IT Professional Technical Services SITE Program T#:14ATM · of applications b. One (1) or more...
Transcript of IT Professional Technical Services SITE Program T#:14ATM · of applications b. One (1) or more...
CPRS#42244-DEED RFO0180
1
Vendors must have an active, approved master contract under the SITE program and be approved in the
category or categories listed in the RFO document in order to respond to and RFO. Vendor is responsible for
reading all addenda associated with the RFO.
IT Professional Technical Services
SITE Program
T#:14ATM Request for Offers (RFO) For Technology Services Issued By
Office of MN.IT Services (“MN.IT”) @ Department of Employment and Economic Development (“DEED”)
Project Title: Enterprise/Solutions Architecture for UI System Modernization
Category: Architecture
Business Need
The Unemployment Insurance (UI) System and Program of the Minnesota Department of Employment and
Economic Development (DEED) are widely recognized nationally as leaders in the management and processing
of UI applicant benefits and employer taxes. The UI Program launched a Java/J2EE web application utilizing a
DB2 database approximately ten years ago. The application is still functioning well and the business design
decisions that were made during its development have proven themselves to be sound and instrumental in
achieving the current level of performance. However, maintenance and enhancement work that has been
performed over the last ten years have exposed opportunities to re-architect some functionality to bring it in
line with contemporary approaches, reduce complexity where possible and to find opportunities to align similar
functionality that was executed separately under single domains. To address these concerns, and to ensure the
continued viability of the UI System well into the future, the UI Program seeks the development of a detailed,
strategic plan that would guide the incremental re-architecting of its current system. The UI Program
understands that the analysis needed to develop this plan is extensive and the full implementation of this plan
would likely take a number of years and may require an iterative approach.
In a joint effort, the UI Program and Minnesota IT Services @ DEED (MNIT@ DEED) are establishing a UI System
Modernization Project for the Unemployment Insurance System/Application that will organize, develop and
implement strategic and tactical efforts that deliver maximum business value to the UI Program.
In support of this key effort, MNIT@DEED seeks a highly experienced Senior-level Enterprise/Solutions Architect
for staff augmentation. Expected to act in a multi-faceted role within Enterprise/Solutions Architecture, the
resource will play an integral role in the definition, launch and execution of a UI System Modernization Project
that delivers upon UI Program and MNIT@DEED goals and objectives.
CPRS#42244-DEED RFO0180
2
Project Deliverables
The scope of duties assigned will include efforts necessary to develop and execute a strategic plan to guide the
incremental re-architecting of the UI system, such as:
1. Lead Project inception; drive the creation of a work plan to define, launch and execute a UI System
Modernization Project that identifies and aligns with the UI Program’s business strategies/priorities. The scope
of the plan must include appropriate planning, analysis, documentation and recommendation/approval efforts
necessary to envision, establish a business case and launch the UI System Modernization Project.
2. Perform Enterprise Architecture, Solution Architecture/Design and Solution/Application Development duties
as assigned to envision, launch and execute the scope of the Modernization Project to drive and deliver business
value.
3. Provide leadership and coach/mentor the team(s) on industry best practices, techniques, standards and
processes. Be a catalyst in continuous improvement toward establishment of processes and best practices
across disciplines such as agile SDLC, enterprise and solutions architecture, application development, QA and
release management.
Project Milestones and Schedule
Anticipated project duration: April 2017 to April 2018.
The State will retain the option to extend the work order in increments determined by the State.
Project Environment
The resource must be highly experienced and capable of acting in a multi-faceted Enterprise/Solutions
Architecture planning, design and delivery role. The ideal candidate will have excellent skills in business
architecture planning, with the ability to facilitate understanding business strategy, set technology direction, and
translate business goals and needs in to effective solution plans, roadmaps and designs. The role includes
inception to execution, beginning with the efforts to gain understanding of the UI business architecture,
capabilities and program objectives and identify the key challenges and opportunities to be addressed through
technology solutions. The resource is also expected to drive analysis, documentation and recommendation /
approval efforts necessary to launch and execute the Modernization Project (with deliverables to include
defined goals, objectives, roadmap, phases, and projects).
This effort is sponsored and funded by the UI Program for the enhancement for business tools used to deliver
program objectives. All goals, milestones and deliverables must be approved by the designee of the UI Program.
The resource will work with senior management in both UI and MNIT@DEED along with project and technical
staff from both UI and MNIT@DEED. Over the course of the engagement, the resource must establish
documentation and presentation of information that ensures that decision makers are well informed of the
alternatives available along with their relative merits from both a short and long term perspective along with the
relative costs where appropriate. The resource must be able to work effectively with both technical and non-
technical decision makers. It is assumed that there are a number of alternative approaches, and a successful
resource will manage the relatively high level of ambiguity that will initially exist during the early stages of this
project.
CPRS#42244-DEED RFO0180
3
At this time, MNIT@DEED has identified the following technology stack which is provided to respondents to
this RFO to give a general direction for the technology that has been or will be explored via this effort,
depending upon identified business needs and the course of the statewide Minnesota IT strategies.
Java Platform, Standard Edition 8
Lightbend Lagom Reactive Microservices Framework
Apache Cassandra Distributed Database Platform
Apache Spark Cluster Computing Platform
Apache Kafka Distributed Streaming Platform
Lightbend Reactive Platform for Production
Docker Software Containerization Platform
SQL Database Management Systems
TypeScript Programming Language
Angular 2 for TypeScript Application Development Framework
Windows Server 2016 Operating System
Red Hat Enterprise Linux Operating System
Red Hat OpenShift Container Platform
Amazon Web Services (AWS) Cloud Infrastructure Provider
Project Requirements
Work will be done at the DEED office at 332 Minnesota St, St. Paul, MN
Resource will adhere to time keeping and budget reporting practices of MNIT@DEED
Work products must comply with the Statewide Enterprise Architecture Standards.
Work products must comply with the State Accessibility Requirements and Guidelines.
Responsibilities Expected of the Selected Vendor
1. Lead and coordinate project inception; identify necessary resources and drive the creation of a work
plan to define, launch and execute a UI System Modernization Project
2. Define and Launch a UI System Modernization Project (Execute “The Plan”)
o Lead the efforts to facilitate understanding business strategy, gain understanding of the UI
business architecture, capabilities and UI Program objectives and identify key challenges and
opportunities to be addressed through technology solutions.
o Conduct Analysis and facilitate establishment of UI System Modernization Project Goals,
Objectives, Roadmap, Phases, Projects and Release Plans, and resource requirements.
o Establish the process for approvals and achieve launch of the Modernization Project
o Work cooperatively and effectively communicate with all levels of the UI Program and
Minnesota IT leadership and staff.
o Lead and drive informed decision-making and issue resolution, often in circumstances of high
ambiguity
o Lead efforts to establish a strategy and employ best practices for organizational change
management
CPRS#42244-DEED RFO0180
4
3. Perform Enterprise Architecture, Solution Architecture and Application Design/Development duties as
assigned over the course of the engagement.
o Facilitate the development of non-functional requirements (technical requirements) balancing
the needs of the UI Program with technical feasibility; explain and negotiate the tradeoffs and
cost/effort and facilitate decisions.
o Partner with the Architecture team on setting technology direction and release planning.
o Champion and gain buy in from the technical leads and development teams for strategic
technology direction and standards.
o Work with the team to validate the consistency of a solution design with the strategic
technology direction and standards
o Work with the team to identify buy vs. build opportunities and evaluate candidate package
solutions where appropriate
o Work with the team to create and demonstrate solutions to meet the needs, conduct solution
evaluations, Proof of Concepts (POCs) and document outcomes.
o Work with architecture and technical leads to ensure performance, availability, scalability,
integrity and usability.
4. Provide leadership and mentoring to the teams in process definition, implementation and
improvements that align to standards and best practices in Architecture, Agile Methodologies and
Application Development, etc.
o Actively drive process improvements and process adoption across the team
o Actively drive common standards, best practices and process improvements across the
development teams.
o Work with PMs, Tech Leads and Developers to ensure solution implementations adhere to all
required standards.
o Mentor technical team members to increase their knowledge, skills and capabilities in the
technical domains as well as process and best practice adoption.
5. Responders awarded work under this solicitation may be precluded from responding to future
solicitations for ongoing work or additional phases.
Mandatory Qualifications (to be scored as pass/fail)
1. Propose an hourly rate at or below vendor’s Maximum Hourly Rate for the Architecture SITE category. 2. Hold a Bachelor’s Degree
a. Documented engagements/projects experience as follows: Three (3) engagements as an enterprise architect.
b. Two (2) engagements as a technical lead c. Two (2) engagements practicing a Domain-Driven Design approach to software development. d. Two (2) engagements working within an Agile/Scrum environment. e. One (1) engagements developing applications with a Microservices architectural style.
f. Three (3) engagements in a role of leading and mentoring a team on solution architecture/strategic
design and development of an application
CPRS#42244-DEED RFO0180
5
3. Documented skills/experience with the following technologies:
a. Five (5) years of experience developing applications with the Java programming language.
b. Three (3) years of experience developing web applications with the JavaScript programming language.
c. Three (3) years of experience with an SQL database management system, i.e. PostgreSQL, SQL Server,
MySQL, Oracle, DB2, etc.
Desired Skills
The ideal candidate for the position would hold these skills at the level listed below. All candidates who meet
the Mandatory Qualifications listed above will be evaluated to the extent they possess the Desired Skills.
1. Hold a Master’s Degree in related field 2. Documented engagements/projects experience as follows:
a. One (1) or more engagement incorporating WCAG accessibility requirements in architecture and design of applications
b. One (1) or more engagements using DevOps practices. c. One (1) or more engagements developing distributed applications deployed in Docker containers. d. One (1) or more engagements deploying production applications on public cloud infrastructure, i.e.
Amazon Web Services (AWS), Google Cloud Platform, Microsoft Azure, etc. e. One (1) or more engagements utilizing Test-Driven Development.
3. Documented skills/experience with the following technologies:
a. Five (5) or more years of Enterprise Architecture experience. b. Two (2) or more years of experience with Java 8 programming language. c. Two (2) or more years of experience with Lightbend Reactive Platform technologies, i.e. Lagom,
ConductR, Play, Akka. d. Two (2) or more years of experience with the AngularJS Application Development Platform e. Two (2) or more years of experience with the TypeScript programming language. f. One (1) or more years of experience with the JavaScript 2015 programming language. g. One (1) or more years of experience with the Apache Cassandra database management system. h. Two (2) or more years of experience with the Command Query Responsibility Segregation (CQRS) and
Event Sourcing domain-driven design patterns. i. Two (2) or more years of experience with Docker distributed containers j. AWS Certified Solutions Architect – Professional or two (2) or more years of hands-on experience
designing available, cost efficient, fault tolerant, and scalable distributed systems on AWS. k. One (1) or more years of experience with a container orchestration platform like Red Hat OpenShift,
Kubernetes and Docker Swarm. l. One (1) or more years of experience with a distributed streaming platform like Apache Kafka. m. One (1) or more years of experience with a cluster computing platform like Apache Spark, Apache
Hadoop or Amazon Elastic MapReduce.
n. One 1) or more years of experience with a NoSQL database management system, i.e. MongoDB, Apache
Cassandra, Couchbase, etc.
CPRS#42244-DEED RFO0180
6
Process Schedule
Process Milestone Due Date
Deadline for Questions 03/08/2017, 2:00 CT PM
Anticipated Posted Response to Question 3/09/2017
Proposals due 03/16/2017, 2:00 CT PM
Anticipated proposal evaluation begins 03/20/2017,
Anticipated proposal evaluation & decision 04/14/2017
Questions
Any questions regarding this Request for Offers should be submitted via e-mail according to the date and time
listed in the process schedule to:
Name: Lynette Podritz Organization: Office of MN.IT Services Email Address: [email protected]
Questions and answers will be posted via an addendum to the RFO on the Office of MN.IT Services website
(http://mn.gov/buyit/14atm/rfo/active.html) according to the process schedule above.
Other persons ARE NOT authorized to discuss this RFO or its requirements with anyone throughout the selection
process and responders should not rely on information obtained from non-authorized individuals. If it is
discovered a Responder contacted other State staff other than the individual above, the responder’s proposal
may be removed from further consideration.
RFO Evaluation Process
Responses that MEET Mandatory Qualifications will be scored as indicated below:
1. Clarity of Response (5%)
(Defined as adherence to requested formats/content specified in Submission Format and Proposal
Submission Instructions sections)
2. Desired Skills (50%)
3. Resource’s response to Questions (15%)
4. Cost (30%)
The State reserves the right to interview any or all proposed resources. In the event interviews are conducted,
Desired Skills scores may be adjusted based on additional information derived during the interview process. The
State further reserves the right to remove a resource from consideration if the resource is unavailable for an
interview as requested by the State.
The State also reserves the right to contact proposed resources’ references and to adjust technical scores based
on additional information derived from the reference checks.
CPRS#42244-DEED RFO0180
7
This Request for Offers does not obligate the state to award a work order or complete the assignment, and
the State reserves the right to cancel the solicitation if it is considered to be in its best interest. The
Organization reserves the right to reject any and all proposals.
Submission Format
The proposal should be assembled in the order below.
Note that items 1-3 are expected in order for each resource submitted, Item 4 is a separate document, and
only one copy of Item 5 is needed.
A vendor is limited to submission of 2 candidates in response to the Request for Offers
1. Cover Page Master Contractor Name Master Contractor Address Contact Name for Master Contractor Contact Name’s direct phone/cell phone Contact Name’s email address Name of Resource submitted
2. Experience, Resume, Response Matrix: a) Provide a resume for the resource, which clearly identifies the Mandatory and Desired
Qualifications held by the resource. If Mandatory (pass/fail) requirements are not met, scoring of the proposal will be discontinued.
b) Copy, insert and complete the Response Matrix (see below) in the proposal. Include the dates and company name/engagement name where the resource has demonstrated the qualification.
RESPONSE MATRIX
Resource Name:
SECTION 1: MANDATORY QUALIFICATIONS:
Provide Dates and Company Name where the resource has demonstrated the qualification
1. Hold a Bachelor’s Degree (BA or BS)
2. Documented engagements/project
experience as follows:
a. Three (3) engagements as an enterprise
architect.
b. Two (2) engagements as a technical lead
c. Two (2) engagements practicing a
Domain-Driven Design approach to
software development.
CPRS#42244-DEED RFO0180
8
RESPONSE MATRIX
d. Two (2) engagements working within an
Agile/Scrum environment.
e. One (1) engagements developing
applications with a Microservices
architectural style.
f. Three (3) engagements in a role of
leading and mentoring a team on
solution architecture/strategic design
and development of an application
3. Documented skills/experience with the
following technologies:
a. Five (5) years of experience developing
applications with the Java programming
language.
b. Three (3) years of experience developing
web applications with the JavaScript
programming language.
c. Three (3) years of experience with an
SQL database management system, i.e.
PostgreSQL, SQL Server, MySQL, Oracle,
DB2, etc.
SECTION 2: DESIRED SKILLS:
Provide Dates and Company Name where the resource has demonstrated the skill
1. Master’s Degree in related field
2. Documented engagements/projects
experience as follows:
a. One (1) or more engagement
incorporating WCAG accessibility
requirements in architecture and design
of applications
b. One (1) or more engagements using
DevOps practices.
c. One (1) or more engagements
developing distributed applications
deployed in Docker containers.
CPRS#42244-DEED RFO0180
9
RESPONSE MATRIX
d. One (1) or more engagements deploying
production applications on public cloud
infrastructure, i.e. Amazon Web Services
(AWS), Google Cloud Platform,
Microsoft Azure, etc.
e. One (1) or more engagements utilizing
Test-Driven Development
3. Documented skills/experience with the
following
a. Five (5) or more years of Enterprise
Architecture experience.
b. Two (2) or more years of experience
with Java 8 programming language.
c. Two (2) or more years of experience
with Lightbend Reactive Platform
technologies, i.e. Lagom, ConductR, Play,
Akka.
d. Two (2) or more years of experience
with the AngularJS Application
Development Platform
e. Two (2) or more years of experience
with the TypeScript programming
language.
f. One (1) or more years of experience
with the JavaScript 2015 programming
language.
g. One (1) or more years of experience
with the Apache Cassandra database
management system.
h. Two (2) or more years of experience
with the Command Query Responsibility
Segregation (CQRS) and Event Sourcing
domain-driven design patterns.
i. Two (2) or more years of experience
with Docker distributed containers
CPRS#42244-DEED RFO0180
10
RESPONSE MATRIX
j. AWS Certified Solutions Architect –
Professional or two (2) or more years of
hands-on experience designing
available, cost efficient, fault tolerant,
and scalable distributed systems on
AWS.
k. One (1) or more years of experience
with a container orchestration platform
like Red Hat OpenShift, Kubernetes and
Docker Swarm.
l. One (1) or more years of experience
with a distributed streaming platform
like Apache Kafka.
m. One (1) or more years of experience
with a cluster computing platform like
Apache Spark, Apache Hadoop or
Amazon Elastic MapReduce.
n. One 1) or more years of experience with
a NoSQL database management system,
i.e. MongoDB, Apache Cassandra,
Couchbase, etc.
3. Resource’s response to Questions and References
a. The proposed resource will author/write a response to each of the following questions, not to
exceed 2 double-spaced typed pages in total.
1. Based on the details from this RFO as well as your experience in this type of position,
what do you feel is the biggest challenge in completing this assignment, and why?
2. How do you plan on addressing this above challenge?
3. Describe the approach you will take to address the organizational change management
needs and develop strong team dynamics on this project.
b. Include the names of two references (one business and one technical) for each of two engagements/projects that the submitted resource worked on. The references should be willing and able to speak to the resources work on a similar enterprise architecture project. Include the company name and city, reference name, indicate whether they are business or technical reference, email, phone number and a brief description of the project.
c. The state reserves the right to conduct interviews with candidates as part of the selection
process. In the event interviews are conducted, Qualifications scores may be adjusted based on
CPRS#42244-DEED RFO0180
11
additional information derived during the interview process. The vendor will be contacted to
arrange a mutually agreed upon interview date and time, at the DEED First National Bank St.
Paul, MN office should this be necessary.
4. Cost Proposal Include a separate document labeled “Cost Proposal” which includes the name(s) of the resource being submitted and their corresponding proposed hourly rate. If submitting 2 resources, the names and costs can be included on one separate document.
5. Additional Statement and forms: a. Conflict of interest statement as it relates to this project b. Affirmative Action Certificate of Compliance (required if vendor proposal exceeds $100,000,
including extension options) c. Equal Pay Certificate (required if vendor proposal exceeds $500,000, including extension
options) d. Affidavit of non-collusion e. Certification Regarding Lobbying (required if vendor proposal exceeds $100,000, including
extension options)
The STATE reserves the right to determine if further information is needed to better understand the information
presented. This may include a request for a presentation.
Proposal Submission Instructions
Vendor is limited to submission of 2 candidates in response to the Request for Offers
Response Information: The resume and required forms must be transmitted via e-mail to:
o Lynette Podritz, email address [email protected]
o Email subject line must read: Company Name, RFO0180, Project Title: Enterprise/Solutions Architecture for UI System Modernization
Submissions are due according to the process schedule previously listed.
All responses are time and date stamped by the State’s email system when they are received.
Responses received after Proposals Due Date above will not be considered. The State shall not be
responsible for any errors or delays caused by technology-related issues, even if they are caused by the
State.
Vendor must copy [email protected] on any responses submitted for this RFO. Vendors that do
not intend to submit a proposal must send an email notification of a no-bid on the request to
[email protected]. Failure to do either of these tasks will count against your program activity and
may result in removal from the program.
General Requirements
Proposal Contents
By submission of a proposal, Responder warrants that the information provided is true, correct and reliable for
purposes of evaluation for potential award of this work order. The submission of inaccurate or misleading
CPRS#42244-DEED RFO0180
12
information may be grounds for disqualification from the award as well as subject the responder to suspension
or debarment proceedings as well as other remedies available by law.
Indemnification
In the performance of this contract by Contractor, or Contractor’s agents or employees, the contractor must
indemnify, save, and hold harmless the State, its agents, and employees, from any claims or causes of action,
including attorney’s fees incurred by the state, to the extent caused by Contractor’s:
1) Intentional, willful, or negligent acts or omissions; or
2) Actions that give rise to strict liability; or
3) Breach of contract or warranty.
The indemnification obligations of this section do not apply in the event the claim or cause of action is the result
of the State’s sole negligence. This clause will not be construed to bar any legal remedies the Contractor may
have for the State’s failure to fulfill its obligation under this contract.
Disposition of Responses
All materials submitted in response to this RFO will become property of the State and will become public record
in accordance with Minnesota Statutes, section 13.591, after the evaluation process is completed. Pursuant to
the statute, completion of the evaluation process occurs when the government entity has completed
negotiating the contract with the selected vendor. If the Responder submits information in response to this RFO
that it believes to be trade secret materials, as defined by the Minnesota Government Data Practices Act, Minn.
Stat. § 13.37, the Responder must: clearly mark all trade secret materials in its response at the time the
response is submitted, include a statement with its response justifying the trade secret designation for each
item, and defend any action seeking release of the materials it believes to be trade secret, and indemnify and
hold harmless the State, its agents and employees, from any judgments or damages awarded against the State
in favor of the party requesting the materials, and any and all costs connected with that defense. This
indemnification survives the State’s award of a contract. In submitting a response to this RFO, the Responder
agrees that this indemnification survives as long as the trade secret materials are in possession of the State.
The State will not consider the prices submitted by the Responder to be proprietary or trade secret materials.
Conflicts of Interest
Responder must provide a list of all entities with which it has relationships that create, or appear to create, a
conflict of interest with the work that is contemplated in this request for proposals. The list should indicate the
name of the entity, the relationship, and a discussion of the conflict.
The responder warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there
are no relevant facts or circumstances which could give rise to organizational conflicts of interest. An
organizational conflict of interest exists when, because of existing or planned activities or because of
relationships with other persons, a vendor is unable or potentially unable to render impartial assistance or
advice to the State, or the vendor’s objectivity in performing the contract work is or might be otherwise
impaired, or the vendor has an unfair competitive advantage. The responder agrees that, if after award, an
organizational conflict of interest is discovered, an immediate and full disclosure in writing must be made to the
CPRS#42244-DEED RFO0180
13
Assistant Director of the Department of Administration’s Office of State Procurement (“OSP”) which must
include a description of the action which the contractor has taken or proposes to take to avoid or mitigate such
conflicts. If an organization conflict of interest is determined to exist, the State may, at its discretion, cancel the
contract. In the event the responder was aware of an organizational conflict of interest prior to the award of the
contract and did not disclose the conflict to OSP, the State may terminate the contract for default. The
provisions of this clause must be included in all subcontracts for work to be performed similar to the service
provided by the prime contractor, and the terms “contract,” “contractor,” and “contracting officer” modified
appropriately to preserve the State’s rights.
IT Accessibility Standards
All documents and other work products delivered by the vendor must be accessible in order to conform with the
State Accessibility Standard. Information about the Standard can be found at:
http://mn.gov/mnit/programs/policies/accessibility/.
Preference to Targeted Group and Economically Disadvantaged Business and Individuals
In accordance with Minnesota Rules, part 1230.1810, subpart B and Minnesota Rules, part 1230.1830, certified
Targeted Group Businesses and individuals submitting proposals as prime contractors will receive a six percent
preference in the evaluation of their proposal, and certified Economically Disadvantaged Businesses and
individuals submitting proposals as prime contractors will receive a six percent preference in the evaluation of
their proposal. Eligible TG businesses must be currently certified by the Office of State Procurement prior to the
solicitation opening date and time. For information regarding certification, contact the Office of State
Procurement Helpline at 651.296.2600, or you may reach the Helpline by email at [email protected].
For TTY/TDD communications, contact the Helpline through the Minnesota Relay Services at 1.800.627.3529.
Veteran-Owned Small Business Preference
Unless a greater preference is applicable and allowed by law, in accordance with Minn. Stat. § 16C.16, subd. 6a,
the Commissioner of Administration will award a 6% preference in the amount bid on state procurement to
certified small businesses that are majority owned and operated by veterans.
A small business qualifies for the veteran-owned preference when it meets one of the following requirements.
1) The business has been certified by the Department of Administration/Office of State Procurement as being a
veteran-owned or service-disabled veteran-owned small business. 2) The principal place of business is in
Minnesota AND the United States Department of Veterans Affairs verifies the business as being a veteran-
owned or service-disabled veteran-owned small business under Public Law 109-461 and Code of Federal
Regulations, title 38, part 74 (Supported By Documentation). See Minn. Stat. § 16C.19(d).
Statutory requirements and certification must be met by the solicitation response due date and time to be
awarded the preference.
Foreign Outsourcing of Work Prohibited
All services under this contract shall be performed within the borders of the United States. All storage and
processing of information shall be performed within the borders of the United States. This provision also applies
to work performed by subcontractors at all tiers.
CPRS#42244-DEED RFO0180
14
Work Force Certification
For all contracts estimated to be in excess of $100,000, responders are required to complete the Affirmative
Action Certificate of Compliance and return it with the response. As required by Minnesota Rule 5000.3600, “It
is hereby agreed between the parties that Minnesota Statute § 363A.36 and Minnesota Rule 5000.3400 -
5000.3600 are incorporated into any contract between these parties based upon this specification or any
modification of it. A copy of Minnesota Statute § 363A.36 and Minnesota Rule 5000.3400 - 5000.3600 are
available upon request from the contracting agency.”
Equal Pay Certification
If the Response to this solicitation could be in excess of $500,000, the Responder must obtain an Equal Pay
Certificate from the Minnesota Department of Human Rights (MDHR) or claim an exemption prior to contract
execution. A responder is exempt if it has not employed more than 40 full-time employees on any single
working day in one state during the previous 12 months. Please contact MDHR with questions at: 651-539-1095
(metro), 1-800-657-3704 (toll free), 711 or 1-800-627-3529 (MN Relay) or at [email protected].