintenance and operations of the environments and tools, hosted in the Microsoft Government Community Cloud (GCC). B. Timeline The timeline below is provided as a general guideline and is subject to change. The State reserves the right to amend this schedule at its sole discretion and at any time through a published Addendum. 04/24/2020 RFP Solicitation distributed on or by 05/08/2020 Last day for questions, clarifications, and/or requested changes to RFP 05/20/2020 State Response to submitted questions, clarifications, and/or requested changes to RFP 06/04/2020 10:00 AM (EST) RFP Closing C. Instructions to Bidders Read the entire proposal invitation prior to filling it out. In the preparation of your proposal response you shall: • Complete the pricing information in the “Offer” section • Submit all requested information within your response • Complete the “Bidder(s) Contact Information” section • Complete the company information on the front page, and sign the proposal in the space provided on that page. The signature page must be notarized to be an official submission. PART II PROPOSED SCOPE OF WORK Bidder shall provide Microsoft/Office 365/Azure Cloud Solutions services as described herein. A. Background The State of New Hampshire is seeking to contract with qualified vendors capable of providing information technology professional services on Microsoft Cloud Solutions that include, but are limited to: managed services for modern Microsoft/Office 365/Azure Cloud Solutions [M365&CS] administration, operational oversight, systems maintenance, and short-term or ongoing development or integration projects. By leveraging M365&CS with vendor support, the State of New Hampshire anticipates improved service to constituents by: automating business processes, providing prompt responses to tracking or delivering Page 5 of 27 Contractor Initials ________ Date ________ constituent needs, refining business operations based on access to insightful data, securing information within compliance of State and Federal regulations, and deploying rapid solutions throughout the State of New Hampshire’s IT environment. The State is currently planning its Microsoft/Office 365 implementation, currently hosted and maintained in the Microsoft Government Community Cloud (GCC). With the assistance of subject matter experts, the State is currently engaged in planning the implementation of Microsoft/Office 365 and is in Phase 1 of the Enterprise SharePoint Online and collaboration tools (Teams, OneDrive) Project (to deploy basic functionality that can be used consistently across State agencies). Numerous and highly successful educational prototypes, derived from agency input, business analysis, and conversations with Microsoft, have generated significant automation and governance around naming conventions, compliance, and other efforts the State would like to continue using and further develop. Moving forward, the State plans to implement (initially) Microsoft/Office 365, SharePoint Online, and Teams with select pilot agencies while maintaining and evolving best design and governance practices that will inform further agency rollouts of the tool suite and be a baseline for further platform tool configuration or development. The State does have an agency with activities in Dynamics 365. A.1 Goals and Objectives for the M365&CS Professional Services contract is to: a. Prequalify M365&CS vendors to work with State agencies to implement digital government solutions. b. Establish a process for State agencies to request quotes and award work to qualified vendors. A standard template to request a quote is included. c. Specific agency Request for Quotes (RFQ)/Statements of Work (SOW) requests may require the vendor to have a. Mandatory Microsoft certifications to be awarded the work b. Agreement and signature on project specific Business Associate Agreements or other documents as required by the State to address statutory, regulatory, or industry compliance B. Technical Requirements Include verification of Bidder’s ability to meet each of the following technical requirements. Future Projects solicited through the State’s RFQ process will be conducted in cooperation with the New Hampshire Department of Information Technology (DoIT) and utilizing State agency. DoIT coordinates, reviews, and approves statewide Information Technology activities to ensure consistency and alignment with State strategic efforts. B.1 Bidder Company and Staff Qualifications (Experience) Bidder shall have a minimum of five (5) years of Microsoft-certified experience in provisioning modern M365&CS information technology and/or management services to government customers. Bidder staff and subcontractors must be located in the United States. Administrative and technical staff shall be of sufficient size and knowledge base to support the State in its initiatives. In order to demonstrate market experience and breadth, identify other product offerings or tools from your company within the response. Please describe your experience. B.2 Current Use of Bidder-Proposed Solutions When responding to a Request for Quote (RFQ/SOW), applications that constitute the Bidder’s proposed solution must explicitly state what M365&CS licenses are required as well as any third-party applications. Each RFQ/SOW may include requirements about the Bidder’s experience in implementing a similar solution. Experience shall include requirements that include but are not limited to, how many solutions of a similar nature are implemented and operational, the size and complexity of the project, and any experience with statutory, regulatory, or industry standards. The specific Bidder-proposed functionality must be described. Page 6 of 27 Contractor Initials ________ Date ________ Each SOW will identify award criteria. (The agency will select award criteria and point allocations.) Sample award criteria follows: 1) Ability to meet “Mandatory Expertise or Contractor Qualifications” – 30 Points 2) Ability to meet “Key Staff Required with Subject Matter Expertise” – 20 Points 3) Optional interviews as deemed necessary by the State – 20 Points 4) Total cost – 30 Points Data must not be removed or copied from the State’s data environments or the Microsoft cloud environments without written, authorized permission of the State. Please describe your ability to meet this requirement. B.3. Proposed Bidder Team The proposed Bidder Team must include individuals with substantial experience in: • Each of the disciplines relating to his or her stated project role. • Implementing Microsoft/Office 365/Azure Cloud Solutions. • The discipline of effective Project Management. o Effective use of software change management best practice. o The discipline of effective risk and issue management. o Effective use of defect tracking tools that allow for reporting on test results. • The discipline of effective M365&CS System Administration in a state government environment in the Microsoft Government Cloud Computing (GCC) environment. o Operational support of government entities comparable in size and complexity. o Compliance with the statutory and regulatory publications that is appropriate with the statement of work. • The discipline of proper configuration for M365&CS. o Successful M365&CS roll-out. o M365&CS configurations that satisfy the unique needs of the State Agencies in New Hampshire. o The discipline of information architecture as related to the modern SharePoint Online experience, PowerShell, and Site Designs and Site Scripts. o The discipline of supporting business process with business automation with Power Apps, and Power Automate. o The discipline of supporting business process with business automation with Dynamics 365 • The discipline of software development, quality assurance, and user acceptance testing activities with M365&CS third-party integrations. B.4. Bidder Team Qualifications 1) Scope of Services The State of New Hampshire intends to identify vendors that meet the State’s requirements in implementing M365&CS for the State and its partner agencies. TOPIC 1: MICROSOFT ROADMAP Response Page Limit: 3 The State will evaluate the Vendor’s knowledge and experience with Microsoft’s roadmap for M365&CS in the GCC. The Vendor must maintain a working understanding of the M365&CS roadmap. The Vendor shall use this knowledge to make informed, best practice recommendations to the State regarding M365&CS and SharePoint Online. Please describe your experience with the following: • Your process for maintaining an up-to-date understanding of sunset, current, and expected functionality in Office/Microsoft 365/Cloud Solutions and SharePoint Online while remaining knowledgeable about Microsoft’s roadmap. • Making enterprise recommendations to clients (both short and long-term) based on the known roadmap and client business requirements. Page 7 of 27 Contractor Initials ________ Date ________ B.4.1 Program Support Roles TOPIC 2 – PROJECT MANAGER Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed Project Manager qualifications posted below. Provide a detailed description of your proposed Project Manager’s qualifications and experience based on the following: • Does your Project Manager have at least 5+ years of Program/Project Management experience with the Public Sector or Federal Government, and a proven track record of successfully overseeing the deployment of enterprise IT programs/projects? If yes, please elaborate. • Of their experience, how much of the Project Manager’s experience is associated with managing the deployment of and projects related to M365&CS? • What were some of the Project Manager’s successes and challenges during those Microsoft solution deployments? What did the Project Manager do to resolve or overcome those challenges, and what was the outcome? • What deliverables or techniques does your Project Manager leverage when it comes to providing budget updates, project status updates, managing staff, resolving conflict/risk, and communicating with clients? TOPIC 3 – M365&CS BUSINESS ANALYST Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed M365&CS Business Analyst qualifications posted below. Provide a detailed description of your proposed M365&CS Business Analyst’s qualifications and experience based on the following: • Does your M365&CS Business Analyst have at least 3+ years of experience with the Public Sector or Federal Government, and a proven track record with supporting the development of M365&CS solutions across enterprise IT programs/projects? If yes, please elaborate. • Does your M365&CS Business Analyst have experience with developing user stories, use cases, business/IT requirements, process maps, standard operating procedures, and User Acceptance Testing documents? • Please describe the techniques, software tools, process, and methodology that the M365&CS Business Analyst leveraged to support the development of the Microsoft solution(s) within a Government Cloud environment. What was the business value and impact provided from those Microsoft solutions? • Describe the M365&CS Business Analyst’s experience with supporting the development of M365&CS within an Agile or DevOps environment. Please provide your approach and business value to the customer as a result of supporting the Microsoft solution(s). • What were some of the Microsoft/Office/Cloud Solutions 365 Business Analyst’s successes and challenges during a M365&CS deployment? What did the M365&CS Business Analyst do to resolve or overcome those challenges, and what was the outcome? B.4.2 Administration Roles | Operations The State defines OPERATIONS as the day-to-day maintenance and operational support. Any development in support of operations will be addressed in section B.4.3 below. TOPIC 4: MICROSOFT/OFFICE 365 GLOBAL ADMINISTRATOR Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed Microsoft/Office 365 Global Administrator qualifications posted below. You may propose more than one Microsoft/Office 365 Global Administrator. Provide a detailed description of your proposed Microsoft/Office 365 Global Administrator’s qualifications and experience based on the following: • Does your Microsoft/Office 365 Global Administrator hold any Microsoft Certifications? If yes, please elaborate. Page 8 of 27 Contractor Initials ________ Date ________ • Does your Microsoft/Office 365 Global Administrator have at least 5+ years of Office 365 Administration experience with the Public Sector or Federal Government, and a proven track record of successfully overseeing the management and administration of Office 365 tools? If yes, please elaborate. • Of their experience, how much of the Microsoft/Office 365 Global Administrator’s experience is associated with direct administration of M365&CS? • What were some of the Microsoft/Office 365 Global Administrator’s successes and challenges during previous Microsoft/Office 365 administration work? What did the Microsoft/Office 365 Global Administrator do to resolve or overcome those challenges, and what was the outcome? • What deliverables or techniques does your Microsoft/Office 365 Global Administrator leverage when it comes to providing system health and monitoring reports, project status updates, staff management, resolving conflict/risk, and communicating with clients? TOPIC 5: COMPLIANCE ADMINISTRATOR and SECURITY & COMPLIANCE Response Page Limit: 5 The State will base its evaluation upon the Vendor’s response to the proposed Compliance Administrator qualifications posted below. You may propose more than one Compliance Administrator. Provide a detailed description of your proposed Compliance Administrator’s qualifications and experience based on the following bullet points. In addition, please describe how you will staff or satisfy the roles in the Security and Compliance category (see table below). • Does your Compliance Administrator hold any Microsoft certifications? If yes, please elaborate. • Does your Compliance Administrator have at least 5+ years of Office 365 and Compliance administration experience with the Public Sector or Federal Government, and a proven track record of successfully overseeing the management and administration of Exchange Online? If yes, please elaborate. • Of their experience, how much of the Compliance Administrator’s experience is associated with direct compliance administration and data classification and sensitivity work in Office 365, Teams, OneDrive, and SharePoint Online? • What were some of the Compliance Administrator’s successes and challenges during previous Office 365 Compliance administration work? What did the Compliance Administrator do to resolve or overcome those challenges, and what was the outcome? • What deliverables or techniques does your Compliance Administrator leverage when it comes to providing monitoring reports, project status updates, staff management (if applicable), resolving conflict/risk, and communicating with clients? Category Role Description Security & Compliance Azure information protection admin Manages labels for the Azure Information Protection policy, manages protection templates, and activates protection. Compliance admin Manages regulatory requirements and eDiscovery cases, maintains data governance for locations, identities, and apps. Customer Lockbox access approver Manages Customer Lockbox requests, can turn Customer Lockbox on or off. Security admin Controls organization's security, manages security policies, reviews security analytics and reports, monitors the threat landscape. Security operator Investigates and responds to security alerts, manages features in Identity Protection center, monitors service health. TOPIC 6: EXCHANGE ADMINISTRATOR Response Page Limit: 3 Page 9 of 27 Contractor Initials ________ Date ________ The State will base its evaluation upon the Vendor’s response to the proposed Exchange Administrator qualifications posted below. You may propose more than one Exchange Administrator. Provide a detailed description of your proposed Exchange Administrator’s qualifications and experience based on the following: • Does your Exchange Administrator hold any Microsoft certifications? If yes, please elaborate. • Does your Exchange Administrator have at least 5+ years of Office 365 and Exchange Administration experience with the Public Sector or Federal Government, and a proven track record of successfully overseeing the management and administration of Exchange Online? If yes, please elaborate. • Of their experience, how much of the Exchange Administrator’s experience is associated with direct administration of Exchange Online? • What were some of the Exchange Administrator’s successes and challenges during previous Exchange Online administration work? What did the Exchange Administrator do to resolve or overcome those challenges, and what was the outcome? • What deliverables or techniques does your Exchange Administrator leverage when it comes to providing system health and monitoring reports, project status updates, staff management (if applicable), resolving conflict/risk, and communicating with clients? TOPIC 7: GROUPS ADMINISTRATOR Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed Groups Administrator qualifications posted below. You may propose more than one Groups Administrator. Provide a detailed description of your proposed Groups Administrator’s qualifications and experience based on the following: • Does your Groups Administrator hold any Microsoft certifications? If yes, please elaborate. • Does your Groups Administrator have at least 5+ years of Office 365 and SharePoint Online Administration experience with the Public Sector or Federal Government, and a proven track record of successfully overseeing the management and administration of Office 365 Groups? If yes, please elaborate. • Of their experience, how much of the Groups Administrator’s experience is associated with direct administration of Groups, Azure Active Directory, Teams, and SharePoint Online? • What were some of the Groups Administrator’s successes and challenges during previous Office 365 administration work? What did the Groups Administrator do to resolve or overcome those challenges, and what was the outcome? • What deliverables or techniques does your Groups Administrator leverage when it comes to providing system health and monitoring reports, project status updates, staff management (if applicable), resolving conflict/risk, and communicating with clients? TOPIC 8: SHAREPOINT ADMINISTRATOR Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed SharePoint Administrator qualifications posted below. You may propose more than one SharePoint Administrator. Provide a detailed description of your proposed SharePoint Administrator’s qualifications and experience based on the following: • Does your SharePoint Administrator hold any Microsoft certifications? If yes, please elaborate. • Does your SharePoint Administrator have at least 5+ years of Office 365 and SharePoint Administration experience with the Public Sector or Federal Government, and a proven track record of successfully overseeing the management and administration of SharePoint Online tools? If yes, please elaborate. • Of their experience, how much of the SharePoint Administrator’s experience is associated with direct administration of SharePoint Online? • What were some of the SharePoint Administrator’s successes and challenges during previous Office 365 Groups and SharePoint Online administration work? What did the SharePoint Administrator do to resolve or overcome those challenges, and what was the outcome? • What deliverables or techniques does your SharePoint Administrator leverage when it comes to providing system health and monitoring reports, project status updates, staff management (if applicable), resolving conflict/risk, and communicating with clients? Page 10 of 27 Contractor Initials ________ Date ________ TOPIC 9: DYNAMICS 365 ADMINISTRATORS Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed Dynamics 365 Administrator qualifications posted below. You may propose more than one Dynamics 365 Administrator. Provide a detailed description of your proposed Dynamics 365 Administrator’s qualifications and experience based on the following: • Does your Dynamics 365 Administrator hold any Microsoft certifications? If yes, please elaborate. • Does your Dynamics 365 Administrator have at least 5+ years of Dynamics 365 Administration experience with the Public Sector or Federal Government, and a proven track record of successfully overseeing the management and administration of Dynamics 365 tools? If yes, please elaborate. • Of their experience, how much of the Dynamics 365 Administrator’s experience is associated with direct administration of Dynamics 365? • What were some of the Dynamics 365 Administrator’s successes and challenges during previous Dynamics 365 administration work? What did the Dynamics 365 Administrator do to resolve or overcome those challenges, and what was the outcome? • What deliverables or techniques does your Dynamics 365 Administrator leverage when it comes to providing system health and monitoring reports, project status updates, staff management (if applicable), resolving conflict/risk, and communicating with clients? TOPIC 10: TEAMS ADMINISTRATORS Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed Microsoft Teams Administrator qualifications posted below. You may propose more than one Teams Administrator. Your holistic response should consider the four primary Teams admin roles: Teams communication admin, Teams communication support engineer, Teams communication support specialist, and the Teams service admin. Provide a detailed description of your proposed Teams Administrator’s qualifications and experience based on the following bullets. In addition, please describe how you will staff or satisfy the roles of Teams administration (see table below). The State does not expect a 1:1 staffing ratio. • Does your Teams Administrator hold any Microsoft certifications? If yes, please elaborate. • Does your Teams Administrator have at least 5+ years of Office 365 and Teams Administration experience with the Public Sector or Federal Government, and a proven track record of successfully overseeing the management and administration of Teams? If yes, please elaborate. • Of their experience, how much of the Teams Administrator’s experience is associated with direct administration of Teams? • What were some of the Teams Administrator’s successes and challenges during previous Teams administration work? What did the Teams Administrator do to resolve or overcome those challenges, and what was the outcome? • What deliverables or techniques does your Teams Administrator leverage when it comes to providing system health and monitoring reports, project status updates, staff management (if applicable), resolving conflict/risk, and communicating with clients? Category Role Description Collaboration Teams communication admin Assigns telephone numbers, creates and manages voice and meeting policies, and reads call analytics. Teams communication support engineer Reads call record details for all call participants to troubleshoot communication issues. Teams communication support specialist Reads user call details only for a specific user to troubleshoot communication issues. Page 11 of 27 Contractor Initials ________ Date ________ Teams service admin Full access to Teams & Skype admin center, manages Office 365 groups and service requests, and monitors service health. TOPIC 11: ADDITIONAL ADMINISTRATIVE AND OPERATIONAL SUPPORT ROLES | DEVICES Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed staffing plan. Excluding the roles called out above, provide a detailed description of how you will staff or support the following administrative roles for the daily maintenance and operation of the State’s Microsoft/Office 365 tools. The State does not expect a 1:1 staffing ratio. Category Role Description Devices Cloud device admin Enables, disables, and deletes devices and can read Windows 10 BitLocker keys. Desktop analytics admin Can access and manage Desktop management tools and services. Intune admin Full access to Intune, manages users and devices to associate policies, creates and manages groups. TOPIC 12: ADDITIONAL ADMINISTRATIVE AND OPERATIONAL SUPPORT ROLES | COLLABORATION Response Page Limit: 6 The State will base its evaluation upon the Vendor’s response to the proposed staffing plan. Excluding the roles called out above, provide a detailed description of how you will staff or support the following administrative roles for the daily maintenance and operation of the State’s Microsoft/Office 365 tools. The State does not expect a 1:1 staffing ratio. Category Role Description Kaizala admin Full access to all Kaizala management features and data, manages service requests. Office apps admin Manages settings, policies, and deployment of Office apps. Power BI admin Full access to Power BI management tasks, manages service requests, and monitors service health. Power Platform admin Full access to Microsoft Dynamics 365, PowerApps, data loss prevention policies, and Power Automate. Search admin Full access to Microsoft Search, assigns the Search admin and Search editor roles, manages editorial content, monitors service health, and creates service requests. Search editor Can only create, edit, and delete content for Microsoft Search, like bookmarks, Q&A, and locations. TOPIC 13: ADDITIONAL ADMINISTRATIVE AND OPERATIONAL SUPPORT ROLES | READ-ONLY Response Page Limit: 5 The State will base its evaluation upon the Vendor’s response to the proposed staffing plan. Excluding the roles called out above, provide a detailed description of how you will staff or support the following administrative roles for the daily maintenance and operation of the State’s Microsoft/Office 365 tools. The State does not expect a 1:1 staffing ratio. Category Role Description Read-Only Global reader Can view all administrative features and settings in all admin centers. Message Center Access to data privacy messages in Message Center, gets email notifications, has read-only access to users, groups, domains, and subscriptions. Page 12 of 27 Contractor Initials ________ Date ________ privacy reader Message Center reader Reads and shares regular messages in Message Center, gets email notifications, has read-only access to users, groups, domains, and subscriptions. Reports reader Reads usage reporting data from the reports dashboard, Power BI adoption content pack, sign-in reports, and Microsoft Graph reporting API. Security reader Read-only access to security features, sign-in reports, and audit logs. TOPIC 14: ADDITIONAL ADMINISTRATIVE AND OPERATIONAL SUPPORT ROLES | OTHER Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed staffing plan. Excluding the roles called out above, provide a detailed description of how you will staff or support the following administrative roles for the daily maintenance and operation of the State’s Microsoft/Office 365 tools. The State does not expect a 1:1 staffing ratio. Category Role Description Other Billing admin Makes purchases, manages subscriptions, manages service requests, and monitors service health. Service support admin Creates service requests for Azure, Microsoft 365, and Office 365 services, and monitors service health. B.4.3 Operational Support Roles | Development The State defines DEVELOPMENT as the advanced technical efforts that support the day-to-day maintenance and operations of the State’s M365&CS environment. These development efforts include, but are not limited to: • SharePoint Online • PowerShell • Site Designs and Site Scripts • Scripts • Power Apps • Power Automate • Third-party Integrations • Dynamics 365 TOPIC 15 – MICROSOFT TECHNICAL ARCHITECT(S) Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed Microsoft Technical Architect qualifications posted below. Provide a detailed description of your proposed Microsoft Technical Architect’s qualifications and experience based on the following. You may propose more than one Microsoft Technical Architect. • Does your Microsoft Technical Architect have at least 5+ years of experience with the Public Sector or Federal Government, and a proven track record of designing successful Microsoft/Office 365/Dynamics 365/Azure Cloud architecture solutions across enterprise IT programs/projects? If yes, please elaborate. • Does your Microsoft Technical Architect have experience with developing/designing Microsoft/Office 365, SharePoint Online, Dynamics 365, and/or Azure architecture solutions? Please describe the techniques, security features, software, process, and architecture model/methodology that the Microsoft Technical Architect leveraged to develop/design an architecture solution for Microsoft within a Government Cloud environment. What was the business value and impact provided from those Microsoft Platform solutions? Page 13 of 27 Contractor Initials ________ Date ________ • Were any of the deployed Microsoft Platform architecture models lift and shift (pre-existing solution to be modified for another customer)? If yes, can you please describe the approach that you took to deliver value to the customer to meet rapid delivery? • Describe the Microsoft Technical Architect’s experience with deploying Microsoft/Office 365 solutions within an Agile or DevOps environment. Please provide your approach and business value to the customer as a result of the Microsoft Platform solution(s). • What were some of the Microsoft Technical Architect’s successes and challenges during a Microsoft Platform deployment? What did the Microsoft Technical Architect do to resolve or overcome those challenges, and what was the outcome? TOPIC 16 – SHAREPOINT ONLINE INFORMATION ARCHITECT Response Page Limit: 3 The State will base its evaluation upon the Vendor’s response to the proposed SharePoint Online Information Architect qualifications posted below. Provide a detailed description of your proposed SharePoint Online Information Architect’s qualifications and experience based on the following. Note: The State is interested in the modern experience offered by SharePoint Online that leverages modern Office Group technology. The State is not interested in classic approaches to operating SharePoint Online. • Does your SharePoint Online Information Architect have at least 5+ years of experience with the Public Sector or Federal Government, and a proven track record with developing/managing Microsoft SharePoint Online solutions across enterprise IT programs/projects? If yes, please elaborate. • Does your SharePoint Online Information Architect have experience with developing/designing Microsoft/Office 365? Please describe the techniques, security features, software, process, and data model/methodology that the SharePoint Online Information Architect leveraged to design, configure, and implement modern experience SharePoint Online solutions within a Government Cloud environment. What was the business value and impact provided from those Microsoft/Office 365 data solutions? • Were any of the deployed SharePoint Online solutions lift and shift (pre-existing solution to be modified for another customer)? If yes, can you please describe the approach that you took to migrate the data and what software tools did you use? What was the end result and business value provided to the customer? • Describe the SharePoint Online Information Architect’s experience with designing, configuring, and implementing the modern experience of SharePoint Online within an Agile or DevOps environment. Please provide your approach and business value to the customer as a result of the SharePoint Online solution(s). • What were some of the SharePoint Online Information Architect’s successes and challenges during a Microsoft/Office 365 and SharePoint Online deployment? What did the SharePoint Online Information Architect do to resolve or overcome those challenges, and what was the outcome? TOPIC 17 – MICROSOFT LEAD PLATFORM DEVELOPERS Response Page Limit: 6 The State will base its evaluation upon the Vendor’s response to the proposed Lead Microsoft Platform Developer qualifications posted below. The State expects the various proposed lead platform developers to be proficient with Office 365, SharePoint Online, Dynamics 365, and other Microsoft Azure Cloud Solutions. You may propose more than one Lead Microsoft Platform Developer. Provide a detailed description of your proposed Microsoft Lead Platform Developers’ qualifications and experience based on the following: • Does your Lead Microsoft Lead Platform Developer have at least 3+ years of experience with the Public Sector or Federal Government, and a proven track record of deploying Microsoft/Office 365 solutions across enterprise IT programs/projects? If yes, please elaborate. • Does your Lead Microsoft Platform Developer have expert proficiency with PowerShell, C+, and SPFx? • Does your Lead Microsoft Developer have experience with developing/deploying Microsoft Platform solutions? • Please describe the techniques, security features, software, process, and approach that the Lead Microsoft Platform Developer leveraged to develop/deploy these Microsoft/Office 365 solutions within a Government Cloud environment. What was the business value and impact provided from those Microsoft/Office 365 solutions? Page 14 of 27 Contractor Initials ________ Date ________ • Were any of the deployed Microsoft/Office 365 solutions lift and shift (pre-existing solution to be modified for another customer)? If yes, can you please describe the approach that you took to deliver value to the customer to meet rapid delivery? • Describe the Lead Microsoft Platform Developer’s experience with deploying Microsoft/Office 365 solutions within an Agile or DevOps environment. Please provide your approach and business value to the customer as a result of the Microsoft/Office 365 solution(s). • What were some of the Lead Microsoft Platform Developer’s successes and challenges during a Microsoft/Office 365 deployment? What did the Lead Microsoft Platform Developer do to resolve or overcome those challenges, and what was the outcome? C. Subcontractors (Solution) 1) Any Contract resulting from this RFP shall not be, in whole or in part, subcontracted, assigned, or otherwise transferred to any other contractor without prior written approval by the State. 2) If subcontractors are to be used, the Contractor must clearly explain their participation. 3) If subcontractors are to be used, please include information regarding the proposed subcontractors including the name of the company, their address, contact person and three references from clients they are currently servicing. 4) The Contractor shall be directly responsible for any subcontractor's performance and work quality when used by the Contractor to carry out the scope of the job. 5) Subcontractors must abide by all terms and conditions under any resultant Contract. D. Additional Requirements 1) The State requires ten (10) days advance knowledge of work schedules to provide security and access to respective work areas. No premium charges will be paid for any off-hour work. 2) The State shall require correction of defective work or damages to any part of a building or its appurtenances when caused by the Bidder’s employees, equipment or supplies. The bidder shall replace in satisfactory condition all defective work and damages rendered thereby or any other damages incurred. Upon failure of the bidder to proceed promptly with the necessary corrections, the State may withhold any amount necessary to correct all defective work or damages from payments to the bidder. 3) The work staff shall consist of qualified persons completely familiar with the products and equipment they shall use. The Contracting Officer may require the bidder to dismiss from the work such employees as deems incompetent, careless, insubordinate, or otherwise objectionable, or whose continued employment on the work is deemed to be contrary to the public interest or inconsistent with the best interest of security and the State. 4) The bidder or their personnel shall not represent themselves as employees or agents of the State. 5) While on State property, employees shall be subject to the control of the State, but under no circumstances shall such persons be deemed to be employees of the State. 6) All personnel shall observe all regulations or special restrictions in effect at the State Agency. 7) The bidder’s personnel shall be allowed only in areas where services are being performed. The use of State telephones is prohibited. Page 15 of 27 Contractor Initials ________ Date ________ 8) All offers shall remain valid for a period of one hundred eighty (180) days from the RFP due date. A bidder’s disclosure or distribution of an RFP other than to DAS, Division of Personnel may be grounds for disqualification. 9) RFP prices must be in US dollars and must include delivery and all other costs required by this RFP invitation. Special charges, surcharges, processing charges (including credit card transaction fees), delivery charges, or fuel charges of any kind (by whatever name) may not be added on at any time. Per Administrative Rule 606.01(e) “if there is a discrepancy between the unit price and the extension price in a response to an RFP, RFB or RFQ, the unit price shall be binding upon the bidder”. PART III PROCESS FOR SUBMITTING A PROPOSAL A. Proposal Submission, Deadline, and Location Instructions CHAPTER ADM 600 PROCUREMENT AND PROPERTY RULES APPLY TO AND ARE MADE A PART HEREOF. Proposals submitted in response to this RFP must be received by the Bureau of Purchase and Property no later than the time and date specified in the Timeline section, herein. Proposals may be submitted by e-mail, U.S. Mail or delivery service. - via email NH.Purchasing@DAS.NH.Gov o If email submission, 1 complete proposal with pricing as a separate document - via U.S. Mail or delivery service: o If hard copy submission, 1 complete with pricing and 5 copies with no pricing Hard copy proposals must be addressed to: RFP#2312-21, Paul Rhodes, Contracts Manager NH Bureau of Purchase & Property 25 Capitol Street - Room 102 Concord NH 03301 Email responses must be labeled with the following information: State of New Hampshire RFP# 2312-21 Due Date: June 4, 2020 @ 10:00 AM (EST) MICROSOFT/OFFICE 365/AZURE CLOUD SOLUTIONS PROFESSIONAL SERVICES Late submissions will not be accepted and will be returned to the bidders unopened. Delivery of the Proposals shall be at the bidder’s expense. The time of receipt shall be considered when a Proposal has been officially documented by the Bureau of Purchase and Property, in accordance with its established policies, as having been received at the location designated above. The State accepts no responsibility for mislabeled mail or mail that is not delivered or is undeliverable for any reason. Any damage that may occur due to shipping shall be the Bidder’s responsibility. B. Proposal Inquiries All inquiries concerning this RFP, including but not limited to, requests for clarifications, questions, and any changes to the RFP, shall be submitted via email to the following RFP designated points of contact: AGENT EMAIL: NH.Purchasing@DAS.NH.Gov mailto:NH.Purchasing@DAS.NH.Gov mailto:NH.Purchasing@DAS.NH.Gov Page 16 of 27 Contractor Initials ________ Date ________ Inquiries must be received no later than the conclusion of the Bidder Inquiry Period (see Timeline). Inquiries received later than the conclusion of the Bidder Inquiry Period shall not be considered properly submitted and may not be considered. C. Addenda In the event it becomes necessary to add to or revise any part of this RFP prior to the scheduled submittal date, the Bureau of Purchase and Property on behalf of Division of Personnel will post on our web site any Addenda. Before your submission and periodically prior to the RFP closing, vendors are required to check the site for any addenda or other materials that may have been issued affecting the RFP. The web site address is https://das.nh.gov/purchasing/purchasing.aspx D. Restriction of Contact with State Employees From the date of release of this RFP until an award is made and announced regarding the selection of a Bidder, all communication with personnel employed by or under contract with the State regarding this RFP is forbidden unless first approved by the RFP Points of Contact listed in the Proposal Inquiries section, herein. State employees have been directed not to hold conferences and/or discussions concerning this RFP with any vendor during the selection process, unless otherwise authorized by the RFP Points of Contact. E. Validity of Proposal Proposals must be valid for one hundred and eighty (180) days following the deadline for submission of Proposals in Schedule of Events, or until the Effective Date of any resulting Contract, whichever is later. PART IV CONTENT AND REQUIREMENTS FOR A PROPOSAL Proposals shall follow the following format and provide the required information set forth below. Elaborate proposals beyond what is sufficient to present a complete and effective proposal are not desired. A. Transmittal Letter B. Executive Summary Bidder Executive Summary, identifying how the Response satisfies the RFP requirements. The executive summary must include an overview of the bidder’s proposed services, general company operations, a work plan defining how services will be implemented, timeframe to implement service, and functionality, support and training. The bidder must clearly identify their qualifications to meet the requirements defined in the RFP and reveal a clear understanding of the RFP requirements. C. Bidder Qualifications Respond to questions contained in Part II, Sections B.1, B.2. Section B.3, B.4 and Section C (if applicable). Provide full details regarding the following items in support of the bidder’s Experience and ability to provide services. Include: ● Full legal company name; ● Year business started; ● If applicable, information on any parent/subsidiary relationships with any other company or companies; ● State of incorporation; ● Location of headquarters; ● Current number of people employed; ● Details of any litigation your company may be a party to in which an adverse decision might result in a material change in the company’s financial position or future viability; https://das.nh.gov/purchasing/purchasing.aspx Page 17 of 27 Contractor Initials ________ Date ________ ● Presence in the State of New Hampshire; ● Identification of which services are provided via the bidder and those being resold or provided by a subcontractor; ● Sub-contractor including company name, address, contact person and three references for clients they are currently servicing. D. Supplemental Information Provide three (3) references from other states or political subdivisions of similar size and complexity for whom you’ve provided services. Bidder may also furnish such supplemental information as the bidder believes will be valuable to the selection committee in evaluating its qualifications, the qualifications of its personnel, and the merits of its proposal. In this section a bidder may feature those elements of its firm, its personnel, or its proposal which distinguish it from other bidders likely to submit proposals. PART V EVALUATION OF PROPOSALS Criteria for Evaluation and Scoring Each responsive Proposal will be evaluated and considered with regard to the following criteria: The Evaluation Committee will use a scoring scale of 100 points, a maximum of 35 points awarded based on the Price Proposal, a maximum of 20 points awarded for the Bidder Qualifications, a maximum of 35 points awarded for Experience in Providing Similar Services, and a maximum of 10 points award for Supplemental Information. The maximum points that will be awarded are shown in the table below. CATEGORIES POINTS TECHNICAL PROPOSAL with the following potential maximum scores for each Technical Proposal category; Bidder Qualifications Bidder Company and Staff Qualifications (Section B.1, B.2) 20 Technical Requirements Bidder Team Qualifications (Section B.3-B.4.3) Subcontracts (if applicable) (Section C) 35 Supplemental Information References 10 PRICE PROPOSAL with the following potential maximum score; 35 TOTAL POTENTIAL TECHNICAL AND PRICE POINTS 100 The evaluation team will select a Bidder based upon the criteria and standards contained in this RFP and from applying the weighting in this section. Technical scoring will be based on consensus scoring. The Price Proposal scoring will be based on the Total Cost as requested in the “Cost of Proposed Solution” tables located in “Part VIII OFFER” section of this RFP. The selected lowest cost proposal will receive 35 points allocated for the Price Proposal. Financial scores for all other proposals will be calculated using the following equation (scores will be rounded to the nearest whole number): Lowest overall Bidder cost / bidder cost X 35 = Points Assessed Example: Bidder A Total Cost is $25,000.00 Bidder B Total Cost is $27,500.00 Page 18 of 27 Contractor Initials ________ Date ________ Bidder A: $25,000 / $25,000 X 35 = 35 Points Assessed to Bidder A Bidder B: $25,000 / $27,500 X 40 = 32 Points Assessed to Bidder B B. Award The award shall be made to the responsive Bidder(s) meeting the criteria established in this RFP and providing the highest Evaluation Process score. It is the intent of the State to award multiple contracts. The State reserves the right to reject any or all proposals or any part thereof. If an award is made, it shall be in the form of a State of New Hampshire Contract. If the State, determines to make an award, the State will issue an “intent to negotiate” notice to the selected Bidder based on these evaluations. Should the State be unable to reach agreement with the selected Bidder during Contract discussions, the State may then undertake Contract discussions with the second highest scoring Bidder and so on, or the State may reject all proposals, cancel this RFP, or solicit new Proposals under a new acquisition process. PART VI TERMS AND CONDITIONS RELATED TO THE RFP PROCESS A. RFP Addendum The State reserves the right to amend this RFP at its discretion, prior to the Proposal submission deadline. In the event of an addendum to this RFP, the State, at its sole discretion, may extend the Proposal submission deadline, as it deems appropriate. B. Non-Collusion The Bidder’s signature on a Proposal submitted in response to this RFP guarantees that the prices, terms and conditions, and Work quoted have been established without collusion with other Contractors and without effort to preclude the State from obtaining the best possible competitive Proposal. C. Property of the State All material received in response to this RFP shall become the property of the State and will not be returned to the Bidder. Upon Contract award, the State reserves the right to use any information presented in any Proposal. D. Confidentiality of a Proposal Unless necessary for the approval of a contract, the substance of a proposal must remain confidential until the Effective Date of any Contract resulting from this RFP. A Bidder’s disclosure or distribution of Proposals other than to the Bureau of Purchase and Property will be grounds for disqualification. E. Public Disclosure Generally, the full contents of any bid or proposal (including all materials submitted in connection with it, such as attachments, exhibits, addenda, and bidder presentations) become public information upon completion of final contract or purchase order negotiations with the selected vendor. Certain information concerning bids or proposals, including but not limited to pricing or scoring, is generally available to the public even before this time, in accordance with the provisions of NH RSA 21-G: 37. Information submitted in response to this RFP is subject to public disclosure under the Right-to-Know law after the award of a contract by G&C. Therefore, any and all information contained in or connected to a bid or proposal that a bidder considers confidential shall be clearly designated in the following manner: Page 19 of 27 Contractor Initials ________ Date ________ If the bidder considers any portion of a submission confidential, they shall provide a separate copy of the full and complete document, fully redacting those portions by blacking them out and shall note on the applicable page or pages of the document that the redacted portion or portions are “confidential.” Use of any other term or method, such as stating that a document or portion thereof is “proprietary”, “not for public use”, or “for client’s use only”, is not acceptable. In addition to providing an additional fully redacted copy of the bid submission to the person listed as the point of contact on Page one (1) of this document, the identified information considered to be confidential must be accompanied by a separate letter stating the rationale for each item designated as confidential. In other words, the letter must specifically state why and under what legal authority each redaction has been made. Submissions which do not conform to these instructions by failing to include a redacted copy (if required), by failing to include a letter specifying the rationale for each redaction, by failing to designate redactions in the manner required by these instructions, or by including redactions which are contrary to these instructions or operative law may be rejected by the State as not conforming to the requirements of the bid or proposal. The State will generally assume that a bid or proposal submitted without an additional redacted copy contains no information which the bidder deems confidential. Bids and proposals which contain no redactions, as well as redacted versions of submissions that have been accepted by the State, may be released to the public, including by means of posting on State web sites. The State shall have no obligation to maintain the confidentiality of any portion of a bid, proposal or related material, which is not marked in accordance with the foregoing provisions. It is specifically understood and agreed that the bidder waives any claim of confidentiality as to any portion of a response to this RFB or RFP that is not marked as indicated above, and that unmarked (or improperly marked) submissions may be disseminated to any person, without limitation. Marking an entire bid, proposal, attachment or full sections thereof confidential without taking into consideration the public’s right to know shall neither be accepted nor honored by the State. Notwithstanding any provision of this request for submission to the contrary, proposed pricing shall be subject to public disclosure REGARDLESS of whether or not marked as confidential. Notwithstanding a Vendor’s designations, the State is obligated under the Right-to-Know law to conduct an independent analysis of the confidentiality of the information submitted in a proposal. If a request is made to the State by any person or entity to view or receive copies of any portion of the proposal, the State shall first assess what information it is obligated to release. The State will then notify you that a request has been made, indicate what, if any, information the State has assessed is confidential and will not be released, and specify the planned release date of the remaining portions of the proposal. To halt the release of information by the State, a Vendor must initiate and provide to the State, prior to the date specified in the notice, a court action in the Superior Court of the State of New Hampshire, at its sole expense, seeking to enjoin the release of the requested information. By submitting a proposal, Vendors acknowledge and agree that: • The State may disclose any and all portions of the proposal or related materials which are not marked as confidential and/or which have not been specifically explained in the letter to the person identified as the point of contact for this RFP; • The State is not obligated to comply with a Vendor’s designations regarding confidentiality and must conduct an independent analysis to assess the confidentiality of the information submitted in your proposal; and • The State may, unless otherwise prohibited by court order, release the information on the date specified in the notice described above without any liability to a Vendor. Page 20 of 27 Contractor Initials ________ Date ________ RSA 91-A obligates disclosure of contracts resulting from responses to RFPs. As such, the Secretary of State provides to the public any document submitted to G&C for approval, and posts those documents, including the contract, on its website. Further, RSA 9-F:1 requires that contracts stemming from RFPs be posted online. By submitting a proposal, Vendors acknowledge and agree that, in accordance with the above mentioned statutes and policies, (and regardless of whether any specific request is made to view any document relating to this RFP), any contract resulting from this RFP that is submitted to G&C for approval will be made accessible to the public online via the State’s website. F. Non-Commitment Notwithstanding any other provision of this RFP, this RFP does not commit the Bureau of Purchase and Property to award a Contract. The State reserves the right, at its sole discretion, to reject any and all Proposals, or any portions thereof, at any time; to cancel this RFP; and to solicit new Proposals under a new acquisition process. G. Proposal Preparation Cost By submitting a Proposal, a Bidder agrees that in no event shall the State be either responsible for or held liable for any costs incurred by a Bidder in the preparation of or in connection with the Proposal, or for Work performed prior to the Effective Date of a resulting Contract. H. Ethical Requirements From the time this RFP is published until a contract is awarded, no bidder shall offer or give, directly or indirectly, any gift, expense reimbursement, or honorarium, as defined by RSA 15-B, to any elected official, public official, public employee, constitutional official, or family member of any such official or employee who will or has selected, evaluated, or awarded an RFP, or similar submission. Any bidder that violates RSA 21-G:38 shall be subject to prosecution for an offense under RSA 640:2. Any bidder who has been convicted of an offense based on conduct in violation of this section, which has not been annulled, or who is subject to a pending criminal charge for such an offense, shall be disqualified from bidding on the RFP, or similar request for submission and every such bidder shall be disqualified from bidding on any RFP or similar request for submission issued by any State agency. A bidder that was disqualified under this section because of a pending criminal charge which is subsequently dismissed, results in an acquittal, or is annulled, may notify the department of administrative services, which shall note that information on the list maintained on the State’s internal intranet system, except in the case of annulment, the information, shall be deleted from the list. PART VII CONTRACT TERMS AND AWARD A. Non-Exclusive Contract Any resulting Contract from this RFP will be a non-exclusive Contract. The State reserves the right, at its discretion, to retain other contractors to provide any of the Services or Deliverables identified under this procurement or future RFQ/SOW or make an award by item, part or portion of an item, group of items, or total Proposal. The award of the Contract under this procurement does not guarantee award of any future RFQ/SOW. B. Award If the State decides to award a contract as a result of this RFP process, any award is contingent upon approval of the Contract by Governor and Executive Council of the State of New Hampshire. C. Standard Contract Terms Page 21 of 27 Contractor Initials ________ Date ________ The State will require the successful bidder to execute a Not to Exceed Contract using the Standard Terms and Conditions of the State of New Hampshire which is attached as Appendix A. To the extent that a Bidder believes that exceptions to the standard form contract will be necessary for the vendor to enter into the Agreement, the Bidder should note those issues during the Bidder inquiry period. The State will review requested exceptions and accept, reject or note that it is open to negotiation of the proposed exception at its sole discretion. If the State accepts a Bidder’s exception the State will, at the conclusion of the inquiry period, provide notice to all potential bidders of the change to the P-37 and indicate that change is available to all potential bidders. Any exceptions to the standard form contract that are not raised during the vendor inquiry period are waived. In no event is a Bidder to submit its own standard contract terms and conditions as a replacement for the State’s terms in response to this solicitation. IF AWARDED A CONTRACT, The Vendor must complete the following sections of the attached Agreement State of New Hampshire Form #P-37; Section 1.3 Contractor(s) Name Section 1.4 Contractor(s) Address Section 1.11 Contractor(s) Signature Section 1.12 Name & Title of Contractor(s) Signor • Provide certificate of insurance with the minimum limits required as described below. • Provide certificate of workers’ compensation. • Provide a certificate of good standing from the NH Secretary of State or proof of your completion of and payment for the start of the registration process. CERTIFICATE OF INSURANCE: Bidders awarded a contract(s) shall be required to submit proof of Comprehensive General Liability prior to performing any services for the State. The coverage shall comprehensive include general liability insurance against all claims of bodily injury, death or property damage, in amounts of not less than $1,000,000 per occurrence and $2,000,000 aggregate. CONTRACT(S) TERM: The term of the contract shall commence upon approval of the Governor and Executive Council through December 31, 2023, a period of approximately three (3) years. The contract may be extended for two (2) additional one-year extensions thereafter under the same terms, conditions and pricing structure upon the mutual agreement between the successful Vendor and the State with the approval of the Governor and Executive Council. The maximum term of the contract (including extensions) shall not exceed five (5) years. TERMINATION: The State of New Hampshire shall have the right to terminate the contract at any time by giving the successful Bidder a thirty (30) day written notice. VENDOR CERTIFICATIONS: All Vendors must be duly registered as a vendor authorized to conduct business in the State of New Hampshire. • STATE OF NEW HAMPSHIRE VENDOR APPLICATION: Prior to award, Vendors must have a completed Vendor Application Package on file with the NH Bureau of Purchase and Property. See the following website for information on obtaining and filing the required forms (no fee: https://DAS.NH.Gov/Purchasing • NEW HAMPSHIRE SECRETARY OF STATE REGISTRATION: An award, in the form of a contract(s), will ONLY be awarded to a Vendor who is registered to do business AND in good standing with the State of New Hampshire. Please visit the following website to find out more about the requirements for registration with the NH Secretary of State: https://www.sos.nh.gov/corporate. https://das.nh.gov/Purchasing https://www.sos.nh.gov/corporate Page 22 of 27 Contractor Initials ________ Date ________ • CONFIDENTIALITY & CRIMINAL RECORD: If required by the using agency, the Vendor will have signed by each of its employees or its approved sub-contractor(s), if any, working in the office or externally with the State of New Hampshire records a Confidentiality form and Criminal Record Authorization Form. These forms shall be returned to the individual using agency prior to the start of any work. TERMS OF PAYMENT: Payment shall be paid in full within thirty (30) days after receipt of invoice and acceptance to the State’s satisfaction. PAYMENT: Payment method (ACH). Payments shall be made via ACH. Use the following link to enroll with the State Treasury for ACH payments: https://www.nh.gov/treasury/state-vendors/index.htm NOTIFICATION AND AWARD OF CONTRACT(S): Proposal results will not be given by telephone. On the date of proposal closing, only the number of bidders submitting responses will be made public. Specific response information will not be given out. Proposal results (bidder names and rank or scores) will be made public five days prior to submission to Governor and Council for final approval of the contract(s). Proposal results may be viewed on our website at: https://das.nh.gov/Purchasing/vendorresources.asp when they become public. PART VIII OFFER Bidder hereby offers to perform the services to the State of New Hampshire as specified at the prices quoted below, in complete accordance with general and detailed specifications included herewith. VENDOR PROPOSED POSITION RATES PRICING TABLE The below cost table shall be used for the financial scoring of this RFP. Use the below cost table to indicate the proposed not-to-exceed hourly cost associated with the corresponding position. The State will evaluate cost based upon the aggregate of rates provided. POSITION Year 1 Year 2 Year 3 Hourly Rate Hourly Rate Hourly Rate PROJECT MANAGER M365&CS BUSINESS ANALYST MICROSOFT/OFFICE 365 GLOBAL ADMINISTRATOR COMPLIANCE ADMINISTRATOR EXCHANGE ADMINISTRATOR GROUPS ADMINISTRATOR SHAREPOINT ADMINISTRATOR DYNAMICS 365 ADMIN ISTRATOR TEAMS ADMINISTRATOR MICROSOFT TECHNICAL ARCHITECT MICROSOFT LEAD PLATFORM DEVELOPERS Hourly Rate Total for each year Total Amount of Hourly Rates https://www.nh.gov/treasury/state-vendors/index.htm https://das.nh.gov/Purchasing/vendorresources.asp Page 23 of 27 Contractor Initials ________ Date ________ $ BIDDER CONTACT INFORMATION: Please provide contact information below for a person knowledgeable of and who can answer questions regarding, this bid response. ____________________________________ _______________________ __________________________ Contact Person Local Telephone Number Toll Free Telephone Number _________________________ ________________________ ___________________________________ E-mail Address Company Website DUNS # __________________________________________ __________________________________________________ Bidder Company Name Bidder Address Note: To be considered, proposal must be signed and notarized on front cover sheet in the space provided. Page 24 of 27 Contractor Initials ________ Date ________ SAMPLE FORM TO BE COMPLETED UPON AWARD FORM NUMBER P-37 (version 11/7/2019) AGREEMENT The State of New Hampshire and the Contractor hereby mutually agree as follows: GENERAL PROVISIONS 1. IDENTIFICATION. 1.1 State Agency Name 1.2 State Agency Address 1.3 Contractor Name 1.4 Contractor Address 1.5 Contractor Phone Number 1.6 Account Number 1.7 Completion Date 1.8 Price Limitation 1.9 Contracting Officer for State Agency 1.10 State Agency Telephone Number 1.11 Contractor Signature Date: 1.12 Name and Title of Contractor Signatory 1.13 State Agency Signature Date: 1.14 Name and Title of State Agency Signatory 1.15 Approval by the N.H. Department of Administration, Division of Personnel (if applicable) By: Director, On: 1.16 Approval by the Attorney General (Form, Substance and Execution) (if applicable) By: On: 1.17 Approval by the Governor and Executive Council (if applicable) G&C Item number: G&C Meeting Date: Notice: This agreement and all of its attachments shall become public upon submission to Governor and Executive Council for approval. Any information that is private, confidential or proprietary must be clearly identified to the agency and agreed to in writing prior to signing the contract. Page 25 of 27 Revised: 1/18/19 LMR 2. SERVICES TO BE PERFORMED. The State of New Hampshire, acting through the agency identified in block 1.1 (“State”), engages contractor identified in block 1.3 (“Contractor”) to perform, and the Contractor shall perform, the work or sale of goods, or both, identified and more particularly described in the attached EXHIBIT B which is incorporated herein by reference (“Services”). 3. EFFECTIVE DATE/COMPLETION OF SERVICES. 3.1 Notwithstanding any provision of this Agreement to the contrary, and subject to the approval of the Governor and Executive Council of the State of New Hampshire, if applicable, this Agreement, and all obligations of the parties hereunder, shall become effective on the date the Governor and Executive Council approve this Agreement as indicated in block 1.18, unless no such approval is required, in which case the Agreement shall become effective on the date the Agreement is signed by the State Agency as shown in block 1.14 (“Effective Date”). 3.2 If the Contractor commences the Services prior to the Effective Date, all Services performed by the Contractor prior to the Effective Date shall be performed at the sole risk of the Contractor, and in the event that this Agreement does not become effective, the State shall have no liability to the Contractor, including without limitation, any obligation to pay the Contractor for any costs incurred or Services performed. Contractor must complete all Services by the Completion Date specified in block 1.7. 4. CONDITIONAL NATURE OF AGREEMENT. Notwithstanding any provision of this Agreement to the contrary, all obligations of the State hereunder, including, without limitation, the continuance of payments hereunder, are contingent upon the availability and continued appropriation of funds affected by any state or federal legislative or executive action that reduces, eliminates or otherwise modifies the appropriation or availability of funding for this Agreement and the Scope for Services provide in EXHIBIT B, in whole or in part. In no event shall the State be liable for any payments hereunder in excess of such available appropriated funds. In the event of a reduction or termination of appropriated funds, the State shall have the right to withhold payment until such funds become available, if ever, and shall have the right to reduce or terminate the Services under this Agreement immediately upon giving the Contractor notice of such reduction or termination. The State shall not be required to transfer funds from any other account or source to the Account identified in block 1.6 in the event funds in that Account are reduced or unavailable. 5. CONTRACT PRICE/PRICE LIMITATION/ PAYMENT. 5.1 The contract price, method of payment, and terms of payment are identified and more particularly described in EXHIBIT C which is incorporated herein by reference. 5.2 The payment by the State of the contract price shall be the only and the complete reimbursement to the Contractor for all expenses, of whatever nature incurred by the Contractor in the performance hereof, and shall be the only and the complete compensation to the Contractor for the Services. The State shall have no liability to the Contractor other than the contract price. 5.3 The State reserves the right to offset from any amounts otherwise payable to the Contractor under this Agreement those liquidated amounts required or permitted by N.H. RSA 80:7 through RSA 80:7-c or any other provision of law. 5.4 Notwithstanding any provision in this Agreement to the contrary, and notwithstanding unexpected circumstances, in no event shall the total of all payments authorized, or actually made hereunder, exceed the Price Limitation set forth in block 1.8. 6. COMPLIANCE BY CONTRACTOR WITH LAWS AND REGULATIONS/ EQUAL EMPLOYMENT OPPORTUNITY. 6.1 In connection with the performance of the Services, the Contractor shall comply with all applicable statutes, laws, regulations, and orders of federal, state, county or municipal authorities which impose any obligation or duty upon the Contractor, including, but not limited to, civil rights and equal employment opportunity laws. In addition, if this Agreement is funded in any part by monies of the United States, the Contractor shall comply with all federal executive orders, rules, regulations and statutes, and with any rules, regulations and guidelines as the State or the United States issue to implement these regulations. The Contractor shall also comply with all applicable intellectual property laws. 6.2 During the term of this Agreement, the Contractor shall not discriminate against employees or applicants for employment because of race, color, religion, creed, age, sex, handicap, sexual orientation, or national origin and will take affirmative action to prevent such discrimination. 6.3. The Contractor agrees to permit the State or United States access to any of the Contractor’s books, records and accounts for the purpose of ascertaining compliance with all rules, regulations and orders, and the covenants, terms and conditions of this Agreement. 7. PERSONNEL. 7.1 The Contractor shall at its own expense provide all personnel necessary to perform the Services. The Contractor warrants that all personnel engaged in the Services shall be qualified to perform the Services, and shall be properly licensed and otherwise authorized to do so under all applicable laws. 7.2 Unless otherwise authorized in writing, during the term of this Agreement, and for a period of six (6) months after the Completion Date in block 1.7, the Contractor shall not hire, and shall not permit any subcontractor or other person, firm or corporation with whom it is engaged in a combined effort to perform the Services to hire, any person who is a State employee or official, who is materially involved in the procurement, administration or performance of this Agreement. This provision shall survive termination of this Agreement. 7.3 The Contracting Officer specified in block 1.9, or his or her successor, shall be the State’s representative. In the event of any dispute concerning the interpretation of this Agreement, the Contracting Officer’s decision shall be final for the State. 8. EVENT OF DEFAULT/REMEDIES. 8.1 Any one or more of the following acts or omissions of the Contractor shall constitute an event of default hereunder (“Event of Default”): 8.1.1 failure to perform the Services satisfactorily or on schedule; 8.1.2 failure to submit any report required hereunder; and/or 8.1.3 failure to perform any other covenant, term or condition of this Agreement. Page 26 of 27 Revised: 1/18/19 LMR 8.2 Upon the occurrence of any Event of Default, the State may take any one, or more, or all, of the following actions: 8.2.1 give the Contractor a written notice specifying the Event of Default and requiring it to be remedied within, in the absence of a greater or lesser specification of time, thirty (30) days from the date of the notice; and if the Event of Default is not timely cured, terminate this Agreement, effective two (2) days after giving the Contractor notice of termination; 8.2.2 give the Contractor a written notice specifying the Event of Default and suspending all payments to be made under this Agreement and ordering that the portion of the contract price which would otherwise accrue to the Contractor during the period from the date of such notice until such time as the State determines that the Contractor has cured the Event of Default shall never be paid to the Contractor; 8.2.3 give the Contractor a written notice specifying the Event of Default and set off against any other obligations the State may owe to the Contractor any damages the State suffers by reason of any Event of Default; and/or 8.2.4 give the Contractor a written notice specifying the Event of Default, treat the Agreement as breached, terminate the Agreement and pursue any of its remedies at law or in equity, or both. 8.3. No failure by the State to enforce any provisions hereof after any Event of Default shall be deemed a waiver of its rights with regard to that Event of Default, or any subsequent Event of Default. No express failure to enforce any Event of Default shall be deemed a waiver of the right of the State to enforce each and all of the provisions hereof upon any further or other Event of Default on the part of the Contractor. 9. TERMINATION. 9.1 Notwithstanding paragraph 8, the State may, at its sole discretion, terminate the Agreement for any reason, in whole or in part, by thirty (30) days written notice to the Contractor that the State is exercising its option to terminate the Agreement. 9.2 In the event of an early termination of this Agreement for any reason other than the completion of the Services, the Contractor shall, at the State’s discretion, deliver to the Contracting Officer, not later than fifteen (15) days after the date of termination, a report (“Termination Report”) describing in detail all Services performed, and the contract price earned, to and including the date of termination. The form, subject matter, content, and number of copies of the Termination Report shall be identical to those of any Final Report described in the attached EXHIBIT B. In addition, at the State’s discretion, the Contractor shall, within 15 days of notice of early termination, develop and submit to the State a Transition Plan for services under the Agreement. 10. DATA/ACCESS/CONFIDENTIALITY/ PRESERVATION. 10.1 As used in this Agreement, the word “data” shall mean all information and things developed or obtained during the performance of, or acquired or developed by reason of, this Agreement, including, but not limited to, all studies, reports, files, formulae, surveys, maps, charts, sound recordings, video recordings, pictorial reproductions, drawings, analyses, graphic representations, computer programs, computer printouts, notes, letters, memoranda, papers, and documents, all whether finished or unfinished. 10.2 All data and any property which has been received from the State or purchased with funds provided for that purpose under this Agreement, shall be the property of the State, and shall be returned to the State upon demand or upon termination of this Agreement for any reason. 10.3 Confidentiality of data shall be governed by N.H. RSA chapter 91-A or other existing law. Disclosure of data requires prior written approval of the State. 11. CONTRACTOR’S RELATION TO THE STATE. In the performance of this Agreement the Contractor is in all respects an independent contractor, and is neither an agent nor an employee of the State. Neither the Contractor nor any of its officers, employees, agents or members shall have authority to bind the State or receive any benefits, workers’ compensation or other emoluments provided by the State to its employees. 12. ASSIGNMENT/DELEGATION/SUBCONTRACTS. 12.1 The Contractor shall not assign, or otherwise transfer any interest in this Agreement without the prior written notice, which shall be provided to the State at least fifteen (15) days prior to the assignment, and a written consent of the State. For purposes of this paragraph, a Change of Control shall constitute assignment. “Change of Control” means (a) merger, consolidation, or a transaction or series of related transactions in which a third party, together with its affiliates, becomes the direct or indirect owner of fifty percent (50%) or more of the voting shares or similar equity interests, or combined voting power of the Contractor, or (b) the sale of all or substantially all of the assets of the Contractor. 12.2 None of the Services shall be subcontracted by the Contractor without prior written notice and consent of the State. The State is entitled to copies of all subcontracts and assignment agreements and shall not be bound by any provisions contained in a subcontract or an assignment agreement to which it is not a party. 13. INDEMNIFICATION. Unless otherwise exempted by law, the Contractor shall indemnify and hold harmless the State, its officers and employees, from and against any and all claims, liabilities and costs for any personal injury or property damages, patent or copyright infringement, or other claims asserted against the State, its officers or employees, which arise out of (or which may be claimed to arise out of) the acts or omission of the Contractor, or subcontractors, including but not limited to the negligence, reckless or intentional conduct. The State shall not be liable for any costs incurred by the Contractor arising under this paragraph 13. Notwithstanding the foregoing, nothing herein contained shall be deemed to constitute a waiver of the sovereign immunity of the State, which immunity is hereby reserved to the State. This covenant in paragraph 13 shall survive the termination of this Agreement. 14. INSURANCE. 14.1 The Contractor shall, at its sole expense, obtain and continuously maintain in force, and shall require any subcontractor or assignee to obtain and maintain in force, the following insurance: 14.1.1 commercial general liability insurance against all claims of bodily injury, death or property damage, in amounts of not less than $1,000,000 per occurrence and $2,000,000 aggregate or excess; and Page 27 of 27 Revised: 1/18/19 LMR 14.1.2 special cause of loss coverage form covering all property subject to subparagraph 9.2 herein, in an amount not less than 80% of the whole replacement value of the property. 14.2 The policies described in subparagraph 14.1 herein shall be on policy forms and endorsements approved for use in the State of New Hampshire by the N.H. Department of Insurance, and issued by insurers licensed in the State of New Hampshire. 14.3 The Contractor shall furnish to the Contracting Officer identified in block 1.9, or his or her successor, a certificate(s) of insurance for all insurance required under this Agreement. Contractor shall also furnish to the Contracting Officer identified in block 1.9, or his or her successor, certificate(s) of insurance for all renewal(s) of insurance required under this Agreement no later than ten (10) days prior to the expiration date of each insurance policy. The certificate(s) of insurance and any renewals thereof shall be attached and are incorporated herein by reference. 15. WORKERS’ COMPENSATION. 15.1 By signing this agreement, the Contractor agrees, certifies and warrants that the Contractor is in compliance with or exempt from, the requirements of N.H. RSA chapter 281-A (“Workers’ Compensation”). 15.2 To the extent the Contractor is subject to the requirements of N.H. RSA chapter 281-A, Contractor shall maintain, and require any subcontractor or assignee to secure and maintain, payment of Workers’ Compensation in connection with activities which the person proposes to undertake pursuant to this Agreement. The Contractor shall furnish the Contracting Officer identified in block 1.9, or his or her successor, proof of Workers’ Compensation in the manner described in N.H. RSA chapter 281-A and any applicable renewal(s) thereof, which shall be attached and are incorporated herein by reference. The State shall not be responsible for payment of any Workers’ Compensation premiums or for any other claim or benefit for Contractor, or any subcontractor or employee of Contractor, which might arise under applicable State of New Hampshire Workers’ Compensation laws in connection with the performance of the Services under this Agreement. 16. NOTICE. Any notice by a party hereto to the other party shall be deemed to have been duly delivered or given at the time of mailing by certified mail, postage prepaid, in a United States Post Office addressed to the parties at the addresses given in blocks 1.2 and 1.4, herein. 17. AMENDMENT. This Agreement may be amended, waived or discharged only by an instrument in writing signed by the parties hereto and only after approval of such amendment, waiver or discharge by the Governor and Executive Council of the State of New Hampshire unless no such approval is required under the circumstances pursuant to State law, rule or policy. 18. CHOICE OF LAW AND FORUM. This Agreement shall be governed, interpreted and construed in accordance with the laws of the State of New Hampshire, and is binding upon and inures to the benefit of the parties and their respective successors and assigns. The wording used in this Agreement is the wording chosen by the parties to express their mutual intent, and no rule of construction shall be applied against or in favor of any party. Any actions arising out of this Agreement shall be brought and maintained in New Hampshire Superior Court which shall have exclusive jurisdiction thereof. 19. CONFLICTING TERMS. In the event of a conflict between the terms of this P-37 form (as modified in EXHIBIT A) and/or attachments and amendment thereof, the terms of the P-37 (as modified in EXHIBIT A) shall control. 20. THIRD PARTIES. The parties hereto do not intend to benefit any third parties and this Agreement shall not be construed to confer any such benefit. 21. HEADINGS. The headings throughout the Agreement are for reference purposes only, and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this Agreement. 22. SPECIAL PROVISIONS. Additional or modifying provisions set forth in the attached EXHIBIT A are incorporated herein by reference. 23. SEVERABILITY. In the event any of the provisions of this Agreement are held by a court of competent jurisdiction to be contrary to any state or federal law, the remaining provisions of this Agreement will remain in full force and effect. 24. ENTIRE AGREEMENT. This Agreement, which may be executed in a number of counterparts, each of which shall be deemed an original, constitutes the entire agreement and understanding between the parties, and supersedes all prior agreements and understandings with respect to the subject matter hereof. PART I OVERVIEW AND SCHEDULE A. Purpose B. Timeline C. Instructions to Bidders PART II PROPOSED SCOPE OF WORK A. Background A.1 Goals and Objectives for the M365&CS Professional Services contract is to: B. Technical Requirements B.1 Bidder Company and Staff Qualifications (Experience) B.2 Current Use of Bidder-Proposed Solutions B.3. Proposed Bidder Team B.4. Bidder Team Qualifications B.4.1 Program Support Roles B.4.2 Administration Roles | Operations B.4.3 Operational Support Roles | Development C. Subcontractors (Solution) D. Additional Requirements 8) All offers shall remain valid for a period of one hundred eighty (180) days from the RFP due date. A bidder’s disclosure or distribution of an RFP other than to DAS, Division of Personnel may be grounds for disqualification. 9) RFP prices must be in US dollars and must include delivery and all other costs required by this RFP invitation. Special charges, surcharges, processing charges (including credit card transaction fees), delivery charges, or fuel charges of any kind... Per Administrative Rule 606.01(e) “if there is a discrepancy between the unit price and the extension price in a response to an RFP, RFB or RFQ, the unit price shall be binding upon the bidder”. PART III Process for Submitting a Proposal A. Proposal Submission, Deadline, and Location Instructions B. Proposal Inquiries C. Addenda D. Restriction of Contact with State Employees E. Validity of Proposal PART IV Content and Requirements for a Proposal A. Transmittal Letter B. Executive Summary C. Bidder Qualifications D. Supplemental Information PART V Evaluation of Proposals Criteria for Evaluation and Scoring B. Award PART VI Terms and Conditions Related To the RFP Process A. RFP Addendum B. Non-Collusion C. Property of the State D. Confidentiality of a Proposal E. Public Disclosure F. Non-Commitment G. Proposal Preparation Cost H. Ethical Requirements PART VII CONTRACT TERMS AND AWARD A. Non-Exclusive Contract B. Award C. Standard Contract Terms PART VIII OFFER

Department of Administrative Services,25 Capitol Street,Concord,NH 03301Location

Address: Department of Administrative Services,25 Capitol Street,Concord,NH 03301

Country : United StatesState : New Hampshire

You may also like

MICROSOFT AZURE GOVCLOUD SERVICES

Due: 27 Oct, 2026 (in about 2 years)Agency: BUREAU OF THE FISCAL SERVICE

Cloud Solutions (NASPO - Utah)

Due: 15 Sep, 2026 (in about 2 years)Agency: Statewide Contracts

AZURE COMMIT FOR AZURE FILE SERVICES

Due: 30 Apr, 2024 (in 1 month)Agency: ENERGY, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.