Post on 23-Dec-2015
Document Generation Solution for Child Support Bureau
Pre-Proposal Information SessionOctober 24, 2011
9:30AMFrank Poole, Indiana Department of
Administration
Agenda• General Information• Proposal Preparation• Proposal Evaluation• Key Dates• Minority and Women’s Business Enterprises• Purpose of RFP• Goals of Project• Scope of Work• Contract Terms• Cost Proposal Workbook• Response Form• Question and Answer Session
General Information• Sign-In Sheet for Attendees• Sign-In Sheet and PowerPoint will be
posted on State’s Solicitation Website• Hold questions until the end of the
presentation– Any verbal response is not considered binding;
respondents are encouraged to submit any question formally in writing if it affects the proposal that will be submitted to the state.
Proposal PreparationAttachment C, Indiana Economic Impact
Definition of FTE (Full-Time Equivalent)
Example: If a Respondent has 5 full time employees and is
bidding on its 5th contract, and all contracts get an equal amount
of commitment from the employees then each employee commits
20% of his or her time to the new contract:
0.2 x 5 employees= 1 FTE.
Attachment E, RFP Response Form
Attachment F, Cost Proposal Workbook
Pricing shall be all inclusive of any costs associated with the response to the technical proposal.
Proposal Evaluation
Summary of Evaluation Criteria:
1. Adherence to Minimum Requirements – Pass/Fail
2. Management Assessment/Quality (Business & Technical)– 35 points
3. Cost (Cost Proposal)– 20 points (5 bonus points are available if certain criteria is met)
4. Indiana Economic Impact– 15 points
5. Buy Indiana– 10 points
6. Minority (10) and Women Business (10) – Subcontractor Commitment 20 points
(5 bonus points are available if certain criteria is met)
* 100 Total Points (107 if bonus awarded)
Evaluation CriteriaManagement Assessment/Quality (Business & Technical)
Points based on evaluation of the response to 2.3 Business Proposal, 2.4 Technical
Proposal, and Appendixes A, B, C.
Minimum Points allotted Represents:
• Respondent has not addressed any of the requirements/deliverables and/or has provided
a response that is limited in scope, vague, or incomplete. Response did not provide a
description of how the CSB's needs would be met.
Maximum Points allotted Represents:
• Respondent has agreed to comply with the requirements/deliverables and provided a clear
and compelling description of how each requirement/deliverable would be met, with
relevant and supporting materials.
• Respondent's proposed approach frequently goes above and beyond the minimum
requirements and indicates superior ability to serve the needs of the CSB.
Price will be measured against the State’s baseline cost for this scope of work. The cost that the State is currently paying or its best estimate will constitute the baseline cost. The baseline established for this RFP is $3,250,000. Cost scoring points will be assigned as follows:
Respondents who meet the State’s current baseline cost will receive zero (0) cost points.
Respondents who propose a decrease to the State’s current costs will receive positive points at the same rate as bid increasing cost.
Respondents who propose an increase to the State’s current cost will receive negative points at the same rate as bid lowering cost.
Respondents who propose a 10% decrease to the State’s current baseline cost will receive all of the available cost points.
If multiple Respondents decrease costs below 10% of the current baseline, an additional 5 points will be added to the Respondent proposing the lowest cost to the State.
Evaluation Criteria
Key DatesActivity Date
Issue of RFP October 17, 2011
Pre-Proposal Conference October 24, 2011
Deadline to Submit Written Questions October 28, 2011
Response to Written Questions/RFP AmendmentsNovember 4, 2011
Submission of ProposalsNovember 28, 2011
The dates for the following activities are target dates only. These activities may be completed earlier or later than the date shown.
Proposal evaluation December 13, 2011
Proposal Discussions/Clarifications (if necessary) December 15 - 16, 2011
Oral Presentations (if necessary) December 19 - 20, 2011
Best and Final Offers (if necessary) December 29 - 30, 2011
Contract Award January 5, 2011
Minority and Women’s Business Enterprises
Charles Hill, M/WBE Division• chahill@idoa.in.gov Phone: 317-233-0545
• Complete Attachment A, M/WBE Form– Include sub-contractor letters of commitment
• Goals for Proposal– 8% Minority Business Enterprise– 8% Women’s Business Enterprise
Minority and Women’s Business Enterprises
Prime Contractors must ensure that the proposed subcontractors meet the following criteria:• Must be listed on the IDOA Directory of Certified Firms• Each firm may only serve as one classification – MBE or WBE• A Prime Contractor who is an MBE or WBE must meet subcontractor goals by using other listed certified firms. Certified Prime Contractors cannot count their own workforce or companies to meet this requirement.• Must serve a commercially useful function. The firm must serve a value-added purpose on the engagement.• Must provide goods or service only in the industry area for which it is certified as listed in the directory at http://www.in.gov/idoa/2352.htm • Must be used to provide the goods or services specific to the contract• National Corporate Diversity Plans are generally not acceptable
Purpose of the RFP
The purpose of this RFP is to select a vendor that can satisfy the Child Support Bureau’s (CSB) need for a Document Generation COTS Solution and the associated Services for implementation and roll out of the solution.
It is the intent of CSB to contract with a vendor that provides quality products and services, as it pertains to the Document Generation Solution, in the areas of:
• Product architecture & platform verification, • Product Installation & Configuration, • Project Management including all phases of System Life Cycle Deliverables, • Product capabilities of Document Design, • Document Workflow, • Business Rule creation with Source Data Integration, and• Integration with other products.
Goals of Project• Leverage new technologies to provide State and county workers with a
more robust and efficient way to generate documents, forms and use templates.
• Provide better tools for State Child Support Bureau stakeholders to improve program performance, enhance communication, and increase efficiency.
• Improve overall performance metrics and increase federal incentive funding.
• Integrate in the future with a Document Management System and the overall INvest architecture.
• Implement the Document Generation Solution to all 92 counties within a 1 year timeframe.
Scope of Work
The Indiana Child Support Bureau has identified three core work product deliverables as the Scope of Work (SOW):
A. Project Management and SDLC Deliverables
B. Product Installation Services
C. Core Product Capabilities of the proposed Document Generation COTS Solution along with the architecture and platform considerations
Attachment D – Business Requirements
Contract Terms
The State intends to sign a contract with one or more Respondent(s) to fulfill the requirements in this RFP.
The term of the fixed price Service contract shall be for a period of 1 year from the date of contract execution. There may be up to two (2) 6 month extensions for a total of 2 years at the State’s option. Additional extensions would be addressed through Statements of Work for agreed upon additional scope.
The term of the Ongoing Maintenance contract with the Tool Vendor would start after the implementation of the solution and the expiration of the 60 day Maintenance and Warranty Agreement. The Maintenance period would cover years 2-5 for a total of 4 years.
Response Form(Attachment E)
The following should be filled out in the RFP Response Form and submitted back to the State of Indiana. :
Voluntary Product Accessibility Template (VPAT) or Assistive Technology Compliance Evaluation Form,
Transmittal Letter,Business Proposal,Technical Project Approach Proposal, Cost Proposal Workbook, andAppendixes (A, B, C).
This will confirm the Respondent provided back all items requested for this RFP.
Additional Information
IDOA PROCUREMENT LINKS AND NUMBERShttp://www.in.gov/idoa/2354.htm
1-877-77BUYIN (8946) For Vendor Registration Questionshttp://www.in.gov/idoa/2464.htm
For Inquiries Regarding Substantial Indiana Economic ImpactA. Secretary of State of Indiana:
Can be reached at (317) 232-6576 for registration assistance. www.in.gov/sosB. Indiana Economic Impact Form:
Online version available at http://www.in.gov/idoa/2354.htm C. Minority and Women’s Business Enterprise:
http://www.in.gov/idoa/2352.htm for more information www.in.gov/idoa/2467.htm for table of IDOA certified MBEs and WBEs.
D. RFP posting and updates:Go to http://www.in.gov/idoa/2354.htm (select “State of Indiana Opportunities” link) Drag through table until you find desired RFP/RFI number on left-hand side and click the link.
E. www.in.gov/iot/2394.htm Information Technology (IT) Standards and Policies