You are on page 1of 128

REQUEST FOR PROPOSAL

No. C5611387
For
DATA COLLECTION ANALYSIS, AND OUTCOMES (DCAO)
Release Date: January 25, 2024

Issued by:
State of California
California Department of Corrections and Rehabilitation
1940 Birkmont Drive
Rancho Cordova, CA 95742

Part 1 of the solicitation contains the bidder and bidding instructions, proposal form instructions,
solution requirements and instructions, and all other instructional/compliance information that
the bidder must meet in order to be considered responsive and responsible to the solicitation.
Part 2 of the solicitation contains all forms a bidder must complete and return with its Final
Proposal, including the Statement of Work (SOW), administrative forms, qualification forms,
requirement responses, and all exhibits/attachments discussed in Part 1.
Disclaimer: The original version and any subsequent solicitation addenda released by the
Procurement Officer of this solicitation remain the official version. In the event of any
inconsistency between the bidder’s versions, articles, attachments, specifications, or
provisions (which constitute the Contract), the official State version of the solicitation in its
entirety shall take precedence.
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation
Part 1– Bidder Instructions

Table of Contents
PART 1 – BIDDER INSTRUCTIONS..........................................................................................
1. INTRODUCTION.................................................................................................................
1.1 PURPOSE..................................................................................................................
1.2 BACKGROUND........................................................................................................
1.3 TERM OF CONTRACT............................................................................................
1.4 CURRENT AND PROPOSED ENVIRONMENT....................................................
1.5 AMERICANS WITH DISABILITIES ACT (ADA)...............................................12
2. BIDDING INSTRUCTIONS..............................................................................................12
2.1 BIDDER ADMONITION........................................................................................12
2.2 COMMUNICATIONS AND CONTACTS.............................................................13
2.2.1 PROCUREMENT OFFICER...................................................................................13
2.2.2 QUESTIONS REGARDING THE SOLICITATION DOCUMENT......................13
2.2.3 INTENT TO BID.....................................................................................................14
2.3 KEY ACTION DATES............................................................................................15
2.4 RULES GOVERNING COMPETITION.................................................................16
2.4.1 IDENTIFICATION AND CLASSIFICATION OF SOLICITATION
REQUIREMENTS...................................................................................................16
2.4.2 PROPOSED SOLICITATION DOCUMENTS CHANGES...................................17
2.4.3 EXAMINATION OF THE WORK.........................................................................17
2.4.4 EXCLUSION FOR CONFLICT OF INTEREST....................................................17
2.4.5 CONFIDENTIALITY..............................................................................................18
2.4.6 ADDENDA..............................................................................................................18
2.4.7 BIDDER'S COST.....................................................................................................19
2.4.8 DISCOUNTS...........................................................................................................19
2.4.9 SIGNATURE OF FINAL PROPOSAL...................................................................19
2.4.10 IRREVOCABLE OFFER........................................................................................19
2.4.11 FALSE OR MISLEADING STATEMENTS..........................................................19
2.5 BIDDING STEPS....................................................................................................20
3. ADMINISTRATIVE REQUIREMENTS.........................................................................21
3.1 ADMINISTRATIVE REQUIREMENTS DOCUMENT (M).................................22
3.2 ABILITY TO PERFORM (M).................................................................................22

Page 2 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation
Part 1– Bidder Instructions
3.3 PRIMARY BIDDER (M)........................................................................................22
3.4 SUBCONTRACTORS (M).....................................................................................23
3.5 BIDDER DECLARATION FORM (M)..................................................................24
3.6 AMENDMENT (M).................................................................................................24
3.7 FINANCIAL RESPONSIBILITY INFORMATION (M).......................................24
3.7.1 FINANCIAL STABILITY.......................................................................................24
3.8 INCORPORATION OF EVAQ REQUIREMENTS (M)........................................24
3.9 CLOUD COMPUTING SERVICES (M)................................................................25
3.10 GENERAL PROVISIONS (M)...............................................................................25
3.11 GENERAL PROVISIONS - INFORMATION TECHNOLOGY (Revised and
Effective 06/21/2022)...............................................................................................25
3.12 GENERAL PROVISIONS – INFORMATION TECHNOLOGY – CLOUD
COMPUTING – SOFTWARE as a SERVICE (SaaS)............................................25
3.13 WORKERS’ COMPENSATION/EMPLOYER’S LIABILITY (M)......................26
3.14 COVER LETTER (M).............................................................................................26
3.15 STATEMENT OF WORK (M)...............................................................................27
3.16 CONFIDENTIALITY STATEMENT (M)..............................................................27
3.17 SOCIOECONOMIC PROGRAMS.........................................................................28
3.17.1 BIDDER'S PREFERENCE AND INCENTIVE DECLARATION (M).................28
3.17.2 DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM (M)...28
3.17.3 DVBE INCENTIVE (O)..........................................................................................28
3.17.4 SMALL BUSINESS PREFERENCE (O)................................................................29
3.17.5 NON-SMALL BUSINESS SUBCONTRACTOR PREFERENCE (O)..................30
3.17.6 COMMERCIALLY USEFUL FUNCTION (M).....................................................30
3.17.7 TARGET AREA CONTRACT PREFERENCE ACT (TACPA) (O).....................31
3.18 CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION (M)............................32
3.19 IRAN CONTRACTING ACT VERIFICATION FORM (M).................................32
4. PROPOSAL REQUIREMENTS.......................................................................................32
4.1 QUALIFICATION REQUIREMENTS...................................................................34
4.1.1 BIDDER QUALIFICATIONS (M).........................................................................34
4.1.2 BIDDER REFERENCES (M)..................................................................................34
4.1.3 STAFF QUALIFICATIONS (M)............................................................................35
4.1.4 STAFF REFERENCES (MS)..................................................................................36

Page 3 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation
Part 1– Bidder Instructions
4.1.5 FULL-TIME/PART-TIME MONTH EQUIVALENTS DEFINITION..................37
4.2 NARRATIVE RESPONSE REQUIREMENTS (M)...............................................37
4.3 SOLUTION REQUIREMENTS..............................................................................38
4.4 DELIVERABLE REQUIREMENTS (M)...............................................................39
5. COST....................................................................................................................................39
5.1 COST WORKSHEETS (M)....................................................................................40
5.2 COST WORKBOOK INSTRUCTIONS.................................................................40
5.3 UNANTICIPATED TASKS....................................................................................41
5.4 SALES TAX............................................................................................................41
6. PROPOSAL/BID FORMAT AND SUBMISSION REQUIREMENTS........................41
6.1 PREPARATION......................................................................................................42
6.2 COMPLETION OF PROPOSALS..........................................................................42
6.3 DELIVERY OF SUBMITTALS..............................................................................42
6.4 FORMATTING........................................................................................................43
6.4.1 SOFT COPY............................................................................................................43
6.5 FINAL PROPOSAL FORMAT AND CONTENT..................................................43
7. EVALUATION...................................................................................................................44
7.1 EVALUATION TEAM...........................................................................................45
7.2 FINAL PROPOSAL EVALUATION......................................................................45
7.2.1 EVALUATION OF REQUIRED INFORMATION AND REQUIREMENTS......47
7.2.2 RECEIPT AND PRELIMINARY REVIEW...........................................................47
7.2.3 VALIDATION AGAINST REQUIREMENTS......................................................47
7.2.4 ERRORS IN THE FINAL PROPOSAL..................................................................47
7.2.5 REJECTION OF PROPOSALS...............................................................................48
7.2.6 ADMINISTRATIVE REQUIREMENTS EVALUATION.....................................49
7.2.7 QUALIFICATION REQUIREMENTS EVALUATION........................................49
7.2.8 SOLUTION REQUIREMENTS EVALUATION...................................................53
7.2.9 CALCULATE BIDDER PROPOSAL NON-COST SCORE..................................57
7.2.10 COST EVALUATION.............................................................................................57
7.2.11 SOCIOECONOMIC PROGRAMS.........................................................................58
7.3 NEGOTIATIONS....................................................................................................61
7.3.1 PROCEEDING TO NEGOTIATIONS....................................................................62
7.3.2 BEST AND FINAL OFFER SUBMISSION...........................................................62
Page 4 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation
Part 1– Bidder Instructions
7.3.3 EVALUATION OF BAFO SUBMISSION.............................................................63
7.3.4 AWARD AND EXECUTION.................................................................................63
7.3.5 NOTIFICATION OF AWARD...............................................................................63
7.3.6 ADDITIONAL DOCUMENTS REQUIRED FOR AWARD.................................63
7.3.7 PROTESTS OF AWARD........................................................................................63
7.3.8 DEBRIEFING..........................................................................................................64
8. INFORMATIONAL ATTACHMENTS...........................................................................64
ATTACHMENT 15: GLOSSARY OF TERMS.................................................................65
ATTACHMENT 16: ACRONYMS....................................................................................73
ATTACHMENT 17: INTENT TO BID..............................................................................78
ATTACHMENT 18: TEMPLATE FOR QUESTION SUBMITTAL................................80
ATTACHMENT 19: SOLICITATION SUBMISSION CHECKLIST..............................81

PART 2 – BIDDER RESPONSE..................................................................................................82


APPENDIX A – STATEMENT OF WORK...........................................................................83
ATTACHMENT 1: CONFIDENTIALITY STATEMENT...............................................84
ATTACHMENT 2: RESPONSE TO ADMINISTRATIVE REQUIREMENTS...............86
ATTACHMENT 3: BIDDER DECLARATION GSPD 05-105........................................88
ATTACHMENT 4: WORKERS’ COMPENSATION CERTIFICATION........................89
ATTACHMENT 5: DVBE DECLARATIONS..................................................................90
ATTACHMENT 6: BIDDING PREFERENCES AND INCENTIVES.............................91
ATTACHMENT 7: COMMERCIALLY USEFUL FUNCTION (CUF)
CERTIFICATION....................................................................................................94
ATTACHMENT 8: CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION.............96
ATTACHMENT 9: IRAN CONTRACTING ACT VERIFICATION FORM..................97
ATTACHMENT 10: BIDDER QUALIFICATIONS FORM – INSTRUCTIONS............98
ATTACHMENT 11: BIDDER QUALIFICATIONS FORM...........................................100
ATTACHMENT 12: BIDDER REFERENCE FORM.....................................................103
ATTACHMENT 13: KEY STAFF QUALIFICATIONS & REFERENCE FORMS –
INSTRUCTIONS...................................................................................................105
ATTACHMENT 14: NARRATIVE RESPONSE............................................................119
EXHIBIT 2-1: DCAO REQUIREMENTS.......................................................................124
EXHIBIT 2-2: DELIVERABLE REQUIREMENTS.......................................................135
EXHIBIT 2-3: COST WORKSHEETS............................................................................138

Page 5 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation
Part 1– Bidder Instructions
EXHIBIT 2-4: DELIVERABLE EXPECTATION DOCUMENT (DED).......................139
EXHIBIT 2-5: CHANGE REQUEST AND WORK AUTHORIZATION......................141
EXHIBIT 2-6: DELIVERABLE ACCEPTANCE DOCUMENT (DAD)........................144

Page 6 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation
Part 1– Bidder Instructions

RFP C5611387

PART 1 – BIDDER INSTRUCTIONS

Page 7 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

1. INTRODUCTION
This solicitation is being conducted under the authority of the California Department of
Technology (CDT) pursuant to Public Contract Code (PCC) §6611 et seq. The format that
proposal information is to be submitted, and the material to be included therein follows. This
solicitation also addresses the requirements that bidders must meet to be eligible for
consideration, as well as addressing bidders’ responsibilities before and after award.
1.1 PURPOSE
The purpose of this Request for Proposal (hereafter referred to as “solicitation”) is to obtain
proposals from qualified bidders for the California Department of Corrections and Rehabilitation
(CDCR) and the State of California (hereafter referred to as “State”) to design, develop,
implement, and maintain a Cloud-Based data linkage and data visualization Solution (hereafter
referred to as “Solution”) to store, link, and visualize data with the capability for data collection,
data management, data visualization, and expert IT support related to previously incarcerated
persons released through the Division of Adult Parole Operations (DAPO). Refer to Appendix A
– Statement of Work for additional information.
The Contract Award, if made, will be to the single bidder in accordance with the
methodology defined in SECTION 7: EVALUATION.
The terms “shall” and “must” are considered by the CDCR to mean mandatory or required. The
terms “may” or “can” are considered to be optional, and are at the discretion of the CDCR.
1.2 BACKGROUND
The CDCR’s primary mission is to facilitate the successful reintegration of the individuals in
CDCR care back to their communities equipped with the tools to be drug-free, healthy, and
employable members of society by providing education, treatment, rehabilitative, and restorative
justice programs, all in a safe and humane environment.
Effective correctional intervention or implementation of evidence-based practices with fidelity
requires taking into account a person’s unique risk of reoffending, participation in correctional
rehabilitation programs, and other factors related to improved outcomes.
The CDCR’s goal is to provide a comprehensive rehabilitative pathway for offenders beginning
at their initial incarceration and lasting through their successful discharge from community
supervision.
The CDCR received one-time funding to measure parole outcomes. The department has
implemented various educational and rehabilitation programs over the years to reduce recidivism
rates and improve the reintegration of incarcerated individuals into society. The core objective of
this Agreement is to evaluate the efficacy and effectiveness of these efforts in achieving the
goals of reducing recidivism and improving offender outcomes.
1.3 TERM OF CONTRACT

Page 8 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
Effective upon approval of CDT, Statewide Technology Procurement (STP), the term of the
Contract is two (2) years, with an estimated start date of 06/01/2024. The State, at its sole
discretion, may exercise its option to execute, with one (1) optional, one (1) year extension,
1.4 CURRENT AND PROPOSED ENVIRONMENT
Current Environment: The Enterprise Information Systems (EIS) team at CDCR manages
multiple transactional systems running on traditional RDBMS (Oracle, Microsoft SQL) and
several stand-alone reporting systems which make it difficult to aggregate and analyze data
across this diverse system. The data analysts use Oracle Data Integrator, Microsoft SSIS
packages, SAS, and ad-hoc SQL to extract data and publish reports and dashboards in Power BI,
Tableau, and Oracle Analytics Server. The CDCR does not have a data lake or data warehouse
solution in place to aggregate and standardize data before publishing reports. The current process
is manual and cumbersome that often results in report delays or data quality issues. A traditional
batch process is used to exchange data with external entities via an SFTP server.

Fig. 1 – Typical Data Flow At CDCR (Current Environment)


Proposed Environment:
Data Linkage and Storage Solution:
This data solution shall support the development of data tools to expand the use of real-time
information to drive corrections policy and practice. The data set will include information about
some of the people in CDCR custody and the people currently under CDCR Division of Adult
Parole Operations (DAPO) jurisdiction. The data will include personally identifiable information
for match and demographics reporting, incarcerated persons program characteristics and
attendance, employment, and earnings pre-incarceration and post-incarceration, education
records, disciplinary records, and other information relevant to measuring outcomes. Highly
sensitive information should be segregated from the information used for analyses. The
developed software shall work directly with CDCR systems and security policies.

Page 9 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
The proposed solution shall provide data that is efficiently managed and easily accessible to
support business operations and decision-making processes. To achieve this goal, the bidder shall
implement a cloud-based data warehouse solution that meets the CDCR specific needs and
requirements as identified in Exhibit 2-1: DCAO Requirements.
Appendix A – Statement of Work lists the potential CDCR data sources that may be included in
the data warehouse solution. The data volumes for the initial phase of this project are anticipated
to be no more than five terabytes (5 TB).

Fig 2 – Cloud Based Architecture

The cloud-based data warehouse solution shall include the following:


a. Scalability: Scale as CDCR data needs grow over time, without impacting
performance or requiring significant hardware investments.
b. Flexibility: Be customized to CDCR business requirements, with the ability to easily
integrate with other data sources and applications, as well as accommodate changes in
CDCR data environment.
c. Cost-effectiveness: Have financial controls to ensure that the cost does not exceed the
allocated budget.
d. Accessibility: Provide secure and reliable access to CDCR data from anywhere,
enabling teams to leverage data insights for improved decision-making and business
outcomes.
e. Analytics & Data Science: Provide advanced analytics capabilities, including
reporting and visualization tools, to help CDCR gain valuable insights into CDCR
data and drive business value.
f. Security: Provide robust security measures (at rest and in transit) to protect CDCR
data against breaches and unauthorized access, including encryption, access controls,

Page 10 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
and other data protection measures. Replace the current legacy batch/SFTP data
exchange system with a modern API/web based data pipeline or portal.
g. Manageability: Be free from any proprietary AI/ML models so it is easier to
troubleshoot issues and ensure smooth functioning of the data warehouse.
h. Ownership: Ensure all software, services, configuration, and code developed as part
of this implementation shall be the property of the CDCR.
1.5 AMERICANS WITH DISABILITIES ACT (ADA)
To comply with the nondiscrimination requirements of ADA, it is the policy of the State of
California to make every effort to ensure that its programs, activities, and services are available
to all persons, including persons with disabilities.
For persons with a disability needing a reasonable accommodation to participate in the
procurement process or for persons having questions regarding reasonable accommodations of
the procurement process, you may contact the Procurement Officer identified in SECTION
2.2.1: PROCUREMENT OFFICER. You may also contact the State of California at the numbers
listed below.
Important: To ensure that CDCR can meet your need, the bidder shall submit the request for
reasonable accommodation at least 10 State working days before the scheduled event, e.g.,
meeting, conference, workshop, etc., or deadline due date for procurement documents. The State
shall not be obligated to meet the request if the submittal is less than 10 working days.
The California Relay Service Telephone Numbers are:

TTY/VCO/HCO to Voice English 1-800-735-2929


Spanish 1-800-855-3000

Voice to TTY/VCO/HCO English 1-800-735-2922


Spanish 1-800-855-3000

From or to Speech-to-Speech English & Spanish 1-800-854-7784

2. BIDDING INSTRUCTIONS
2.1 BIDDER ADMONITION
This procurement will follow a phased approach designed to increase the likelihood of a
successful proposal and the bidder’s eligibility for an Invitation to Negotiation.
Specific information regarding this phased approach is found in SECTION 2.5: BIDDING
STEPS and SECTION 7: EVALUATION, of the solicitation. The bidder should refer to
SECTION 2.5: BIDDING STEPS to understand the phases applicable to this solicitation. It is
the bidder’s responsibility to:
1. Carefully read the entire solicitation.
Page 11 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
2. Submit questions in a timely manner.
3. Submit required responses by the dates and times specified in SECTION 2.3: KEY
ACTION DATES.
4. Abide by all procedures and requirements of the solicitation.
5. Not include conditional statements, assumptions, or exception language with
proposals.
6. Carefully review the solicitation requirements prior to submission of a Proposal to
ensure nothing has been overlooked.
2.2 COMMUNICATIONS AND CONTACTS
The State uses an online procurement system known as Cal eProcure to communicate with
prospective bidders and suppliers. Information and ongoing communications for this
solicitation will be posted by the State on the Cal eProcure website, www.caleprocure.com.
Oral communications by Agency/state entity officers and employees concerning this solicitation
shall not be binding on the State and shall in no way excuse the bidder of any obligations set
forth in this solicitation.
2.2.1 PROCUREMENT OFFICER
The Procurement Officer is the State’s designated authorized representative regarding this
procurement.
Bidders are directed to communicate, submit questions, deliver proposals, and submit all other
correspondence regarding this procurement to the lead Procurement Officer at the email address
below.
Jyoti Patel Osby
Phone: (916) 800-1907
Email: Jyoti.PatelOsby@state.ca.gov
Please ensure that all communications copy Amy.Snow@state.ca.gov.
2.2.2 QUESTIONS REGARDING THE SOLICITATION DOCUMENT
Bidders requiring clarification of the intent, terms and conditions, content of this solicitation, or
on procedural matters regarding the competitive bid process may request clarification by
submitting questions using ATTACHMENT 18: TEMPLATE FOR QUESTION SUBMITTAL
in an email (using the solicitation identification information from the solicitation title page) to
the Procurement Officer listed in SECTION 2.2.1: PROCUREMENT OFFICER. To ensure a
response, questions must be received in writing by the scheduled date(s) specified in SECTION
2.3: KEY ACTION DATES. Question and answer sets will be provided to all bidders without
identifying the submitters. At the sole discretion of the State, questions may be paraphrased by
the State for clarity.
Only questions submitted in writing and answered in writing by the Procurement Officer shall be

Page 12 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
binding and official. Written questions must be submitted by email to the Procurement Officer
identified in SECTION 2.2.1: PROCUREMENT OFFICER, using ATTACHMENT 18:
TEMPLATE FOR QUESTION SUBMITTAL. All written questions submitted by the deadline
specified in SECTION 2.3: KEY ACTION DATES, will be responded to at the same time with
all questions and answers posted to Cal eProcure in the form of a Question and Answer (Q&A)
Set.
If a bidder who desires clarification or further information on the content of the solicitation, but
whose questions relate to the proprietary aspect of its proposal and disclosure exposes its
proposal to other bidders, the question may be submitted using the same criteria above with the
notation, “CONFIDENTIAL.” The bidder must explain why the question is sensitive in nature.
If the State concurs that the disclosure of the question or answer would expose the proprietary
nature of the proposal, the question will be answered, and both the question and answer will be
confidentially maintained. If the State does not concur with the proprietary aspect of the
question, the question and answer will not be confidentially maintained, and the bidder will be so
notified.
2.2.3 INTENT TO BID
Bidders that seek to participate in the solicitation shall submit a completed ATTACHMENT 17:
INTENT TO BID by the date specified in SECTION 2.3: KEY ACTION DATES.
ATTACHMENT 17 must be emailed to the Procurement Officer identified in SECTION 2.2.1:
PROCUREMENT OFFICER. Bidders who submit a completed ATTACHMENT 17: INTENT
TO BID acknowledging interest in this solicitation shall receive invitations and correspondence
applicable to the solicitation (e.g., scheduling dates for confidential discussions, meetings, etc.)
throughout this procurement. Correspondence to a bidder regarding this solicitation will only be
delivered to the bidder’s contact person designated on ATTACHMENT 17: INTENT TO BID.
It shall be the bidder’s responsibility to immediately notify the Procurement Officer identified in
Section 2.2.1: PROCUREMENT OFFICER in writing, regarding any change to its contact
person information. The State shall not be responsible for proposal correspondence not received
by the bidder if the bidder fails to notify the State, in writing, about any change pertaining to the
designated contact person.
A bidder must also notify the Procurement Officer if its intent to bid changes or whenever there
is a change in the bidder’s designated contact information.
2.3 KEY ACTION DATES
Table 2-1 provides the key action dates and times by which actions must be taken or completed.
If the State finds it necessary to change these dates or times, it will be accomplished via an
addendum to this solicitation with the exception of dates listed after the bidders’ submission of
Final Proposal. Dates listed after the bidders’ submission of Final Proposal are estimated and
may be adjusted without addendum to this solicitation. All times listed are for Pacific Time.

Page 13 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
Table 2-1: Key Action Dates

Key Action Dates1

Item Action Date and Time1

1. Release of Solicitation 01/25/2024

2. Last day to submit questions for clarification of 02/12/2024


solicitation and/or request a change to the 5:00 p.m. Pacific Time
requirements in the solicitation prior to Final Proposal

3. State’s response to bidders’ questions, bidders’ 02/26/2024


request for changes to the requirements and release of
potential addendum

4. Last day to submit Final Proposal1 03/11/2024


Last day to obtain eVAQ

5. Evaluation Period2, 3 TBD

6. Confidential Negotiations with Bidder(s) TBD

7. Best and Final Offer Submission TBD

8. Notification of Award TBD

9. Contract Execution On or before 06/01/2024


1
Unless otherwise specified, all times are 5:00 PM Pacific Time.
2
All dates after submission of the Final Proposal are approximate and may be adjusted as conditions indicate without
addendum to this solicitation.
3
Based on the number of proposals received.

2.4 RULES GOVERNING COMPETITION


This solicitation, the evaluation of responses, and the award of any resultant Contract shall be
made in conformance with the provisions set forth in PCC §6611 as they relate to the
procurement of IT goods and services by public bodies in the State of California.
2.4.1 IDENTIFICATION AND CLASSIFICATION OF SOLICITATION
REQUIREMENTS
The State has established certain requirements with respect to proposals to be submitted by
prospective Contractors. The use of “shall,” “must,” or “will” (except to indicate simple futurity)
Page 14 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
in the solicitation indicates a requirement or condition which is mandatory.
The words “should” or “may” in the solicitation indicate desirable attributes or conditions but
are non-mandatory in nature.
The bidder is advised that deviations in its Final Proposal from any of the Mandatory
requirements set forth in this solicitation may be the basis for rejection of the bidder’s proposal.
2.4.2 PROPOSED SOLICITATION DOCUMENTS CHANGES
This solicitation document includes, in addition to an explanation of the State’s requirements
which must be met, instructions which prescribe the format and content of proposals to be
submitted, and the model of the Contract to be executed between the State and the successful
bidder.
If a bidder discovers any ambiguity, conflict, discrepancy, omission, or other error in this
solicitation document, the bidder shall immediately notify the Procurement Officer identified in
SECTION 2.2.1: PROCUREMENT OFFICER, of such error in writing and request clarification
or modification of the document.
Modifications will be made by addenda issued pursuant to SECTION 2.4.6: ADDENDA. Such
modifications shall be given by written notice to all parties who have identified themselves as
bidders to the Procurement Officer without divulging the source of the request. Therefore, if the
solicitation document contains an error known to the bidder or an error that reasonably should
have been known, the bidder shall bid at its own risk. If the bidder fails to notify the State of the
error prior to the date fixed for submission of proposal, and is awarded the Contract, the bidder
shall not be entitled to additional compensation or time by reason of the error or its later
correction.
2.4.3 EXAMINATION OF THE WORK
The bidder should carefully examine the entire solicitation document and any addenda thereto,
and all related materials and data referenced in the solicitation document or otherwise available
to the bidder and should become fully aware of the nature and location of the work, the
quantities of the work, and the conditions to be encountered in performing the work. Specific
conditions to be examined may be listed in SECTION 3: ADMINISTRATIVE
REQUIREMENTS and/or SECTION 4: PROPOSAL REQUIREMENTS.
2.4.4 EXCLUSION FOR CONFLICT OF INTEREST
No consultant shall be paid out of State funds for developing recommendations on the
acquisition of information technology (IT) products or services or assisting in the preparation of
the project approval lifecycle documents (Stages 2, 3, or 4) or feasibility study, while in effect, if
that consultant is to be a source of such acquisition or could otherwise directly and/or materially
benefit from State adoption of such recommendations or the course of action recommended in
the project approval lifecycle documents (Stages 2, 3, or 4) or feasibility study. Further, no
consultant shall be paid out of State funds for developing recommendations on the disposal of
State surplus IT products if that consultant would directly and/or materially benefit from State
Page 15 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
adoption of such recommendations.
A consultant shall not be eligible to serve as the Prime Contractor or subcontractor pursuant to
this solicitation if the Contractor/subcontractor is currently working on the solicitation in an
Independent Verification and Validation (IV&V) role.
2.4.5 CONFIDENTIALITY
Bidder material becomes public only after the Notification of Award is released. If material
marked “confidential,” “proprietary,” or “trade secret” is requested pursuant to the Public
Records Act, the State will make an independent assessment whether it is exempt from
disclosure. If the State disagrees with the bidder, the State will notify the bidder and give them a
reasonable opportunity to justify their position or obtain a court order protecting the material
from disclosure.
The bidder should be aware that marking a document “confidential” or “proprietary” in a
Final Proposal may exclude it from consideration for award and will not keep that
document from being released after notice of award as part of the public record, unless a
court has ordered the State not to release the document. The content of all working papers
and discussions relating to the bidder’s proposal shall be held in confidence indefinitely,
unless the public interest is best served by an item’s disclosure because of its direct pertinence to
a decision, agreement, or the evaluation of the proposal.
Any disclosure of confidential information by the bidder is a basis for rejecting the bidder’s
proposal and ruling the bidder ineligible to further participate. Any disclosure of confidential
information by a State employee is a basis for disciplinary action, including dismissal from State
employment, as provided by Government Code §19570 et seq. Total confidentiality is
paramount; it cannot be over emphasized.
2.4.6 ADDENDA
The State may modify the solicitation at any time prior to the submission of Final Proposal by
issuing an addendum. Addenda will be numbered consecutively.
If a bidder determines that an addendum unnecessarily restricts its ability to bid, the bidder is
allowed five (5) business days to submit written questions regarding the addendum according to
the instructions contained in SECTION 2.2.2: QUESTIONS REGARDING THE
SOLICITATION DOCUMENT.
2.4.7 BIDDER'S COST
Costs for developing and submitting proposals are the responsibility entirely of the bidder and
shall not be chargeable to the State.
2.4.8 DISCOUNTS
In connection with any discount offered, except when a provision is made for a testing period
preceding acceptance by the State, time will be computed from the date of delivery of the
supplies or equipment as specified, or from the date correct invoices are received in the office

Page 16 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
specified by the State if the latter date is later than the date of delivery. When a provision is
made for a testing period preceding acceptance by the State, the date of delivery shall mean the
date the supplies or equipment are accepted by the State during the specified testing period.
Payment is deemed made, for the purpose of earning the discount, on the date of mailing the
State warrant or check.
Cash discounts offered by bidders for the prompt payment of invoices will not be considered in
evaluating offers for award purposes; however, all offered discounts will be taken if the payment
is made within the discount period, even though not considered in the evaluation of offers.
2.4.9 SIGNATURE OF FINAL PROPOSAL
A cover letter shall be considered an integral part of the Final Proposal and any proposal form
requiring a signature, must be signed by an individual who is authorized to bind the bidding firm
contractually. The signature block must indicate the title or position that the individual holds in
the firm. An unsigned Final Proposal may be rejected.
2.4.10 IRREVOCABLE OFFER
A bidder’s Final Proposal is an irrevocable offer for 180 days from the scheduled Contract
award date in SECTION 2.3: KEY ACTION DATES. A bidder may extend the offer in the
event of a delay of Contract award.
2.4.11 FALSE OR MISLEADING STATEMENTS
Proposals which contain false or misleading statements, or which provide references that do not
support an attribute or condition claimed by the bidder, may be rejected. If, in the opinion of the
State, such information was intended to mislead the State in its evaluation of the proposal, and
the attribute, condition, or capability is a requirement of this solicitation document, it may be a
basis for rejection of the bidder’s proposal.
2.5 BIDDING STEPS
In addition to the subsections below, refer to SECTION 2.3: KEY ACTION DATES to
determine which phases and mandatory steps are included in this solicitation.
2.5.1 ELECTRONIC VENDOR APPLICATION OF QUALIFICATION
(EVAQ)
The State’s eVAQ is an external process to this solicitation. Bidders are required to have an
approved application on file and be deemed a Pre-qualified Vendor prior to the Key Action Date
for the Last day to the submit Final Proposal (refer to SECTION 2.3: KEY ACTION DATES).
All questions related to the eVAQ should be addressed to the Procurement Officer. The intent of
the pre-qualification is to process as much of the administrative requirements required to do
business in the State of California in advance to streamline the solicitation process. The
application can be accessed at STP VENDOR MAIN - Vendor Portal (eVAQ public facing site).
If your firm is new to the eVAQ process, account registration is necessary and is free of charge.
2.5.2 FINAL PHASE
Page 17 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
The final phase consists of a Final Proposal (Mandatory) and, if requested by the State, a Best
and Final Offer (BAFO).
The purpose of the final phase is to obtain proposals that are responsive in every respect. The
Final Proposal is a mandatory step for all bidders.
The Final Proposal must be complete, and include all cost information, required signatures, and
contract changes issued by the State via an addendum, if any. Bidders that submitted Final
Proposals meeting the criteria identified in SECTION 7.3: NEGOTIATIONS, will be eligible to
receive an invitation to negotiate with the State.
The State, at its sole discretion, may request a BAFO from those bidders that participated in the
Negotiation Process as identified in SECTION 7.3: NEGOTIATIONS.
2.5.3 WITHDRAWAL AND RESUBMISSION/MODIFICATION OF
PROPOSALS
A bidder may withdraw its Final Proposal at any time prior to the Last Day to Submit Final
Proposal submission date and time specified in SECTION 2.3: KEY ACTION DATES, by
submitting a written notification of withdrawal signed by an authorized representative of the
bidder in accordance with SECTION 2.4.9: SIGNATURE OF PROPOSAL. The bidder may
thereafter submit a new or modified proposal prior to the respective proposal submission date
and time specified in SECTION 2.3: KEY ACTION DATES. Modification offered in any other
manner, oral or written, will not be considered. Other than as allowed by law, Final Proposals
cannot be changed or withdrawn after the Last Day to Submit Final Proposal deadline date and
time designated for receipt, except as provided in the solicitation.
2.5.4 DISPOSITION OF PROPOSALS
All materials, including electronic materials, submitted in response to this solicitation will
become the property of the State of California and will be returned only at the State’s option and
at the bidder’s expense. At a minimum, the master copy of the Final Proposal shall be retained
for official files and will become a public record after the Notification of Intent to Award is
posted. However, materials the State considers as confidential information (such as confidential
financial information submitted to show bidder responsibility) will be returned upon request of
the bidder.

3. ADMINISTRATIVE REQUIREMENTS
SECTION 3: ADMINISTRATIVE REQUIREMENTS contains the mandatory administrative
requirements that must be met in order to be considered responsive to this solicitation. Most of
the administrative bidding requirements for this solicitation are being processed through the
electronic Vendor Application of Qualifications (eVAQ). Please refer to SECTION 2.5.1:
ELECTRONIC VENDOR APPLICATION OF QUALIFICATION for more information.
Unless designated otherwise, all of the requirements in this section are mandatory. The
documents that must be submitted with the bidder’s Final Proposal are noted as “Mandatory” or

Page 18 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
“(M)” in this section.
The administrative requirements listed in this section are denoted as follows:
1. (M) – All sections labeled as “Mandatory”, or “M” must be responded to in order to be
considered responsive and responsible to these requirements. The responses will be
evaluated in accordance with SECTION 7: EVALUATION.
2. (O) – All sections labeled as “Optional”, or “O” are not required to be offered by the
bidder in order to be responsive to the solicitation requirements. A bidder may choose
whether to meet administrative requirements labeled as (O) such as those relating to
preference points. However, if a bidder offers any of these (O) requirements, the bidder
must meet the minimum requirements as stated in the section. The State will review
responses to optional requirements and apply points, if applicable, per criteria stated in
SECTION 7: EVALUATION.
3.1 ADMINISTRATIVE REQUIREMENTS DOCUMENT (M)
The bidder must indicate its willingness and ability to satisfy the administrative requirements by
marking “Yes” on the “Bidder Agrees Yes/No” column on ATTACHMENT 2: RESPONSE TO
ADMINISTRATIVE REQUIREMENTS. Answering “No” to any of the mandatory
administrative requirements or not submitting the required documents with its Final Proposal
may result in the proposal being deemed non-responsive.
3.2 ABILITY TO PERFORM (M)
Prior to award of the Contract, the State must be assured that the bidder selected has all of the
resources to successfully perform under the Contract. This includes, but is not limited to,
personnel in the numbers and with the skills required; equipment of appropriate type and in
sufficient quantity; financial resources sufficient to complete performance under the Contract;
and experience in similar endeavors. If, during the evaluation process, the State is unable to
assure itself of the bidder’s ability to perform under the Contract if awarded, the State has the
option of requesting from the bidder any information that the State deems necessary to determine
the bidder’s responsibility. If such information is required, the bidder will be so notified and will
be permitted five (5) state business days to submit the information requested in writing.
Examples of the type of financial responsibility information requested may include annual
reports and current audited balance sheets for the bidder’s firm.
3.3 PRIMARY BIDDER (M)
An award, if made, will be to a primary bidder. The awarded primary bidder (Primer Contractor)
will be responsible for the successful performance of all subcontractors and support services
offered in response to this solicitation. All State policies, guidelines, and requirements that apply
to the primary bidder also apply to subcontractors, as applicable to the products and services
they provide and to their role as a subcontractor. Furthermore, the State will consider the primary
bidder to be the sole point of contact regarding contractual matters for the term of the resulting
Contract. The bidder shall not assign financial documents to a third-party without prior written
Page 19 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
approval by the State, and an amendment to the resulting Contract.
3.4 SUBCONTRACTORS (M)
It is the bidder’s responsibility to ensure any subcontractor that the bidder chooses to use in
fulfilling the requirements of this solicitation, and which is expected to receive more than ten
percent (10%) of the value of the Contract, also meets all administrative and bid requirements of
the solicitation, as applicable to the services provided by the subcontractor.
Nothing contained in the resulting Contract shall create any relationship between the State and
any subcontractors, and no subcontract shall relieve the bidder of its responsibilities and
obligations. The bidder is fully responsible to the State for the acts and omissions of its
subcontractors and of persons either directly or indirectly employed by them.
The Contractor shall not change subcontractor(s) and/or Disabled Veteran Business Enterprise
(DVBE) subcontractor(s) if such changes conflict with the work to be performed under this
Contract. For DVBE subcontractor changes, the Contractor shall utilize another DVBE
subcontractor. The State recognizes that changes to subcontractor(s) may be necessary and in the
best interests of the State; however, advance notification of a contemplated change and the
reasons for such change must be made to the State no less than seven (7) business days prior to
the existing subcontractor’s termination. If this should occur, the Contractor should be aware that
the State Contract administrator or designee must approve any changes to the subcontractor(s)
prior to the termination of the existing subcontractor(s). This also includes any changes made
between submittal of the Final Proposal and actual start of the Contract.
The State will not compensate the Contractor for any of the Contractor’s time or effort to
educate or otherwise prepare the new subcontractor(s) ready to begin work on the contract.
The bidder’s obligation to pay its subcontractors is independent of its obligations under this
solicitation and the resulting contract. Contractor is solely responsible for any payments to, or
claims made by subcontractors.
For any services, including Consulting services awarded by the CDCR, the maximum amount of
Subcontracting shall not exceed 40%. If the amount of Subcontracting exceeds 40%, the
responding Contractor must include a letter of explanation which clearly defines the need for
further Subcontracting. Any offer or quote submission that is received by the CDCR that
indicates more than 40% Subcontracting, as noted on the bidder Declaration GSPD-05-105, and
does not include a letter of explanation, will be deemed non-responsive by the CDCR
Administrative Evaluation Team, and subsequently disqualified from further evaluation of this
offer or quote. In addition, the CDCR Evaluation Team will be the final determining body that
approves any Subcontracting of more than 40% as indicated on the Bidder Declaration form
GSPD-05-105, and that is also accompanied by the Contractors letter of explanation.
3.5 BIDDER DECLARATION FORM (M)
The bidder must complete and submit ATTACHMENT 3: BIDDER DECLARATION GSPD
05-105, with its Final Proposal. When completing the declaration, the bidder must identify all

Page 20 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
subcontractors proposed for participation in the Contract. The bidder awarded the Contract is
contractually obligated to use the subcontractors for the corresponding work identified, unless
the Agency/state entity agrees to a substitution and it is incorporated, in writing, into the
resulting contract. If the bidder is not using subcontractors, the bidder must still complete
ATTACHMENT 3: BIDDER DECLARATION GSPD 05-105 answering the applicable
questions on the form and submit it with its Final Proposal. The form is available at:
https://www.documents.dgs.ca.gov/dgs/fmc/gs/pd/gspd05-105.pdf
3.6 AMENDMENT (M)
Any Contract executed as a result of this solicitation may be amended consistent with the terms
and conditions of the Contract and by mutual consent of both parties, subject to approval by the
Statewide Technology Procurement.
3.7 FINANCIAL RESPONSIBILITY INFORMATION (M)
3.7.1 FINANCIAL STABILITY
In order to minimize the potential risk of default due to financial issues, the State reserves the
right to request additional documentation throughout the life of the awarded Contract.
The State must be assured that the bidder continues to have the financial resources to sustain its
operations during system development and implementation phases including the time required
for the State to pay the Contractor after system acceptance.
3.8 INCORPORATION OF EVAQ REQUIREMENTS (M)
Bidders are advised that the Contract awarded as a result of this solicitation shall automatically
incorporate by reference all Requirements as well as Terms and Conditions of the eVAQ. The
bidder’s, eVAQ in its entirety, shall be incorporated into any Contract awarded as a result of this
solicitation, and shall remain in effect after eVAQ expiration, and throughout the life of the
Contract awarded as a result of this solicitation, including all optional years.
3.9 CLOUD COMPUTING SERVICES (M)
Per the State’s Cloud Computing Policy, whenever feasible, Agencies/state entities will utilize
the Cloud services provided by CDT. These service options include Platform as a Service
(PaaS), Software as a Service (SaaS) and Infrastructure as a Service (IaaS). Vendors are required
to host their proposed solution in a manner that complies with the requirements identified in
Exhibit 2-1: DCAO REQUIREMENTS and the Cloud Computing Services Special Provisions
for SaaS or Cloud Computing Services Special Provisions of IaaS or PaaS.
3.10 GENERAL PROVISIONS (M)
The bidder is advised that deviations from the State approved Terms and Conditions may be the
basis for rejection of the bidder’s proposal.
3.11 GENERAL PROVISIONS - INFORMATION TECHNOLOGY
(REVISED AND EFFECTIVE 06/21/2022)

Page 21 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
The Contract awarded as a result of this solicitation shall automatically incorporate by reference
the Information Technology General Provisions (Revised and Effective (06/21/2022)), which
can be found at the following URL:
https://www.dgs.ca.gov/-/media/Divisions/PD/PTCS/OPPL/Model-Language/IT/
ITGeneralProvisions062122.pdf?
la=en&hash=A627F242C01919F872687EC62B8BC6BF41BE87
3.12 GENERAL PROVISIONS – INFORMATION TECHNOLOGY –
CLOUD COMPUTING – SOFTWARE AS A SERVICE (SAAS)
If the bidder’s solution includes commercial Software as a Service (SaaS) as part of the solution,
the Contract awarded as a result of this solicitation shall instead automatically incorporate by
reference:
1. The “General Provisions – Information Technology – Cloud Computing – Software as a
Service (SaaS),” (Effective 6/21/22) which can be found at the following URL:
https://www.dgs.ca.gov/PD/Resources/Page-Content/Procurement-Division-Resources-List-
Folder/Required-Language-for-Solicitations-and-Contracts. The Cloud Computing Special
Provisions for Software as a Service are incorporated by reference in the Information
Technology – Cloud Computing – Software as a Service General Provisions
And
2. The Information Technology Cloud Computing Special Provisions for Software as a
Service can be found at the following URL:
https://www.dgs.ca.gov/-/media/Divisions/PD/PTCS/OPPL/CLOUDCOMPUTINGSER
VICESSPECIALPROVISIONS_18_0301.docx?
la=en&hash=D15B144C86A54D492E4E19AE810F7F35EA8D171F
3.13 WORKERS’ COMPENSATION/EMPLOYER’S LIABILITY (M)
The Prime Contractor shall maintain statutory workers' compensation and employer's liability
coverage for all its employees who will be engaged in the performance of the Contract, including
special coverage extensions where applicable. Employer's liability limits of $1,000,000 shall be
required. The bidder is required to sign ATTACHMENT 4: WORKERS' COMPENSATION
CERTIFICATION and submit it with its Final Proposal.
3.14 COVER LETTER (M)
The bidder must submit a cover letter containing the following:
1. On company letterhead.
2. Include the legal name of the bidder’s company. Additionally include any “Doing
Business As” or DBA if applicable.
3. Include the address of the bidder’s company.
4. The body of the cover letter must include the following:

Page 22 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
a. A statement that the proposal response is the bidder’s binding offer, good for 180
calendar days from the scheduled Contract award date, as noted in SECTION
2.3: KEY ACTION DATES
b. A statement indicating the bidder agrees to the terms and conditions of this
solicitation and accepts responsibility as the Prime Contractor if awarded the
Contract resulting from this solicitation.
c. A statement indicating the bidder has available staff with the appropriate skills to
complete the Contract for all services and provide all deliverables as described in
this solicitation and SOW.
d. Be signed by an individual who is authorized to bind the bidding firm
contractually. The individual’s name must also be typed and include the title or
position that the individual holds in the firm. An unsigned or incomplete cover
letter in the bidder’s Final Proposal may deem a bidder non- responsive and may
be the basis for rejection of the bidder’s Final Proposal.
e. The email and phone number of the person signing the letter.
f. The date signed.
The bidder shall not add additional language within the Cover Letter. Additional language in the
Cover Letter shall not be considered a part of the Cover Letter and the State shall not review the
additional language. Conditional statements, assumptions, and/or exception language within the
Cover Letter and/or not accepting the terms and conditions of this solicitation as written by the
State, will be considered a deviation in accordance with SECTION 2.4.1: IDENTIFICATION
AND CLASSIFICATION OF SOLICITATION REQUIREMENTS.
3.15 STATEMENT OF WORK (M)
APPENDIX A - STATEMENT OF WO RK identifies and describes the tasks and responsibilities
of the Contractor and the responsibilities of the State during the term of the Contract.
The bidder must agree to APPENDIX A - STATEMENT OF WORK in its entirety. No
modifications to the State’s SOW are acceptable and any modifications will be considered a
deviation in accordance with SECTION 2.4.1: IDENTIFICATION AND CLASSIFICATION
OF SOLICITATION REQUIREMENTS.
3.16 CONFIDENTIALITY STATEMENT (M)
The bidder must agree to the State’s confidentiality requirements by submitting a signed
ATTACHMENT 1: CONFIDENTIALITY STATEMENT, for the bidder’s company. The
completed confidentiality statement must be included in the Final proposal and/or prior to
bidder’s access to the Bidders’ Library.
The bidder engaging in services pertaining to this solicitation, requiring or coming into contact
with confidential State information or State customer information will be required to exercise
security precautions for all such data that is made available and must accept full legal

Page 23 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
responsibility for the protection of this confidential information. This includes all statistical,
personal, technical, and/or other confidential personal data and information relating to the State’s
operations that are designated confidential by the State.
The bidder will also be required, upon Contract award, to submit a signed confidentiality
statement from all personnel, agents, and subcontractors assigned to the awarded Contract.
3.17 SOCIOECONOMIC PROGRAMS
3.17.1 BIDDER'S PREFERENCE AND INCENTIVE DECLARATION (M)
The bidder must complete and submit ATTACHMENT 6: BIDDING PREFERENCES AND
INCENTIVES, with its proposal. The bidder must indicate on ATTACHMENT 6: BIDDING
PREFERENCES AND INCENTIVES whether it is or is not claiming each preference and/or
incentive. Refer to SECTION 7: EVALUATION for details on the amount and application of
preference and incentive points during proposal evaluation.
3.17.2 DISABLED VETERAN BUSINESS ENTERPRISE (DVBE)
PROGRAM (M)
The DVBE Participation Goal Program for State contracts is established in PCC, §10115 et seq.,
Military and Veterans Code (MVC), §999 et seq., and California Code of Regulations (CCR),
Title 2, §1896.60 et seq.
Information regarding the DVBE Program Requirements may be viewed at:
https://www.dgs.ca.gov/PD/Services/Page-Content/Procurement-Division-Services-List-Folder/
Certify-or-Re-apply-as-Small-Business-Disabled-Veteran-Business- Enterprise
The Office of Small Business and DVBE Services offer program information and may be
reached at:
Office of Small Business and DVBE Services
707 Third Street, 1st Floor, Room 400
West Sacramento, CA 95606
Receptionist: (916) 375-4940 Fax (916) 375-4650
3.17.3 DVBE INCENTIVE (O)
For the purposes of this solicitation, the DVBE Participation Requirement has been waived.
In accordance with Military and Veterans Code §999.5(a), an incentive will be given to all
Proposers who meet or exceed three percent (3%) of its contract value to DVBE participation.
For contract award evaluation purposes only, the State shall apply the incentive to responsive
proposals from responsible Bidders providing at least three percent (3%) of its contract value to
DVBE participation. The incentive amount is based on a scale under which Bidder’s obtaining
higher levels of participation qualify for greater incentive amounts, according to Table 3-1:
DVBE Incentive Scale. The minimum incentive amount for this RFP is three percent (3%) of the
total available points not including points for socioeconomic incentives or preferences, with a

Page 24 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
maximum incentive amount of five percent (5%) of those available points.
Table 3-1: DVBE Incentive Scale
Confirmed DVBE DVBE Incentive:
Participation of: Percentage of total points
5% or more 5%
4% up to 4.99% 4%
3% up to 3.99% 3%
Less than 3% 0%
If the bidder is claiming a DVBE incentive, the bidder must complete the Bidder Declaration
GSPD-05-105 form as ATTACHMENT 3: BIDDER DECLARATION GSPD 05-105 for each
DVBE as ATTACHMENT 5: DVBE DECLARATIONS, and ATTACHMENT 6: BIDDING
PREFERENCES AND INCENTIVES and submit with its Final Proposal. If the bidder is not
using subcontractors, the bidder is still required to complete ATTACHMENT 3: BIDDER
DECLARATION GSPD 05-105, answering the applicable questions on the form and submit
with Final Proposal. See SECTION 7. EVALUATION for details on the amount and application
of the incentive during proposal evaluation.
3.17.4 SMALL BUSINESS PREFERENCE (O)
§14835 et seq. of the California Government Code requires that a five percent (5%) preference
be given to bidders who qualify as a small business The rules and regulations of this law,
including the definition of a small business, or qualifying non-small business, are contained in
Title 2, California Code of Regulations, §1896 et seq. The definition of nonprofit veteran service
agencies qualifying as a small business is contained in §999.50 et seq. of the Military and
Veterans Code. The bidder must complete and submit ATTACHMENT 6: BIDDING
PREFERENCES AND INCENTIVES, and the Bidder Declaration GSPD-05-105 form and
submit as ATTACHMENT 3: BIDDER DECLARATION GSPD 05-105, with Final Proposal. If
the bidder is not using subcontractors, the bidder must complete the Bidder Declaration GSPD-
05-105 form answering the applicable questions on the form and submit it as ATTACHMENT 3:
BIDDER DECLARATION GSPD 05-105, with Final Proposal. More information regarding the
Small Business Preference may be found at:
https://www.dgs.ca.gov/PD/Services/Page-Content/Procurement-Division-Services-List-Folder/
Certify-or-Re-apply-as-Small-Business-Disabled-Veteran-Business-Enterprise
3.17.5 NON-SMALL BUSINESS SUBCONTRACTOR PREFERENCE (O)
A five percent (5%) proposal preference is available to bidders who qualify as a non-small
business claiming at least 25 percent (25%) California-certified small business subcontractor
participation. If claiming the non-small business subcontractor preference, the bidder’s response
must include a list of the small businesses with which the firm commits to subcontract in an
amount of at least 25 percent (25%) of the net proposal price with one (1) or more California-
certified small businesses. Each listed certified small business must perform a “commercially
useful function” in the performance of the Contract as defined in Government Code §14838(b)

Page 25 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
(1)(2).
Bidders claiming the five percent (5%) preference must commit to subcontract at least 25
percent (25%) of its net proposal price with one (1) or more California certified small
businesses. Completed certification applications and required support documents must be
submitted to the Office of Small Business and DVBE Services (OSDS) no later than 5 p.m. of
the proposal due date, and the OSDS must be able to approve the application as submitted.
Questions regarding certification should be directed to the OSDS at (916) 375-4940.
The preference to a non-small business firm that commits to small business or microbusiness
subcontractor participation of 25 percent (25%) of its net proposal price shall be given five
percent (5%) of the highest responsive, responsible firm’s total score. A non-small business that
qualifies for this preference, may not take an award away from a certified small business.
If claiming a small business preference or using small business subcontractors, the Bidder must
complete the Bidder Declaration GSPD-05-105 form and submit as ATTACHMENT 3:
BIDDER DECLARATION GSPD 05-105, and ATTACHMENT 6: BIDDING PREFERENCES
AND INCENTIVES and submit with Final Proposal. If the bidder is not using subcontractors,
the bidder must complete the Bidder Declaration GSPD-05-105 answering the applicable
questions on the form and submit as ATTACHMENT 3: BIDDER DECLARATION GSPD 05-
105 with Final Proposal.
3.17.6 COMMERCIALLY USEFUL FUNCTION (M)
All certified small business, micro business, and/or DVBE Contractors, subcontractors or
suppliers must meet the commercially useful function requirements under Government Code
Section 14837 (for SB), Military and Veterans Code Section 999 (for DVBE), and Title II
California Code of Regulations, Section 1896.4 and 1896.62.
A Contractor, subcontractor, or supplier will not be considered to perform a commercially useful
function if the Contractor’s, subcontractor(s), or supplier’s role is limited to that of an extra
participant in the transaction, the awarded Contract, or project through which funds are passed to
obtain the appearance of small business or micro business participation.
The bidder must complete ATTACHMENT 7: COMMERCIALLY USEFUL FUNCTION
(CUF) CERTIFICATION for each Small Business and/or DVBE (prime and/or
subcontractor(s)). All bidders and subcontractors identified in the proposal response to fulfill the
requirements for one (1) or more of the socio-economic programs (DVBE and small business)
must perform a commercially useful function (CUF) in the resulting Contract. CUF is defined
pursuant to Military and Veterans Code §999(b)(5)(B) and Government Code §14837(d)(4)(A)
for the DVBE and small business programs, respectively.
Bidders claiming one (1) or more of the socio-economic programs must complete the Bidder
Declaration GSPD-05-105 form and submit as ATTACHMENT 3: BIDDER DECLARATION
GSPD 05-105, with its Final Proposal. If the bidder is not using subcontractors, the bidder must
complete the Bidder Declaration GSPD-05-105 form answering the applicable questions on the

Page 26 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
form, and submit it as ATTACHMENT 3: BIDDER DECLARATION GSPD 05-105 and submit
with Final Proposal.
Bidder(s) may be required to submit additional written clarifying information regarding CUF on
ATTACHMENT 7: COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION.
Failure to submit the requested written information as specified may be the basis for rejection of
the bidder’s Final Proposal.
3.17.7 TARGET AREA CONTRACT PREFERENCE ACT (TACPA) (O)
Target Area Contract Preference Act (TACPA) will be granted to California-based firms in
accordance with Government Code §4530 whenever contracts for goods or services are in excess
of $100,000 and the bidder meets certain requirements as defined in the California
Administrative Code (Title 2, §1896.30 et seq.) regarding labor needed to produce the goods or
provide the services being procured. The TACPA is optional on the part of the bidder (not
mandatory), is for proposal evaluation purposes only, and does not alter the amount of the
awarded Contract. Bidders wishing to take advantage of this preference will need to review the
website below and submit the appropriate response forms as TACPA PREFERENCE
REQUEST FORMS with its Final Proposal. The required applications/forms are as follows:
1. TACPA (Std. 830)
2. Bidder’s Summary of Contract Activities and Labor Hours (DGS/PD 525)
3. Manufacturer Summary of Contract Activities and Labor Hours (DGS/PD 526).
https://www.dgs.ca.gov/PD/Services/Page-Content/Procurement-Division-Services-List-
Folder/Request-a-Target-Area-Contract-Preference
Bidder’s questions regarding this preference are to be directed to the Department of General
Services, Procurement Division, Dispute Resolution Unit, P.O. Box 989052, West Sacramento,
CA 95798-9052 or contact the TACPA Preference Program via email at TACPA@dgs.ca.gov, to
determine if the worksite(s) is eligible.
3.18 CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION (M)
Bidders must complete and sign the Department of General Services, Office of Legal Service 04
certification form and submit the completed form along with their response to this RFP. Failure
to complete and return the California Civil Rights Laws Certification with the offer will cause
the proposal to be deemed non-responsive. See ATTACHMENT 8: CALIFORNIA CIVIL
RIGHTS LAWS CERTIFICATION.
3.19 IRAN CONTRACTING ACT VERIFICATION FORM (M)
Prior to bidding on, submitting a proposal or executing a contract or renewal for a State of
California contract for goods or services of $1,000,000 or more, a vendor must either: a) certify
it is not on the current list of persons engaged in investment activities in Iran created by the
California Department of General Services (“DGS”) pursuant to Public Contract Code section
2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more

Page 27 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
in credit to another person, for 45 days or more, if that other person will use the credit to provide
goods or services in the energy sector in Iran and is identified on the current list of persons
engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted
from the certification requirement for that solicitation or contract pursuant to Public Contract
Code section 2203(c) or (d). See ATTACHMENT 9: IRAN CONTRACTING ACT
VERIFICATION FORM.

4. PROPOSAL REQUIREMENTS
This section contains the mandatory Qualification Requirements, Narrative Response
Requirements, and Solution Requirements pertaining to the required services that must be met in
order to be considered responsive and responsible to this solicitation. In addition to meeting
these requirements, the bidder must adhere to the SOW as described in APPENDIX A -
STATEMENT OF WORK of the solicitation.
Unless designated otherwise, all of the requirements in this section are mandatory. The
documents that must be submitted with the bidder’s Final Proposal are noted as Mandatory
“(M)” or Mandatory Scored “(MS)”. Additionally, SECTION 4: PROPOSAL
REQUIREMENTS contains optional requirements noted as Desirable Scored “(DS)” that may
require documents to be submitted with bidder’s proposal.
The State has determined that it is best to define its own needs, desired operating objectives, and
desired operating environment. The State will not tailor these needs to fit some solution a bidder
may have available; rather, the bidder shall propose to meet the State’s needs as defined in this
solicitation.
The bidder qualifications and solution requirements listed in this section are denoted as follows:
1. (M) Sections labeled as “Mandatory” or “M” are not negotiable. To be considered
responsive and responsible to these requirements, all requirements identified as (M) must
be responded to. A “fail” may result in a proposal being deemed non- responsive and,
therefore, will be disqualified. Failure to respond to any (M) requirements where
indicated shall result in a “fail” and may disqualify the proposal.
2. (MS) Sections labeled as “Mandatory Scored” or “MS” are not negotiable. To be
considered responsive and responsible to these requirements, all requirements identified
as (MS) must be responded to. A “fail” may result in a proposal being deemed non-
responsive and, therefore, will be disqualified. Failure to respond to any (MS)
requirements where indicated shall result in a “fail” and may disqualify the proposal. The
State’s evaluation team will review responses to (MS) requirements and apply points, if
applicable, per criteria stated in SECTION 7: EVALUATION.
3. (DS) Sections labeled as “Desirable Scored” are not required to be offered by the
bidder in order to be compliant with the solicitation requirements. The bidder may
choose whether to meet requirements labeled as (DS). However, if a bidder offers any of
these (DS) requirements, the bidder must meet the minimum requirements as stated in the

Page 28 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
section. The State will review responses to (DS) requirements and apply points, if
applicable, per criteria stated in SECTION 7: EVALUATION.
4.1 QUALIFICATION REQUIREMENTS
The bidder is expected to have a proven record of success and be responsible for all aspects
of the service, including any subcontractors and the project team/staff proposed.
The bidder must meet the bidder Qualification and Staff Qualification Requirements. Failure to
meet any of the minimum requirements may result in a proposal being deemed non-responsive
and therefore disqualified.
4.1.1 BIDDER QUALIFICATIONS (M)
The bidder must complete and submit as part of the proposal response, ATTACHMENT 11:
BIDDER QUALIFICATIONS FORM, to confirm that the bidder’s experience meets all the
minimum requirements identified in ATTACHMENT 11: BIDDER QUALIFICATIONS
FORM. It is incumbent upon the bidder to provide enough detail in Final Proposal for the State
to evaluate the bidder’s ability to meet the requirements and perform the services as described in
this solicitation. The description of their projects must be detailed and comprehensive enough to
permit the State to assess the similarity of those projects to the work anticipated for the Contract
resulting from this solicitation.
The bidder must provide information for a minimum of three (3) projects. A separate
ATTACHMENT 11: BIDDER QUALIFICATIONS FORM must be submitted for every project
used to meet the minimum required experience. Any given project may meet multiple
requirements. At least three (3) projects and no more than six (6) projects shall be provided to
meet the requirements in ATTACHMENT 11: BIDDER QUALIFICATIONS FORM. If more
than six (6) Bidder Qualification Forms are submitted, only the first six (6) in the order presented
in the proposal will be evaluated. The bidder referenced project experience must have occurred
within ten (10) years prior to the Final Proposal due date for all projects and must have been
performed in the United States of America.
Additional instructions are provided in ATTACHMENT 10: BIDDER QUALIFICATIONS
FORM – INSTRUCTIONS.
4.1.2 BIDDER REFERENCES (M)
The bidder must complete and submit as part of Final Proposal, ATTACHMENT 12: BIDDER
REFERENCE FORM for each of the projects cited on the corresponding ATTACHMENT 11:
BIDDER QUALIFICATIONS FORM.
The purpose of the bidder reference requirement is to provide the State the ability to assess the
bidder’s experience in providing similar or relevant services to other organizations through a
satisfaction rating provided by the bidder’s previous project clients.
ATTACHMENT 12: BIDDER REFERENCE FORM must be completed in its entirety, signed,
and dated by a reference that performed a management or supervisory role over the bidder’s

Page 29 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
work on the reference project to be considered responsive. The ATTACHMENT 12: BIDDER
REFERENCE FORM must be returned to the bidder for submission with Final Proposal.
Photocopies may be accepted as long as the form, response, and signature are legible. No
information corrections or changes may be made on the reference form by the bidder. Forms
with alterations or changes to the entered information may deem the bidder non-responsive and
may be the basis for rejecting the bidder’s proposal.
References may be contacted to validate submitted responses based on customer satisfaction in
accordance with SECTION 7: EVALUATION. References must be external to a bidder’s
organization and corporate structure. Failure to provide verifiable references will be considered a
deviation in accordance with SECTION 2.4.1: IDENTIFICATION AND CLASSIFICATION
OF SOLICITATION REQUIREMENTS.
If the reference is not allowed either legally or by company/organization policy to sign the
reference form, the reference must type in its full name with a brief statement on the form
outlining the reason they are not permitted to sign the State’s reference form. If needed, the State
may contact either the bidder and/or staff references to validate the reference submitted.
4.1.3 STAFF QUALIFICATIONS (M)
The bidder is fully responsible for all necessary staffing resources to successfully support all
tasks, activities and deliverables within the agreed upon schedule and to perform to the standards
set forth in the APPENDIX A - STATEMENT OF WORK.
The following Key Staff are required to meet the experience qualifications identified in the
associated Attachment 13-1 and 13-2 and perform the services as described in APPENDIX A -
STATEMENT OF WORK.
1. Senior Project Manager
2. Senior Technical Lead
The bidder must complete and submit as part of its Final Proposal all required Key Staff
Qualification Forms, which are provided as Attachments 13-1 and 13-2. The bidder must provide
complete information to confirm that each of the two (2) proposed staff possesses the experience
and qualifications as specified for their project role described in Attachments 13-1 and 13-2. Any
given project may meet multiple requirements. No more than six (6) projects shall be provided
to meet the requirements in Attachments 13-1 and 13-2 individually. If more than six (6) projects
are provided, only the first six (6) projects provided in the proposal will be evaluated. Each cited
project for each staff must be submitted separately on all required Key Staff Qualification
Forms. It is incumbent upon the bidder to provide enough detail in the response for the State to
evaluate the bidder’s proposed staff’s ability to meet the requirements and perform the services
as described in this solicitation. The description of their projects must be detailed and
comprehensive enough to permit the State to assess the similarity of those projects to the work
anticipated for the Contract resulting from this solicitation.
The Senior Project Manager, and Senior Technical Lead, positions cannot be filled by the same

Page 30 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
staff. The bidder’s proposed staff must meet all of the mandatory minimum qualification
requirements. All experience used to meet the minimum requirements must have occurred within
the last ten (10) years prior to the Last Day to Submit Final Proposal due date, unless stated
otherwise.
If the proposed staff has performed the same or similar services for the CDCR within the last
five (5) years from the Final Proposal due date, the CDCR project must be listed as one (1) of
the projects provided.
Points will be awarded to bidders that meet the criteria set forth in the desirable experience
qualifications indicated as ‘DS’ on Attachments 13-1 through 13-2 and in accordance with
SECTION 7: EVALUATION.
Additional instructions are provided in ATTACHMENT 13: KEY STAFF QUALIFICATIONS
FORM - INSTRUCTIONS.
4.1.4 STAFF REFERENCES (MS)
The purpose of the staff reference requirement is to provide the State the ability to assess the
staff’s experience in providing similar or relevant services to other organizations through a
satisfaction rating provided by the staff’s previous clients.
If the proposed staff has performed the same or similar services for the CDCR within the last
five (5) years from the Final Proposal due date, a reference from the CDCR must be listed as one
(1) of the references provided.
The Staff Reference Forms (included in Attachments 13-1 and 13-2) must be completed in their
entirety, signed, and dated by a reference that performed a management or supervisory role on
the reference project to be considered responsive. The Staff Reference Forms (included in 13-1
and 13-2) must be returned to the bidder for submission with Final Proposal. Photocopies may
be accepted as long as the form, response, and signature are legible. No information corrections
or changes may be made on the reference form by the bidder. Forms with alterations or changes
to the entered information may deem the bidder non-responsive and may be the basis for
rejecting the bidder’s proposal.
References may be contacted to verify staff’s experience qualification information submitted.
References must be external to a bidder’s organization and corporate structure and from a
member of the project team who managed the bidder’s staff. Failure to provide verifiable
references may deem the bidder non- responsive and may be the basis for rejection of the
bidder’s proposal.
4.1.5 FULL-TIME/PART-TIME MONTH EQUIVALENTS DEFINITION
For each experience requirement (marked by “x”) that is met or partially met on the referenced
project, specify the number of full-time month equivalents experience that the Staff person
accrued on the referenced project. For each period in which the Staff person performed work
applicable to the claimed experience for a minimum of twenty (20) workdays of a minimum total

Page 31 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
of 140 hours (the minimum required to represent working full-time), the Staff accrues one (1)
full-time month equivalent experience. To calculate and report the full-time month equivalents
experience for Staff who worked part-time (partial) on a referenced project, use the following
calculation:
If the Staff worked half (½) time on a referenced project, experience should be pro-rated to one-
half (½) or 0.5 month full-time month equivalent experience for each period in which the staff
person worked a minimum of seventy (70) hours over twenty (20) State Business Days in a
month.
For each experience requirement that the Staff’s work on a referenced project address, report
the total number of full-time month equivalents’ experience the Staff’s work represents using
the calculations as previously described in this section, which depend upon the time period
(calendar period) during which the Staff worked on the referenced project and whether he/she
worked on a full-time or some other basis.
4.2 NARRATIVE RESPONSE REQUIREMENTS (M)
The bidder must provide a narrative response for each of the eight (8) subsections identified
within ATTACHMENT 14: NARRATIVE RESPONSE.
The bidder’s narrative response must not contain assumptions or contradict and/or place
conditions on any of the State’s requirements. Including conditional statements or narrative that
conflicts with the bidder ‘s “yes” response to meet or exceed the DCAO Requirements in Exhibit
2-1, will be considered a deviation in accordance with SECTION 2.4.1: IDENTIFICATION
AND CLASSIFICATION OF SOLICITATION REQUIREMENTS.
The bidder’s narrative response must be structured in accordance with the preparation
instructions and content requirements outlined in ATTACHMENT 14: NARRATIVE
RESPONSE, and must align with and meet all of the requirements of this RFP. The maximum
points available for this requirement are as follows:
1. Approach Summary – (maximum 30 points)
2. Project Management Plan – maximum 60 points)
3. System Technical Architecture Plan – (maximum 80 points)
4. Data Security Plan – (maximum 90 points)
5. Data Aggregation & Integration Plan – (maximum 90 points)
6. Business Intelligence Plan – (maximum 60 points)
7. Data Validation and Testing Plan – (maximum 60 points)
8. Training and Transition Plan - (maximum 30 points)

Refer to SECTION 7: EVALUATION for details regarding the scoring methodology.

Page 32 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
4.3 SOLUTION REQUIREMENTS
The bidder must complete Exhibit 2-1: DCAO Requirements and include in its Final Proposal in
accordance with Section 4, Proposal Requirements and Section 6, Proposal/Bid Format and
Submission Requirements.
The bidder must indicate compliance and confirmation to each of the requirements by marking
“Yes” or “No” in the column labeled “Contractor Agrees to provide the Requirement Yes/No”.
A blank or “NO” answer in either of these two (2) columns will be deemed non-responsive and
may be the basis for rejection of the bidder’s proposal. In addition to the compliance of each
requirement, the Bidder must submit a narrative response, where indicated, describing how the
bidder will meet the requirement. It is incumbent on the bidder to provide enough detail in the
response for the State to evaluate the bidder’s ability to meet the requirement.
The following provides a description of each column and the instructions for completing Exhibit
2-1:
Column 1: The unique requirement number assigned to a requirement.
Column 2: Indicates the category of the functional or non-functional requirement.
Column 3: A description of each requirement.
Column 4: The bidder must indicate compliance and confirmation to each of the
requirements by marking “Yes” or “No” in this column labeled “Contractor Agrees to
provide the Requirement Yes/No”.
Column 5: A description of how the bidder will meet the requirement.
The bidder is reminded that in order to be considered responsive and responsible to the
requirement, the bidder must provide enough detail in Final Proposal in order for the State to
evaluate the bidder’s ability to meet the requirement. Refer to SECTION 7: EVALUATION for
details on how the requirement will be scored as part of the overall evaluation.

4.4 DELIVERABLE REQUIREMENTS (M)


The bidder must complete and submit as part of the Final Proposal, EXHIBIT 2-2:
DELIVERABLE REQUIREMENTS. The bidder must indicate compliance and confirmation
with each of the deliverables by marking “Yes” or “No” in the column labeled “Contractor
Agrees to provide the Deliverable Yes/No”. A blank or “NO” answer in the column will be
deemed non-responsive and may be the basis for rejection of the bidder’s proposal. EXHIBIT 2-
2: DELIVERABLE REQUIREMENTS provides a description of each worksheet and instructions
for completing the exhibit.
Refer to SECTION 7: EVALUATION for details regarding the scoring methodology.

5. COST
Cost is a primary evaluation criterion weighted at 40% (500 points) of the total 1,500 points.

Page 33 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
Evaluation in this category will be based on the lowest total estimated net cost as calculated
according to the methodology in this section and SECTION 7: EVALUATION.
All proposed costs for all line items must be all-inclusive, thereby including the cost of any and
all services required in this solicitation. Bidders must be mindful that it is unlawful for any
person engaged in business within this state to sell or use any article or product as a “loss leader”
as defined in Section 17030 of the Business and Professions Code. (See Public Contract Code
section 12104.5(b).)
The intent is to structure the pricing format in order to facilitate a straightforward comparison
among all bidders and foster competition to obtain the best market pricing. Consequently, CDCR
requires that each bidder’s cost be in the format outlined in this section. Therefore, the bidder is
advised that failure to comply with the instructions listed in this section, such as submission of
an incomplete proposal, use of alternative pricing structures or different formats than the one
requested, may be the basis for rejection of the bidder’s proposal.
Important Note: It is imperative that no cost information is included in the body of the proposal.
Cost information must only be submitted in the Bidder’s Response, Volume 2, Cost in
accordance with SECTION 6: PROPOSAL/BID FORMAT AND SUBMISSION
REQUIREMENTS.
5.1 COST WORKSHEETS (M)
Services, features, and costs included in EXHIBIT 2-3: COST WORKSHEETS are those that
the bidder must provide for the term of the Contract as identified in the SOW, which includes all
optional years. All bidders must provide individual costs as indicated in the cost worksheets and
submit them with the bidder’s Final Proposal. Items submitted with no price will be considered
as offered at no cost.
EXHIBIT 2-3: COST WORKSHEETS contains the following cost worksheets:
Tab 1, Introduction: Description of each worksheet and instructions for completing.
Tab 2, Cost Worksheet #1: Total Cost Summary (Automatically calculated)
Tab 3, Cost Worksheet #2: Contractor Staff Rates
Tab 4, Cost Worksheet #3: Additional Software Costs
Tab 5, Cost Worksheet #4: Deliverables Costs
5.2 COST WORKBOOK INSTRUCTIONS
The cost workbook includes multiple cost worksheets that must be completed by the bidder and
submitted with its Final Cost Proposal to be considered responsive. The bidder must include the
completed cost worksheets in Volume 2 of the Final Proposal submission.
The bidder is required to enter all cost data in the format prescribed by the cost worksheets, even
if there are no costs for the item indicated on the worksheet(s). In these instances, the bidder
must indicate the cost as a zero ($0). In addition, if any character other than a numeral is used

Page 34 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
(e.g., a dash), the State will assume the cost of the item to be zero ($0). All other fields must not
be modified. If the cost worksheet is modified or cells are left blank, the State may reject the
bidder’s proposal. The cost worksheets must be filled out completely or the State may reject the
bidder’s proposal.
The State has populated some of the cells with formulas; however, it is the responsibility of the
bidder to ensure worksheets and calculations are correct and accurate. The State will not assume
responsibility for any cost figures that do not calculate properly.
5.3 UNANTICIPATED TASKS
Unanticipated Tasks are defined as additional work which must be performed, and are generally
within Appendix A – Statement of Work, but were unforeseen and not identified at the time of
offer. Both parties shall agree upon the work needing to be performed, which shall result in
Unanticipated Costs and Tasks as identified on the Work Authorization (WA) form, Exhibit A-1.
No work shall be performed in advance of the Contractor’s written proposal and the CDCR
approved Amendment of Unanticipated Tasks.
The CDCR limits the budget for unanticipated tasks to not exceed five percent (5%) of the sum
of the original Contract as is in accordance with rates as listed in Exhibit B-1.
Refer to APPENDIX A – STATEMENT OF WORK for additional details.
5.4 SALES TAX
Sales tax is not to be included in the cost worksheets. If awarded the Contract, sales tax, if
applicable, should be added at time of invoicing. The sales tax rate applied should be based on
the rate of the area where the service is to be provided. See Board of Equalization Regulation
1502 (f) (1) (D).

6. PROPOSAL/BID FORMAT AND SUBMISSION


REQUIREMENTS
These instructions identify the mandatory proposal format and the approach for the development
and presentation of proposals. The format instructions must be followed, all requirements and
questions in the solicitation must be completed and all requested data must be supplied. The
bidder shall carefully examine the solicitation and be satisfied with the compliance conditions
prior to submitting a proposal.
Bidder shall upload a soft copy of its entire proposal, including the EXHIBIT 2-3: COST
WORKSHEETS, as specified in SECTION 6.3: DELIVERY OF SUBMITTALS.
It is important that bidder’s soft copy proposals are submitted in their entirety. Proposals not
submitted in the manner specified will be considered a deviation in accordance with SECTION
2.4.1: IDENTIFICATION AND CLASSIFICATION OF SOLICITATION REQUIREMENTS.
The State will not be liable for any costs incurred by any bidder in responding to this solicitation,
regardless of whether the State awards the Contract through this process, decides not to move

Page 35 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
forward with the project, cancels this solicitation for any reason, or Contracts for the project
through other processes or by issuing another solicitation.
6.1 PREPARATION
Proposals are to be prepared in such a way as to provide a straightforward, concise delineation of
capabilities to satisfy the requirements of this solicitation document. Emphasis should be
concentrated on conformance to the solicitation document instructions, responsiveness to the
solicitation document requirements, and completeness and clarity of content.
6.2 COMPLETION OF PROPOSALS
Proposals must be complete in all respects as required by this section. A Final Proposal may be
rejected if it is conditional, incomplete, contains assumptions, or any alterations of form or other
irregularities of any kind. A Final Proposal may be rejected if any such defect or irregularity
constitutes a deviation from the solicitation document requirements. The Final Proposal must
contain all costs as required in SECTION 5: COST and SECTION 6: PROPOSAL/BID
FORMAT AND SUBMISSION REQUIREMENTS.
6.3 DELIVERY OF SUBMITTALS
No later than five (5) business days prior to the Last Day to Submit Final Proposals as specified
in SECTION 2.3: KEY ACTION DATES, bidder must, by email, provide the Procurement
Officer specified in SECTION 2.2.1: PROCUREMENT OFFICER the bidder Contact to upload
the soft copy of Bidder’s Final Proposal. Once provided, an invitation to a file-sharing site will
be sent to the specified individual. A separate site will be created for each bidder only visible to
and accessible by the bidder Contact and the Evaluation Team. It is bidder’s responsibility to
confirm receipt of the invitations with the Procurement Officer.
The file-sharing site will provide two folders titled “Volume 1” and “Volume 2” within which to
submit the bidder’s Final Proposal. Bidder Contacts will be required to upload the soft copy of
the Bidder’s Final Proposal to the appropriate folders as specified in SECTION 6.5: FINAL
PROPOSAL FORMAT AND CONTENT.
If a file is uploaded in error to the file-sharing site folders, bidder may submit a request by email,
to the Procurement Officer prior to the last Day to Submit Final Proposals. Please do not
upload .zip files into the file-sharing site.
6.4 FORMATTING
It is the bidder’s responsibility to ensure its proposal is submitted in a manner that enables the
State to easily locate all response descriptions and exhibits for each requirement of this
solicitation.
6.4.1 SOFT COPY
Soft copy files must be submitted in searchable portable document file (PDF) format (Acrobat v.
6.0 or higher), with the exception of EXHIBIT 2-3: COST WORKSHEETS, which must be
submitted in MS Excel format (version 2013 or higher).

Page 36 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
Soft copies of files must be uploaded as individual files. With the exception of EXHIBIT 2-3:
COST WORKSHEETS each file must be labeled with the following naming information:
Exhibit Number: Exhibit Name – Bidder Name.[ext]
Example: Exhibit 7: Bidder Declaration – ABCorp.pdf
6.5 FINAL PROPOSAL FORMAT AND CONTENT
Each volume of the proposal must be provided separately, submitted, and must be structured in
the following manner:
VOLUME 1: RESPONSE TO NON-COST REQUIREMENTS
1. Cover Letter (Refer to SECTION 3.10: COVER LETTER (M))
Required solicitation Attachments, in the following order:
2. ATTACHMENT 1: CONFIDENTIALITY STATEMENT
3. ATTACHMENT 2: RESPONSE TO ADMINISTRATIVE REQUIREMENTS
4. ATTACHMENT 3: BIDDER DECLARATION GSPD 05-105
5. ATTACHMENT 4: WORKERS’ COMPENSATION CERTIFICATION
6. ATTACHMENT 5: DVBE DECLARATIONS
7. ATTACHMENT 6: BIDDING PREFERENCES AND INCENTIVES
8. ATTACHMENT 7: COMMERCIALLY USEFUL FUNCTION (CUF) CERTIFICATION
9. ATTACHMENT 8: CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION
10. ATTACHMENT 9: IRAN CONTRACTING ACT VERIFICATION FORM
11. PREFERENCE/INCENTIVE EXHIBITS (REQUIRED ONLY AS INDICATED)
a. TACPA PREFERENCE REQUEST FORMS (required if claiming TACPA
preference)
RESPONSE TO QUALIFICATION REQUIREMENTS, SOLUTION REQUIREMENTS, AND
THE REQUIRED EXHIBITS, IN THE FOLLOWING ORDER:
12. ATTACHMENT 11: BIDDER QUALIFICATIONS FORM
13. ATTACHMENT 12: BIDDER REFERENCE FORM
14. ATTACHMENT 13-1: SENIOR PROJECT MANAGER – QUALIFICATIONS &
REFERNECE FORM(s)
15. ATTACHMENT 13-2: SENIOR TECHNICAL LEAD – QUALIFICATIONS &
REFERENCE FORM(s)
16. ATTACHMENT 14: NARRATIVE RESPONSE
17. EXHIBIT 2-1: DCAO REQUIREMENTS

Page 37 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
18. EXHIBIT 2-2: DELIVERABLE REQUIREMENTS
VOLUME 2: COST
The bidder’s soft copy Cost Workbook in its entirety shall be titled “EXHIBIT 2-3: COST
WORKSHEETS”
7. EVALUATION
This section presents the evaluation process and scoring procedures the State will follow to
evaluate Proposals submitted in response to this solicitation. The evaluation process is a multi-
step review of each Bidder’s Proposal to determine if the bidder is responsive and responsible,
and whether its Proposal provides a “value effective” solution to the State. The value effective
Proposal is the Proposal that best meets all requirements set forth in this solicitation and any
State negotiated items.
Responsiveness is indicated by meeting all Administrative, Qualification, Proposal, and Cost
Requirements, and complying with the SECTION 2.4: RULES GOVERNING COMPETITION.
If a bidder’s Final Proposal fails to meet a mandatory requirement, it will be considered a
deviation in accordance with SECTION 2.4.1, IDENTIFICATION AND CLASSIFICATION
OF SOLICITATION REQUIREMENTS.
The State reserves the right to modify or cancel this procurement in its entirety or in part at any
time.
7.1 EVALUATION TEAM
This procurement is being conducted by a Procurement Officer from C D T S T P ( refer t o
SECTION 2.2.1: PROCUREMENT OFFICER). The Procurement Officer will serve as the
bidder’s point of contact for questions and clarification and will identify the rules governing
this procurement.
The State will establish an evaluation team consisting of CDCR management and staff to review
and evaluate proposals. The State Procurement Officer will provide guidance to the evaluation
team and provide oversight of the evaluation process. The State may engage additional qualified
individuals or subject matter experts (SME) during the evaluation process to assist the State
in gaining a better understanding of technical, financial, legal, contractual, or program issues.
These other individuals do not have voting privileges or responsibility for the evaluation process
and will serve solely in an advisory capacity.
7.2 FINAL PROPOSAL EVALUATION
This section outlines how the State will evaluate a Final Proposal and award points in a manner
that preserves the integrity of the competitive procurement process.
Proposals will be based on compliance with all requirements, with points allocated sixty percent
(60%) for non-cost components. The remaining forty percent (40%) will be allocated for cost
requirements. There are 1,500 points available (900 non-cost points, 600 cost points), excluding
preferences and incentives. All point calculations will be rounded to two (2) decimal places (the
Page 38 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
nearest hundredth). Evaluation scoring will be made by consensus of the Evaluation Team
members. The distribution and allocation of maximum points possible for each proposal element
is provided in Table 7-1: Scoring and Point Distribution, which identifies each evaluation
component, the scoring methodology, and the maximum points available for scored components.
Table 7-1: Scoring and Point Distribution

Scoring Process and Point Distribution Scoring Method / Max Score

Submission Validation (on time, complete, submission Pass/Fail


requirements per Section 6)

SECTION 3. ADMINISTRATIVE REQUIREMENTS Pass/Fail

SECTION 4: PROPOSAL REQUIREMENTS Maximum Points 900

ATTACHMENT 11: BIDDER QUALIFICATIONS Pass/Fail


FORM

ATTACHMENT 12: BIDDER REFERENCE FORM Pass/Fail

Staff Qualification Forms Pass/Fail

Staff Qualification Forms – Desirable Scored 300

Staff Reference Forms Pass/Fail

EXHIBIT 2-1: DCAO REQUIREMENTS Pass/Fail

EXHIBIT 2-2: DELIVERABLE REQUIREMENTS Pass/Fail

ATTACHMENT 14: NARRATIVE RESPONSE 500

Preference/Incentive Points Maximum Points (TBD)

TACPA Preference Points TBD

Confirmed DVBE Participation 3.1% - 5% TBD

Maximum Small Business Preference Points TBD

SECTION 5: COST Maximum Points 600

Cost Worksheets 600

Maximum Total Score (Points) 1500

Page 39 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Scoring Process and Point Distribution Scoring Method / Max Score

Maximum Total Score with preference/incentive points TBD


applied

7.2.1 EVALUATION OF REQUIRED INFORMATION AND


REQUIREMENTS
Proposals must be complete and meet all format and submission requirements as identified in
SECTION 6: PROPOSAL/BID FORMAT AND SUBMISSION REQUIREMENTS. Proposal
Submissions must meet the mandatory requirements to increase the likelihood of a successful
proposal and bidder eligibility for invitation to negotiations. If a bidder’s proposal deviates from
any of the mandatory requirements, it will be considered a deviation in accordance with
SECTION 2.4.1. IDENTIFICATION AND CLASSIFICATION OF SOLICITATION
REQUIREMENTS. A Final Proposal may be rejected if it is conditional or incomplete,
contradicts the requirements, contains any alterations of form, or contains other irregularities of
any kind, including alterations to any terms and conditions.
7.2.2 RECEIPT AND PRELIMINARY REVIEW
All proposals received by the time and date specified in SECTION 2.3: KEY ACTION DATES
will be treated as having been received on time.
The Procurement Officer will check all proposals for the proper identification and to ensure that
required information conforms to the proposal format and submission requirements of
SECTION 6: PROPOSAL/BID FORMAT AND SUBMISSION REQUIREMENTS. Absence of
required information may make the proposal non- responsive and may result in bidder
disqualification.
7.2.3 VALIDATION AGAINST REQUIREMENTS
The State will check each Proposal in detail to determine its compliance with the solicitation
requirements. The State reserves the right to use multiple means to validate and determine the
bidder’s response to a requirement. This may be through details in its description and/or
supporting documentation provided or material that is publicly available, that may either support
or contradict the bidder’s claim of intended compliance. If a bidder’s Proposal fails to meet a
mandatory requirement, it will be considered a deviation in accordance with SECTION 2.4.1.
IDENTIFICATION AND CLASSIFICATION OF SOLICITATION REQUIREMENTS.
During the proposal evaluation, the State may request that the bidder clarify any area of the
proposal that the State determines to be unclear.
7.2.4 ERRORS IN THE FINAL PROPOSAL
An error in the Final Proposal may cause the rejection of that proposal; however, the State may

Page 40 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
at its sole option retain the proposal and make certain corrections. In determining if a correction
will be made, the State will consider the conformance of the proposal to the format and content
required by the solicitation, and any unusual complexity of the format and content required by
the solicitation.
1. If the bidder’s intent is clearly established based on review of the complete Final
Proposal submittal, the State may at its sole option correct an error based on that
established intent.
2. If the State discovers obvious clerical or arithmetic errors, the State may, at its sole
option, correct such errors. If the mathematical correction results in significant changes
to the bidder’s response, the State will provide the bidder the opportunity through the
process identified in VALIDATION AGAINST REQUIREMENTS to validate the
resulting correction.
3. It is absolutely essential that bidders carefully review the cost elements in their Final
Proposals and BAFOs, since they will not have the option to correct errors after the time
for submission.
4. The State may request clarification of items in the bidder’s response if the meaning is not
clear to the State, utilizing the process identified in SECTION 7: EVALUATION.
Responses to requests for clarification must be confirmed in writing by the bidder as
instructed by the State’s Procurement Officer at the time of the request.
5. In the event an ambiguity or discrepancy between any of the State’s Solicitation
documents is detected after the opening of bids, the State reserves the right to seek
clarification and acceptance from the bidder.
6. At the State’s sole discretion, it may declare all Final Proposals to be Draft Proposals.
Bidders may not protest the State’s determination of all Final Proposals being declared
Draft Proposals. If all proposals are declared to be Draft Proposals, the State may issue
an addendum to this RFP. Should this occur, confidential discussions may be held with
bidders who are interested in continuing to be considered. Each bidder will be notified of
the due date for the submission of a new Final Proposal to the State. This submission
must conform to the requirements of the original RFP as modified by any addenda. The
new Final Proposals will be evaluated as required by SECTION 7: EVALUATION.
7.2.5 REJECTION OF PROPOSALS
The State may reject any or all proposals and may waive any immaterial deviation or defect in a
proposal. The State’s waiver of any immaterial deviation or defect shall in no way modify the
solicitation documents or excuse the bidder from full compliance with the solicitation
specifications if awarded the Contract.
7.2.6 ADMINISTRATIVE REQUIREMENTS EVALUATION
All SECTION 3: ADMINISTRATIVE REQUIREMENTS labeled with (M) are mandatory, with
the exception of those Administrative Requirements in SECTION 3: ADMINISTRATIVE
Page 41 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
REQUIREMENTS labeled with (O) which are optional and bidders are not required to respond.
Review of the proposals will begin with ensuring that the bidder has responded to all
administrative requirements, in SECTION 3: ADMINISTRATIVE REQUIREMENTS that
require proposal submittal documents. The Administrative Requirements are evaluated as either
pass or fail. If a proposal fails to meet any mandatory requirement specified in SECTION 3:
ADMINISTRATIVE REQUIREMENTS it will be considered a deviation in accordance with
SECTION 2.4.1: IDENTIFICATION AND CLASSIFICATION OF SOLICITATION
REQUIREMENTS.
7.2.7 QUALIFICATION REQUIREMENTS EVALUATION
The State will evaluate bidder and staff qualifications using the information contained in the
completed ATTACHMENT 11: BIDDER QUALIFICATIONS FORM and Attachments 13-1
and 13-2. The evaluation team will consider all information in the bidder’s proposal to evaluate
the bidder and Staff Qualifications. Narrative descriptions on the bidder and Staff Qualification
forms must be clear and apply directly to the solicitation requirements. Narrative descriptions
may be used to validate other information provided on any form. Any conflicting information
may result in the proposal being deemed non-responsive and may result in the bidder being
disqualified.
To aid the State in evaluating bidder and staff qualifications, the bidder should use a
MM/DD/YYYY format when indicating project start and end dates. If a bidder submits a
proposal in any other date format, the State will count only the whole months or years between
the start and end dates. For example, bidder “A” cites start and end dates for a project as 6/2011
to 12/2011. The bidder or staff member would only be credited with five (5) months of
experience.
If a project end date is ongoing or exceeds the Final Proposal due date, then the bidder or staff
member will receive credit for only the experience acquired up to the Final Proposal due date.
Concurrent project timeframes (overlapping dates) will only count once for calculating the
number of years and months of qualification experience for the staff.
If the number of years and months for a project was not indicated on the bidder or staff
qualification form “Experience gained on this cited Project” and the bidder or staff checked
“yes” to meeting the total experience on the project cited, then the bidder or staff will only
receive experience credit for the minimum number of years required for that requirement or will
receive the number of years indicated on the header of the bidder or staff qualification form,
whichever is less.
If a proposal fails to provide all required completed and signed bidder and staff qualifications
and reference forms, it shall be considered a deviation in accordance with SECTION 2.4.1:
IDENTIFICATION AND CLASSIFICATION OF SOLICITATION REQUIREMENTS.
7.2.7.1 BIDDER QUALIFICATIONS
The evaluation team will evaluate the completed ATTACHMENT 11: BIDDER
QUALIFICATIONS FORM for compliance with the mandatory requirements specified in
Page 42 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
SECTION 4.1.1: BIDDER QUALIFICATIONS (M) and ATTACHMENT 10: BIDDER
QUALIFICATION FORM – INSTRUCTIONS. The evaluation team will validate claimed
experience meets the requirements identified. If the completed Bidder Qualification Form fails to
document the bidder experience sufficiently for the evaluation team to determine if the bidder
meets a requirement, the proposal may be deemed non-responsive, and the bidder disqualified.
The bidder must provide a minimum of three (3) projects and not more than six (6) projects. The
bidder must submit one (1) completed ATTACHMENT 11: BIDDER QUALIFICATIONS
FORM for each of the projects cited. Bidders who do not return the required qualification forms
shall be deemed non- responsive.
Bidder Qualifications are evaluated as either pass or fail. If a proposal fails to meet any
mandatory qualification requirement, it may be deemed non-responsive and the basis for
rejecting the bidder’s proposal.
7.2.7.2 BIDDER REFERENCES
The State will evaluate the bidder’s references using the information provided in each
ATTACHMENT 12: BIDDER REFERENCE FORM. The bidder must submit one (1)
ATTACHMENT 12: BIDDER REFERENCE FORM for each project cited on ATTACHMENT
11: BIDDER QUALIFICATIONS FORM.
All reference forms must be returned with the proposal in order to meet the bidder minimum
experience requirements. Bidders who do not return the required reference forms shall be
deemed non-responsive.
Each Bidder Reference Form must be signed by a reference contact who performed a
management or supervisory role on the referenced project.
If the reference is not allowed either legally or by company/organization policy to sign the
reference form(s), the reference must type in its full name with a brief statement on the form
outlining the reason they are not permitted to sign the States reference form. If needed, the State
may contact either the bidder and/or staff references to validate the reference submitted. The
State will make two (2) attempts via email to validate Bidder and/or staff experience using the
information provided in the bidder and/or staff reference forms, as applicable. If the State is
unable to validate bidder and/or staff experience the proposal shall be deemed non-responsive
and the bidder shall be disqualified
Bidder References are evaluated as either pass or fail. If a proposal fails to meet any mandatory
reference requirement, it may be deemed non-responsive and the basis for rejecting the bidder’s
proposal.
If any of the reference questions contain a rating of “No”, the proposal shall be deemed non-
responsive, and the bidder shall be disqualified.
7.2.7.3 KEY STAFF QUALIFICATIONS
For each key staff, the evaluation team will first evaluate the completed Staff Qualification
Form for compliance with the mandatory requirements specified in SECTION 4.1.3: STAFF
Page 43 of 128 January 25, 2024
Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
QUALIFICATIONS (M) and in ATTACHMENT 12: KEY STAFF QUALIFICATIONS FORM
- INSTRUCTIONS. The State will evaluate the bidder’s key staff experience using the
information provided in 13-1 and 13-2. If the completed Staff Qualifications forms fail to
document the staff member’s experience sufficiently for the evaluation team to determine if the
bidder meets a requirement, the proposal may be deemed non-responsive, and the bidder
disqualified.
Key Staff Qualification Forms are evaluated as either mandatory pass or fail, with desirable
points as applicable. If a proposal fails to meet any mandatory requirement, it may be deemed
non-responsive and the basis for rejecting the bidder’s proposal. The evaluation team will next
evaluate the completed Staff Qualification forms to ascertain whether any proposed staff
qualifies for any of the desirable scored (DS) experience points for the specific staff member as
defined in Table 7-2. If the State is unable to validate that the information supplied qualifies for
any (DS) experience points, no points will be awarded for such experience. Any desirable scored
experience points awarded will be added to the staff’s qualification score. Reference contacts
listed on attachments may be contacted to verify information provided by the bidder. There are a
total of 300 DS experience points as noted in Table 7-2.
Table 7-2: Key Staff Desirable Qualifications
Requirement Scoring Method/Max Score
Senior Project Manager (Attachment 13-1)

M #11 PASS/FAIL
M #12 PASS/FAIL
M #13 PASS/FAIL
DS #14 65
DS #15 65
DS #16 50
Requirement Scoring Method/Max Score
Senior Technical Lead (Attachment 13-2)

M #11 PASS/FAIL
M #12 PASS/FAIL
M #13 PASS/FAIL
DS #14 14
DS #15 22
DS #16 14
DS #17 14

Page 44 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
Requirement Scoring Method/Max Score
DS #18 14

DS #19 14
DS #20 14
DS #21 14
Total Points 300

7.2.7.4 KEY STAFF REFERENCES


The State will evaluate the bidder’s key staff references using the information provided on each
Key Staff Reference Form, 13-1 and 13-2. The bidder must submit one (1) reference form for
each Key Staff Qualification Form, Attachments 13-1 and 13-2.
Each staff reference form must be signed by a reference contact who performed a management
or supervisory role on the referenced project.
All reference forms must be returned with the proposal submittal in order to meet the staff
reference requirements. Bidders who do not return the required reference forms will be deemed
non-responsive and will be the basis for rejecting the bidder’s proposal.
Key Staff References are evaluated as either pass or fail. If a proposal fails to meet any mandatory
reference requirement, it may be deemed non-responsive and the basis for rejecting the bidder’s
proposal.
If any of the reference questions contain a rating of “No”, the proposal shall be deemed non-
responsive and the bidder shall be disqualified.
The State may contact the reference to validate its response in accordance with the process in
SECTION 7.2.7.5: BIDDER AND STAFF REFERENCE CHECKS.
7.2.7.5 BIDDER AND STAFF REFERENCE CHECKS
If needed to verify either the bidder or key staff’s qualifications, the State will make two (2)
attempts via phone or email to the reference contact identified on the bidder or Staff
Reference Form, to validate the claimed information and experience. The bidder should ensure
that its reference contacts are available for validation during the evaluation period identified in
SECTION 2.3: KEY ACTION DATES.
If the State has not received a response from the reference contact after the first attempt, a
second attempt will be made. If no response is received after the second attempt, the State will
contact the bidder and request that the bidder assist the State by having the reference respond to
the State within a 48-hour period from the second attempted contact. If the evaluators are still
unable to contact the reference, the bidder’s proposal may be deemed non-responsive for failure
to provide verifiable references, and the bidder may be disqualified.
7.2.8 SOLUTION REQUIREMENTS EVALUATION

Page 45 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
7.2.8.1 DCAO REQUIREMENTS
The DCAO requirements identified in EXHIBIT 2-1: DCAO REQUIREMENTS consist of
Mandatory (M) requirements. The Bidder must provide complete responses to each (M)
requirements as described in EXHIBIT 2-1: DCAO REQUIREMENTS.
Bidders must respond “Yes” that it agrees to meet each requirement identified in EXHIBIT 2-1:
DCAO REQUIREMENTS. The evaluation team will evaluate bidder’s responses to every
requirement listed in EXHIBIT 2-1: DCAO REQUIREMENTS to confirm compliance. If the
bidder responds with a “No” response to any requirement, the proposal may be deemed non-
responsive, and the bidder disqualified.
The Evaluation Team will evaluate the bidder’s description to each DCAO requirement. Any
description that does not meet the state’s requirements or contradicts the bidder’s “yes”
response, or contradicts and/or places conditions on the State’s requirements will be considered a
deviation in accordance with SECTION 2.4.1. IDENTIFICATION AND CLASSIFICATION
OF SOLICITATION REQUIREMENTS.
7.2.8.2 DELIVERABLE REQUIREMENTS EVALUATION
Bidders must respond “Yes” that it agrees to produce each deliverable identified in EXHIBIT 2-
2: DELIVERABLE REQUIREMENTS. The evaluation team will evaluate bidder’s responses to
every deliverable listed in EXHIBIT 2-2: DELIVERABLE REQUIREMENTS to confirm
compliance. If the bidder responds with a “No” response to any deliverable, the proposal may be
deemed non-responsive, and the bidder disqualified.
7.2.8.3 NARRATIVE RESPONSE(S) REQUIREMENTS
The narrative responses identified in ATTACHMENT 14: NARRATIVE RESPONSE, consist
of Mandatory (M) Pass/Fail and Mandatory Scored (MS), requirements. The maximum points
possible per subsection are reflected in Table 7-3 below:
Table 7-3: Narrative Response Evaluation Subsections

Subsection Maximum Points

14.1 Approach Summary 30

14.2 Project Management Plan 60

14.3 System Technical Architecture Plan 80

14.4 Data Security Plan 90

14.5 Data Aggression and Integration Plan 90

14.6 Business Intelligence Plan 60

Page 46 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Subsection Maximum Points

14.7 Data Validation and Testing Plan 60

14.8 Training and Transition Plan 30

Total 500

The Evaluation Team will evaluate the bidder’s narrative responses to the eight (8) subsections
within ATTACHMENT 14: NARRATIVE RESPONSE. Any narrative that contradicts and/or
places conditions on the State’s requirements will be considered a deviation in accordance with
SECTION 2.4.1. IDENTIFICATION AND CLASSIFICATION OF SOLICITATION
REQUIREMENTS.
The Evaluation Team will evaluate the bidder’s Narrative Response as follows:
1. The State will validate the bidder’s Narrative Response was prepared in accordance
with ATTACHMENT 14: NARRATIVE RESPONSE.
2. The State will use the rating guide in Table 7-4 Narrative Response Rating Guide, to
determine the score for the bidder’s response.
The table below will be used to evaluate the narrative response the bidder provides to the
following narrative response items:
Table 7-4: Narrative Response Rating Guide

Mandatory Scored (MS) Narrative Responses Rating Evaluation Score


Guide Outcome

Response and supporting information: Exceeds (E) 100% of


the max
1. Demonstrates in the bidder‘s own words a thorough,
points
detailed, and comprehensive understanding of the
available
requirement.
for that
2. Demonstrates the ability and intent to meet or exceed the Req.
requirement in full. Number
3. Provides evidence of proven ability to meet or exceed the
requirement or detailed plans or methodology that further
demonstrates how the requirement will be optimally met
or exceeded.
4. Provides an approach that is fully achievable, applies best
practices, is clearly and concisely presented, and is
logically organized and well-integrated.

Page 47 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Mandatory Scored (MS) Narrative Responses Rating Evaluation Score


Guide Outcome

Response and supporting information: Good (G) 75% of the


max points
1. Demonstrates in the bidder‘s own words a comprehensive
available
understanding of the requirement.
for that
2. Demonstrates the ability and intent to meet the Req.
requirement in full. Number
3. Provides some evidence of proven ability to meet the
requirement or detailed plans or methodology that further
demonstrates how the requirement will be met.
4. Provides an approach that is mostly achievable, suitable,
acceptably presented, sufficiently organized and
integrated.

Response and supporting information: Marginal (M) 50% of the


max points
1. Simply repeats or paraphrases the requirement.
available
2. Meets or partially meets the RFP requirement without for that
supporting description or literature. Req.
3. Does not demonstrate that the bidder fully understands the Number
requirement.
4. Provides an approach that is not fully achievable,
somewhat suitable, less than acceptably presented,
somewhat unorganized, and partially integrated.

1. Response is not relevant; or Unacceptable (U) 0%


2. Response does not demonstrate an understanding of, or
inaccurately interpreted the requirement; or
3. The approach is not achievable; or
4. The bidder failed to provide narrative to support the
requirement; or
5. The bidder provided a narrative statement that “intends”
to support the requirement.

7.2.9 CALCULATE BIDDER PROPOSAL NON-COST SCORE


The bidder’s non-cost score is the sum of the bidder’s qualification requirements score plus the
bidder’s narrative response score from the bidder’s Final Proposal. The table below is an

Page 48 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
illustration of this process.
Table 7-5: Bidder Proposal Non-Cost Score Calculation

Bidder Bidder Qualification Bidder Narrative Bidder Proposal


Requirements Score Response Score Score Summation

A 250 points 500 points 750 points

B 275 points 575 points 850 points

C 200 points 450 points 650 points

NOTE: Point values in the example explain the calculations and have no other significance.
7.2.10 COST EVALUATION
After SECTION 3: ADMINISTRATIVE REQUIREMENTS and SECTION 4: PROPOSAL
REQUIREMENTS have been evaluated, the evaluation team will evaluate the cost workbook
(bidder’s response to Volume 2) for those bidders whose proposals have been deemed
responsive and responsible.
All cost worksheets will be validated to verify completeness and mathematical accuracy. If
appropriate, errors will be corrected in accordance with SECTION 7.2.4: ERRORS IN THE
FINAL PROPOSAL
After costs worksheets have been verified for accuracy, the bidder with the lowest proposed total
cost will receive the maximum score of 600 points. All other bidders will receive a
proportionally lower score using the ratio of the lowest proposed total cost to the bidder’s
proposed total cost applied to the maximum points of 600, as shown in the bidder cost score
formula Table 7-6 below:
Table 7-6: Bidder Cost Score Formula

Bidder Cost Score Formula

(Lowest proposed total cost of all bidders)


X 600 points = Bidder cost score
(Bidder’s proposed total cost)

The cost score calculation example in Table 7-7: Bidder Cost Score Calculation example
illustrates that Bidder C proposed the lowest cost and received the maximum points possible.
Table 7-7: Bidder Cost Score Calculation

Bidder Bidder’s Calculation Bidder Cost


Proposed Score
Total Cost

Page 49 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

A $500,000 $300,000 X 600 points 360 points


$500,000

B $400,000 $300,000 X 600 points 450 points


$400,000

C $300,000 $300,000 X 600 points 600 points


$300,000

NOTE: Point values in this example explain the calculations and have no other significance.
7.2.11 SOCIOECONOMIC PROGRAMS
Bidders who claim preference points will be evaluated to determine whether they submitted the
required forms, documents, exhibits, and/or the responses necessary to validate their
qualification and eligibility for the claimed preference(s). If the State determines that the
submitted information is insufficient or that the required documents do not otherwise validate the
eligibility for points in any of the claimed programs, then the points for that program will not be
added to the Bidder’s final overall proposal score. If the State is able to validate the bidder’s
claim, the qualified preference points will be applied to the Bidder’s final overall proposal score
as illustrated in Table 7-9 Bidder Final Score Calculation provided that the bidder’s proposal is
not otherwise determined to be non-responsive to any mandatory requirements.
7.2.11.1 SMALL BUSINESS PREFERENCE
The State will verify Small Business/Non-Small Business preference claim and apply the five
percent (5%) preference accordingly.
In accordance with Government Code §14835 et seq., bidders who qualify as a small
business will be given a five percent (5%) preference for evaluation purposes only. The five
percent (5%) preference is calculated on the total number of points awarded to the highest
scoring non-small business that is responsible and responsive to the proposal requirements. The
rules and regulations of this law, including the definition of a small business for the delivery of
goods and services, are contained in the California Code of Regulations, Title 2, § 1896 et seq.
This five percent (5%) small business preference is also available to a non-small business
claiming 25% California certified small business subcontractor participation. The five percent
(5%) preference is calculated on the total number of points awarded to the highest scoring non-
small business that is responsible and responsive to the proposal requirements and that is not
subcontracting a minimum of 25% to a small business. Non-small business bidders claiming the
five percent (5%) small business preference must commit to subcontract at least 25% of the net
proposal price with one (1) or more California certified small businesses.
Completed certification applications and required support documents must be submitted to the
Department of General Services Office of Small Business and DVBE Services (OSDS) no later

Page 50 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
than 5:00 p.m. on the Final Proposal due date, and the OSDS must be able to approve the
application as submitted. Questions regarding certification should be directed to the OSDS at
(916) 375-4940.
For an illustration of this process, refer to the example in Table 7-8: Small Business Preference
Points Calculation. Points in this example explain the calculations and have no other
significance.
The preference points for Bidders A and B are based on five percent (5%) of the bidder proposal
score of Bidder C, the highest scorer of a non-small business, which is (1,250 points) x (.05) =
62.50 points (rounded). Bidder C, which is neither a small business nor a non-small business
subcontracting a minimum of 25 percent (25%) to a small business, receives no small business
preference points.
Table 7-8: Small Business Preference Points Calculation

Bidder Bidder Total Small Business Non-Small Small Business


Proposal Preference Business Preference
Score Claim? Preference Points Awarded
Claim?

A 1110 pts Yes No 62.50 pts

B 1300 pts No Yes 62.50 pts

C 1250 pts No No 0.00 pts

NOTE: Calculation is based on 5% of the bidder with the highest “Bidder Proposal Score” that
is a non-small business. In the example Table 7-8, Bidder C has the highest non-small business
score.
7.2.11.2 TARGET AREA CONTRACT PREFERENCE ACT (TACPA) PREFERENCE
The State will give preferences in accordance with the GC 4530-4535.3, for bidders who are
California home based and who qualify for claimed preferences under the Target Area Contract
Preference Act (TACPA) by computing and returning the appropriate forms described in the
RFP. Where multiple preferences are claimed, the State will verify eligibility for the preferences
and evaluate and apply preferences in accordance with the law.
Available evaluation preferences under TACPA are limited to nine percent (9%), five percent
(5%) worksite, and one percent (1%) up to four percent (4%) workforce of the lowest total
proposal price or $50,000.00, whichever is less. The TACPA preference is a dollar preference,
applied against the bidder’s proposed cost, before cost is evaluated and converted to points.
The State will verify TACPA preference and apply the TACPA Preference accordingly. The
TACPA preference does not apply when the worksite is fixed by the terms of the Contract.

Page 51 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
7.2.11.3 BIDDER FINAL SCORE CALCULATION AND RANK DETERMINATION
The evaluation team will calculate the bidder’s final score. Table 7-9: Bidder Final Score
Calculation example illustrates the bidder’s final score that incorporates both preference and
incentive points:
Table 7-9 Bidder Final Score Calculation

Small Business
Bidder Total
Bidder Preference Points Bidder Final Score
Proposal Score
Awarded

A 1110.00 pts 62.50 pts 1172.50 pts

B 1300.00 pts 62.50 pts 1362.50 pts

C 1250.00 pts 0.00 pts 1250.00 pts

NOTE: Bidder final score calculation in Table 7-9 is an example that explains the calculations
and has no other significance.
7.2.11.4 SUBMISSION OF AMENDED FINAL PROPOSAL(S)
The State may require submission of an amended final proposal(s) incorporating any revisions
made through the bid clarification process.
7.3 NEGOTIATIONS
Negotiations allow the State and bidder an opportunity to discuss items that could, in the State’s
opinion, enhance the bidder’s proposal and potential for award. Negotiations are not intended to
allow a bidder to completely rewrite their proposal. The negotiations are exchanges between the
State and the bidder, which are undertaken with the intent of allowing the bidder to revise their
Final Proposal only in areas determined by the State during the negotiation process. Negotiations
will be conducted either orally or in writing. These negotiations may include bargaining, such as
persuasion, and alteration of assumptions and positions.
The State may discuss any aspect of the bidder’s proposal that could, in the opinion of the State,
be altered or explained to materially enhance the proposal’s potential for award. However, the
State is not required to discuss every area where the bidder’s proposal could be improved. The
scope and extent of negotiation exchanges are the matter of the State’s judgment.
At the State’s discretion, the State will determine the topics for negotiation and reserves the right
to revise the scoring criteria for Best and Final Offer evaluation to obtain a value effective
Solution.
All aspects of the bidder’s proposal are confidential until after the issuance of the Notification of
Award.
NOTE: In the event no compliant bids are received, the State at its discretion may proceed to

Page 52 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
negotiations with all bidders that submitted a bid.
7.3.1 PROCEEDING TO NEGOTIATIONS
The State will invite and proceed with negotiations with up to the top three (3) highest scoring
compliant bidders. The State will notify those bidders in writing: (1) that the State is initiating
negotiations pursuant to PCC § 6611(a); (2) the general purpose and scope of the negotiations;
(3) the anticipated schedule for the negotiations; and (4) the procedures to be followed for
negotiations. Bidder(s) who have been invited to participate in negotiations must confirm
attendance, in accordance with the invitation instructions, within five (5) State business days of
invitation.
7.3.2 BEST AND FINAL OFFER SUBMISSION
At the conclusion of negotiations, the State may request a Best and Final Offer (BAFO)
submission. The intent of the BAFO is to clarify and document understandings reached during
negotiations. The State will establish a date and time for receipt of the BAFOs based on when
the bidder’s BAFO negotiations occur. A bidder’s BAFO is an irrevocable offer for 180 calendar
days following the scheduled date for submission of a final accepted BAFO. A bidder may
extend the offer in the event of a delay in Contract award.
BAFOs must be submitted to the location identified in SECTION 2.2.1 PROCUREMENT
OFFICER, by the specific date and time that will be communicated to each bidder individually
in writing.
The BAFO submission must address the following:
1. A supplemental proposal containing all negotiated/revised section(s) of the bidder’s
original Final Proposal, any other revised area specifically required by the State to be
included in the BAFO, and revisions made necessary in accordance therewith.
2. The supplemental proposal must include all changes made to negotiated section(s) of the
bidder’s original Final Proposal in tracked changes. Changes to the bidder’s original
Final Proposal that are not tracked in the supplemental proposal or otherwise identified
may result in rejection of the proposal or cause for termination of the Contract.
3. An executive summary must accompany the supplemental proposal, identifying a list of
all changes (other than non-substantive changes to formatting, punctuation, and
grammar) that have been made to the bidder’s original Final Proposal. The bidder must
include and attest to the following statement within the Executive Summary:
“This Best and Final Offer (BAFO) is in response to [RFP C5611387] and the changes identified
in this executive summary represent all changes made to {bidder’s name} Final Proposal
previously submitted to the State. Any substantive change not included in this list is non-
operative, non-binding, and will not be considered a part of the {Bidder’s name} BAFO.”
7.3.3 EVALUATION OF BAFO SUBMISSION
The State will evaluate the BAFO submissions for compliance with the solicitation requirements

Page 53 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
and negotiated items to determine which BAFO provides the most value effective Solution for
the State. The State will document the evaluation process and selection criteria in its final
selection documents.
7.3.4 AWARD AND EXECUTION
Contract Award, if made, will occur pursuant to the Key Action Dates of the solicitation
document specified in SECTION 2.3: KEY ACTION DATES; however, the State, at its sole
option, may change the Contract Award date. The State reserves the right to modify or cancel in
whole or in part its solicitation document. The State reserves the right at any time to reject any or
all proposals.
7.3.5 NOTIFICATION OF AWARD
The State will publish a written “Notification of Award” to all bidders that have submitted a
proposal in response to this solicitation. See SECTION 2.3: KEY ACTION DATES, for the
anticipated date for the Notification of Awards.
7.3.6 ADDITIONAL DOCUMENTS REQUIRED FOR AWARD
The State reserves the right to require additional documentation as may be necessary to complete
the award of its Contract. Such additional documentation beyond those listed under SECTION 6:
PROPOSAL FORMAT AND SUBMISSION REQUIREMENTS, shall be determined by the
State and may include but are not necessarily limited to the Cost Workbook and a revised STD.
213, signed by the bidder. Such additional required documents are not intended to impose new
requirements upon the bidder and shall not be refused by the bidder. Additional required
documents must be submitted to the Procurement Officer not later than ten (10) State Business
Days from the State’s posting of its Notification of Award. These documents are required by the
State in order to assemble the awarded Agreement.
7.3.7 PROTESTS OF AWARD
This procurement process does not include any provisions to protest either the process or
resulting contract award(s). However, pursuant to PCC § 6611(d), an unsuccessful bidder may
file a petition for a writ of mandate in accordance with Section 1085 of the Code of Civil
Procedure. The venue for the petition for a writ of mandate will be Sacramento, California.
7.3.8 DEBRIEFING
A debriefing may be held within thirty (30) days after Contract award at the request of any
bidder for the purpose of receiving specific information concerning the evaluation. The
discussion will be based primarily on the qualifications, solution requirements and cost
evaluations of the bidder’s Final Proposal. A debriefing is not the forum to challenge the
solicitation specifications or requirements.

8. INFORMATIONAL ATTACHMENTS
The following attachments to this solicitation are informational for use in the solicitation process

Page 54 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions
and do not need to be submitted with the bidder’s proposal response.
1. ATTACHMENT 15: GLOSSARY OF TERMS. This attachment includes definitions
for terms used in the solicitation and in the SOW.
2. ATTACHMENT 16: ACRONYMS. This attachment includes acronyms and
abbreviations used in the solicitation and in the SOW.
3. ATTACHMENT 17: INTENT TO BID. This attachment provides the format for a
bidder to declare their intent to bid on this solicitation.
4. ATTACHMENT 18: TEMPLATE FOR QUESTION SUBMITTAL . This attachment
provides the format for a bidder to submit questions regarding this solicitation.
5. ATTACHMENT 19: SOLICITATION SUBMISSION CHECKLIST. This attachment
references items to be submitted as part of the Final Proposal submission but is not
guaranteed to include all necessary items.

Page 55 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

ATTACHMENT 15: GLOSSARY OF TERMS


Term Definition

§ A symbol used in citations in lieu of the word "section." Section as in


California Government Code section (§) 81000.

Accelerators Extensions, enhancements, and add-ons to pre-packaged software solution


components. Accelerators refer to software products that the Contractor
has built, or third-party products that the Contractor has configured and
provided to accelerate Solution development.

Acceptance The subset of Specifications against which each Deliverable shall be


Criteria evaluated, and which are described in DEDs.

Archive The process of retaining the system records forever – No purging.

Business Higher-level statement of the goals, objectives, and needs of the


Requirements Agency/state. Business requirements describe the reasons why a project
has been initiated, the objectives that the project will achieve, and the
metrics that will be used to measure its success. Business requirements
describe the needs of the Agency/state as a whole, not the groups or
stakeholders within it, and “what” the results should be once the system or
application is designed and produced.

(Deliverable) The State’s receipt of notice and, if requested by State, full supporting
Certification and written documentation (including without limitation test results) from
Contractor that Contractor has, as applicable: completed a Deliverable in
accordance with its Acceptance Criteria or pre-tested a system for
compliance with the applicable Specifications; and confirmed that the
Deliverable, including but not limited to the CAL-ACCESS Replacement
System, is ready for applicable Acceptance Tests and/or implementation.

Change An approach to managing any changes to this Contract.


Management

Context Diagram Diagram showing the interactions between a system and actors that the
system is designed to interface with.

Contract Contract or agreement (including any purchase order), by whatever name


known or in whatever format used.

Page 56 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Term Definition

Contract Award The date the California Department of Technology approves a Contract
Date with the CAL-ACCESS Replacement System Contractor.

Data Breach Any access, destruction, loss, theft, use, modification or disclosure of
Data by an unauthorized party or that is in violation of Contract terms
and/or applicable state or federal law.

Data Center A facility used to house computer systems and associated components,
such as telecommunications and storage systems. It generally includes
redundant or backup power supplies, redundant data communications
connections, environmental controls (e.g., air conditioning, fire
suppression) and various security devices.

Deliverable A DAD is done after the deliverable is completed and accepted, the
Acceptance Contractor will submit a Deliverables Acceptance Document for CDCR
Document (DAD) review and approval. The Contractor may submit invoices for individual
deliverable withhold amounts after all deliverables are signed off as
accepted.

Deliverable A DED describes the Contractor’s agreed upon approach to preparing a


Expectation Deliverable, including the methodology, format, content, level of detail,
Document (DED) relevant standards, assumptions and constraints, and applicable
Acceptance Criteria.

Deficiency Failure of a Service or Deliverable which prevents or impairs the


accomplishment of work, or an omission, defect or incident in a Service
or Deliverable, which causes it not to conform to its applicable
specifications.

Development A separate technical environment for use by multiple developers to write


Environment and develop code.

DevSecOps Development, Security and Operations. An approach to culture,


automation, and platform design that integrates security as a shared
responsibility throughout the Information Technology lifecycle.

Electronic Filing A third-party entity that has been certified through the CDCR PRD to
Software generate and submit campaign finance and lobbying activity reports, on
Providers behalf of a filing entity.

External California Legislature, California Statewide Election Electoral

Page 57 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Term Definition

Stakeholders Candidates, Lobbyists, filing entities, filing software providers, public


and other State and local governmental agencies interested in Political
Reform information.

Full-stack Experience developing front-end (parts of an application that a user sees


Development and interacts with), back-end (behind-the-scenes data storage and
Experience processing), as well as DevOps tasks such as deployment and
maintenance.

Functional Functional requirements represent the business objectives, needs and


Requirements outcomes of all stakeholders. They should be organized and presented in
context of and with a baseline business process/workflow that they
describe. They provide a description of what an enabling solution should
provide and specify essential details of a solution for stakeholders as a
means to express and manage expectations. They describe actions and
operations that the solution must be able to perform. They can describe
services, reactions, and behaviors of the solution. They also describe
information the solution will manage. The requirements should be
expressed in business terms and should not include any technical
references. The requirement should identify “what” is required to meet
the business objective, not “how” the requirement will be implemented.

GANTT Chart A graphical representation (bar chart) that illustrates tasks to be done
relative to a project schedule. A Gantt chart is defined as a graphical
representation of activity against time; it helps project professionals
monitor progress.

Goods All types of tangible personal property, including but not limited to
materials, supplies, and Equipment (including computer and
telecommunications Equipment).

Hardware Usually refers to computer Equipment and is contrasted with Software.


See also Equipment.

Information Includes, but is not limited to, all electronic technology systems and
Technology (IT) services, automated information handling, System design and analysis,
conversion of data, computer programming, information storage and
retrieval, telecommunications which include voice, video, and data
communications, requisite System controls, simulation, electronic
commerce, and all related interactions between people and Machines.

Page 58 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Term Definition

Interactive Allows user to view and modify data in the database directly on a real
time basis.

Interfaces Custom Software that is developed for transmitting Data between the
CAL-ACCESS Replacement System and other systems.

Issue A situation, problem, or an activity that has happened or is happening at


present which impacts upon the approved Project Plan.

iSupport Tool used to manage incidents and infrastructure/code

Key Action Dates Important actions, dates and times associated with this solicitation by
and Times which the actions must be taken or complete.

Large and An IT system that meets all of the following criteria:


Complex IT
 At least $20M in total project cost;
System
 A solution that has at least one hundred (100) internal end users
and one hundred thousand (100,000) external users; and
 A solution that provides a secure data exchange interface with
multiple external systems.

Lessons Learned The knowledge gained through experience that is documented, analyzed,
and used to improve future efforts or activities of a similar nature.

Logical Defines the processes (the activities and functions) that are required to
Architecture provide the required services, which can be implemented via software,
hardware, or firmware. The Logical Architecture is independent of
technologies and implementations.

Machine An individual unit of a Data Processing System or subsystem, separately


identified by a type and/or model number, comprised of but not limited to
mechanical, electro-mechanical, and electronic parts, microcode, and
special features installed thereon and including any necessary Software,
e.g., central processing unit, memory module, tape unit, card reader, etc.

Non-Functional Non-functional requirements provide criteria to evaluate the operation of


Requirements an enabling solution and primarily represent qualities of (expectations and
characteristics) and constraints on (e.g., governmental regulations) the
solution. They capture conditions that do not directly relate to the
behavior or functionality of the solution, but rather describe

Page 59 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Term Definition

environmental conditions of an effective solution or productive qualities


of the solution. Mid-level non-functional requirements also define quality
of service requirements, such as those relating to required capacity, speed,
security, privacy, availability, response time, throughput, usability, and
the information architecture and presentation of the user interfaces.

One-time total Project cost from initiation through implementation and go live.
cost

Operations Operations covers all things related to supporting the day-to-day needs of
CAL-ACCESS and infrastructure supporting the system for things such
as: planning, problem management, processes, reporting, interfaces,
site/facilities, capacity, backup and recovery, data retention,
environments, performance, and hardware/software

Partner Agencies FPPC and FTB

PMP ® Project Management Professional certification issued by the Project


Certification Management Institute

Political Reform In the context of this project, Political Reform Act, California
Act (PRA) Government Code sections 81000-91014. Also can mean Public Records
Act in other contexts. (Government Code sections 7920.000-7931.000.)

Production The final host environment for the Software.


Environment

Program Product Programs, routines, subroutines, and related items which are proprietary
to the Contractor, and which are licensed to the State for its use, usually
on the basis of separately stated charges and appropriate contractual
provisions.

Programming Contractor-supplied programs and routines executable on the Contractor’s


Aids Equipment which assists a programmer in the development of
applications including language processors, sorts, communications
modules, data base management systems, and utility routines, (tape-to-
disk routines, disk-to print routines, etc.).

Scheduled Period of time during which CDCR and other contracted vendors are
Downtime allowed to perform Hardware and Software Maintenance and update
activities that may impact system availability.

Page 60 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Term Definition

ServiceNow Service Now, Inc. has a cloud computing platform to help companies
manage digital workflows for enterprise operations. It is a software tool
used by CDCR to manage incidents and infrastructure/code.

Service Response The period specified within which the Contractor must respond to the
Time request by the State for correction of a reported Deficiency, indicating
that the Contractor understands and will begin work in correcting the
Deficiency. Each Severity Level contains a specified Service Response
Time (e.g., Severity Level 1 requires the Contractor to respond to State
notification of a reported Deficiency within 30 minutes.)

Severity Level The degree of negative impact of a Deficiency, in either a Deliverable,


Hardware or Software.

SharePoint Microsoft® tool used to store and share project documentation

Solution Cloud-based data linkage and data visualization Solution to store, link,
and visualize data with the capability for data collection, data
management, data visualization, and expert IT support related to
previously incarcerated persons released through the Division of Adult
Parole Operations (DAPO).

Solution Describes the characteristics of a solution that will meet the business
Requirements requirements. Solution requirements describe specific characteristics of
the solution both in terms of functionality and quality of service. Solution
requirements are sub-classified into functional requirements and non-
functional requirements.

State The government of the State of California, its employees and authorized
representatives, including without limitation any department, agency, or
other unit of the government of the State of California.

Successor A Deliverable that must be developed and/or delivered after specific other
Deliverable Deliverable(s) based on the logical relationship between the Deliverables
(e.g., Deliverable Dependencies).

System Testing Testing that is performed on the Releases and System and Hosting
Services (in whole or in part) by the Contractor before beginning
Acceptance Tests on the Releases and System and Hosting Services

Test Environment A separately managed environment appropriate for unit, systems and

Page 61 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Term Definition

stress testing of the developed solution and its interfaces.

Users Parties who will have use of and access to the System and Services

Page 62 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

ATTACHMENT 16: ACRONYMS


Term Definition

ADA Americans with Disabilities Act; Federal law that prescribes requirements for
accessibility. ADA prohibits discrimination. Denial of access based on a
recognized disability would be a violation of the ADA. Accessibility is
covered in Section 508 of the Rehabilitation Act of 1973 and WCAG, and
Government Code section 7405

ADA Americans with Disability Act

AI Artificial Intelligence

ANSI American National Standards Institution

API Application Programming Interface

AWS Amazon Web Services

BAFO Best and final offer or BAFO is a term used in negotiated procurements. At the
conclusion of negotiations during a procurement, the State may request a Best
and Final Offer (BAFO) submission. The intent of the BAFO is to clarify and
document understandings reached during negotiations and indicate that there
will be no further negotiation on the amount or terms.

BI Business Intelligence

CCR California Code of Regulations

CDCR California Department of Corrections and Rehabilitation

CDT California Department of Technology

CDT IPO California Department of Technology, Information Technology Project


Oversight

CJIS Criminal Justice Information Services

CMMI Capability Maturity Model Integration for development

CSS Cascading Style Sheet

DAD Deliverable Acceptance Document (DAD)

Page 63 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Term Definition

DAD Deliverable Acceptance Documents

DAPO Division of Adult Parole Operations

DCAO Data Collection Analysis, and Outcomes

DED Deliverable Expectation Document (DED)

DGS Department of General Services

EDD California Employment Development Department

EIS Enterprise Information Services

ELT Extract, Load, Transform

ESC Executive Steering Committee

ETL Extract, Transform and Load

ETL Extract, Transfer, and Load

eVAQ Electronic Vendor Application of Qualifications. See Vendor Portal (eVAQ


public facing site).

FPPC California Fair Political Practices Commission

FTB California Franchise Tax Board

FTE Full-Time-Equivalent

FY Fascial Year

HIPAA Health Insurance Portability and Accountability Act

IEEE Institute of Electrical and Electronics Engineers

ISO Information Security Office

IT Information Technology

ITD Information Technology Division (of CDCR)

IV&V Independent Verification and Validation

Page 64 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Term Definition

JAD Joint Application Development

KPI Key Performance Indicator

LAN Local Area Network

ML Machine Learning

MPLS Multiprotocol Label Switching

NIST National Institute of Standards and Technology

PDT Pacific Daylight Time

PII Personal Identifiable Information

PM Project Manager; Program Manager

PM Project Manager

PMP Project Management Professional

PO Purchase Order

PRD Political Reform Division of the California Secretary of State

RDBMS Relational Database Management System

RFO Request for Offer

SEC Securities & Exchange Commission

SEI Software Engineering Institute

SFTP Secure File Transfer Protocol

SIMM State Information Management Manual – policy manual related to information


technology in California as issued by the California Technology Agency
(formerly Office of the Chief Information Officer)

SLA Service Level Agreement

Page 65 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Term Definition

SME Subject Matter Expert

SOS Secretary of State

SOW Statement of Work

SQL Structured Query Language

SSIS SQL Service Integration System

SSN and SSN4 Social Security Number and last four digits of Social Security Number as is
required if California driver’s license number does not exist.

TACPA Target Area Contract Preference Act (California Government Code section
4530 et seq.)

TB Terabytes

USPS United States Postal Service

VDI Virtual Desktop Infrastructure

W3C World Wide Web Consortium

WA Work Authorization

WAN Wide Area Network

WCAG Web Content Accessibility Guidelines

Page 66 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

ATTACHMENT 17: INTENT TO BID


California Department of Technology
Statewide Technology Procurement
P. O. BOX 1810, MS Y12
Rancho Cordova, CA 95741
Phone: (916) 800-1907
Jyoti.PatelOsby@state.ca.gov
Amy.Snow@state.ca.gov
We: (select all the appropriate boxes)
☐ Intend to submit a bid and have no problem with the solicitation requirements.

☐ Intend to submit a bid but have one or more problem(s) with the requirements. Document
your concerns on Attachment 18, TEMPLATE FOR QUESTION SUBMITTAL and submit by
the due date specified in SECTION 2.3: KEY ACTION DATES, of the solicitation.
☐ Do not intend to submit a bid and have one or more problem(s) with the solicitation
requirements. Document your concerns on Attachment 18, TEMPLATE FOR QUESTION
SUBMITTAL and submit by the due dates specified in SECTION 2.3: KEY ACTION DATES
of the solicitation.
☐ We acknowledge that marking a document “confidential” or “proprietary” in a Final
Proposal may exclude it from consideration for award and will not keep that document from
being released after notice of award as part of the public record, unless a court has ordered the
State not to release the document.

Contact Information

Name:

Address:

City, State and ZIP:

Telephone: FAX:

E-Mail:

Sincerely,

Page 67 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

Signature and Contact Information

_________________ _________________ _________________


Name (Signature) Name and Title Email

_________________ _________________ _________________


Company Telephone Fax

Page 68 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 1 – Bidder Instructions

ATTACHMENT 18: TEMPLATE FOR QUESTION SUBMITTAL


The bidder is required to use this form when submitting questions to the Procurement Officer
listed in Section PROCUREMENT OFFICER. Instructions are as follows:
Name of Bidder – Provide the name of the bidding firm
Contact Person – Provide the name of the person to contact if the State needs clarification
about the question.
Contact Email and Phone Number – Provide the email and phone number (including area
code) for the listed contact person.
Q # – Sequentially number each question, always starting at one (1) for each
submission.
Section/Document(s) – Identify the section or document the request pertains to, such as
“Section 5.4 SALES TAX.”
Page # – Identify the page number of the section/document name or title the question pertains to.
Question – Write the question in this column.
Expand or reduce the number of rows to accommodate the number of questions.
Table-1 Question Submittal Form

Bidder Question Form


Name of Bidder:

Contact Person:

Contact Email and Phone Number:

Q# Section/Document(s) Page # Question

Page 69 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 19: SOLICITATION SUBMISSION CHECKLIST


(This attachment is not required to be submitted with your solicitation response.)
Has your firm submitted the following Exhibits?
☐ ATTACHMENT 1: CONFIDENTIALITY STATEMENT
Does your Final Proposal follow the format specified in Section 6?
☐ Packaged and labeled as identified in Section 6.
☐ Formatted as identified in Section 6.
☐ No cost data provided in any volumes, except in Volume 2.
Is your Final Proposal provided in the following order, as identified in Section 6?
Volume 1: Response to Administrative Requirements
☐ Cover letter with original signature and information as specified in
SECTION 3.10: COVER LETTER (M)
☐ ATTACHMENT 2: RESPONSE TO ADMINISTRATIVE REQUIREMENTS
☐ ATTACHMENT 3: BIDDER DECLARATION GSPD 05-105
☐ ATTACHMENT 4: WORKERS’ COMPENSATION CERTIFICATION
☐ ATTACHMENT 5: DVBE DECLARATIONS
☐ ATTACHMENT 6: BIDDING PREFERENCES AND INCENTIVES
☐ ATTACHMENT 7: COMMERCIALLY USEFUL FUNCTION (CUF)
CERTIFICATION
☐ ATTACHMENT 8: CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION
☐ ATTACHMENT 9: IRAN CONTRACTING ACT VERIFICATION FORM
☐ TACPA PREFERENCE REQUEST FORMS
☐ ATTACHMENT 11: BIDDER QUALIFICATIONS FORM and ATTACHMENT
12: BIDDER REFERENCE FORM
☐ Attachments 13-1 through 13-2 Key Staff Qualification Forms
☐ EXHIBIT 2-1: DCAO REQUIREMENTS
☐ EXHIBIT 2-2: DELIVERABLE REQUIREMENTS
Volume 2: Cost
☐ EXHIBIT 2-3: COST WORKSHEETS

Page 70 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

PART 2 – BIDDER RESPONSE


Part 2 contains the Appendix A Statement of Work and associated Exhibits, along with Exhibits
and Attachments the bidder must complete and return with Final Proposal, including the
administrative forms, qualification forms, bid requirement responses and all other applicable
Exhibits/Attachments discussed in Part 1.

Page 71 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

APPENDIX A – STATEMENT OF WORK


Refer to the Word Document on Cal eProcure labeled, “Appendix A – Statement of Work” for
this Appendix.

Page 72 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 1: CONFIDENTIALITY STATEMENT


As an authorized representative or corporate officer of the company name below, I have the
authority to bind the company contractually, and I agree that all persons employed by this
company will adhere to the following policy:
All information belonging to the California Department of Technology (CDT) or its affiliated
agencies is considered sensitive and confidential and cannot be disclosed to any person or entity
that is not directly approved to participate in the work required to execute this Agreement.
I certify that I will keep all project information including (but not limited to) information
concerning the planning, processes, development or procedures of the project, and all
communication with CDT or its affiliates related to any procurement process, confidential and
secure. I will not copy, give, or otherwise disclose such information to any other person unless
CDT has on file a Confidentiality Statement signed by the other person(s), and the disclosure is
authorized and necessary for the project. I understand that the information to be kept confidential
includes, but is not limited to, specifications, administrative requirements, terms and conditions,
concepts, and discussions, as well as written and electronic materials. I further understand that if I
leave this project before it ends, I must still keep all project information confidential. I agree to
follow any instructions provided by the project relating to the confidentiality of project
information.
I fully understand that any unauthorized disclosure I make may be basis for civil and/or criminal
penalties. I agree to advise the CDCR DCAO Project Director immediately in the event of an
unauthorized disclosure, inappropriate access, misuse, theft, or loss of data.
I warrant that if my company is awarded the Contract, it will not enter into any agreements or
discussions with a third party concerning such materials prior to receiving written confirmation
from the State that such third party has an agreement with the State similar in nature to this one.
All materials provided for this Project, except where explicitly stated will be promptly returned or
destroyed, as instructed by an authorized CDT representative. If the materials are destroyed and
not returned, a letter attesting to their complete destruction, which documents the destruction
procedures, must be sent to the CDCR DCAO Project Director before payment can be made for
services rendered. In addition, all copies or derivations, including any working or archival backups
of the information, will be physically and/or electronically destroyed within five (5) calendar days
immediately following either the end of the Contract period or the final payment, as determined by
the contracting Agency/ state entity.
All personnel assigned to this project shall be provided a Confidentiality Statement and will be
expected to sign and return it to the State’s project manager before beginning work on this project.

CONTACT INFORMATION AND


SIGNATURE

Representative Title: Phone

Page 73 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Name: Number:

Company Name:

Address:

City/State/Zip
Code:

Signature:

Date:

Page 74 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 2: RESPONSE TO ADMINISTRATIVE REQUIREMENTS


The bidder must indicate agreement to each of the Administrative Requirements in the table below
as described in Section, ADMINISTRATIVE REQUIREMENTS DOCUMENT (M). By
indicating “Yes,” the bidder affirms that it understands the requirement and agrees to comply with
the requirement. Answering “No” to any of the mandatory administrative requirements in the Final
Proposal will deem the bidder non-responsive and will be the basis for rejecting the bidder’s
proposal.

Section and Administrative Requirement Bidder Agrees Yes / No

SECTION 3.2: ABILITY TO PERFORM (M) ☐ Yes ☐ No

SECTION 3.3: PRIMARY BIDDER (M) ☐ Yes ☐ No

SECTION 3.4: SUBCONTRACTORS (M) ☐ Yes ☐ No

SECTION 3.5: BIDDER DECLARATION FORM (M) ☐ Yes ☐ No

SECTION 3.6: AMENDMENT (M) ☐ Yes ☐ No

SECTION 3.7.1: FINANCIAL STABILITY (M) ☐ Yes ☐ No

SECTION 3.8: INCORPORATION OF EVAQ ☐ Yes ☐ No


REQUIREMENTS (M)

SECTION 3.9: CLOUD COMPUTING SERVICES (M) ☐ Yes ☐ No

SECTION 3.10: GENERAL PROVISIONS (M) ☐ Yes ☐ No

SECTION 3.11: GENERAL PROVISIONS – ☐ Yes ☐ No


INFORMATION TECHNOLOGY (Revised and
Effective 06/21/2022) (M)

SECTION 3.13: WORKERS’ COMPENSATION / ☐ Yes ☐ No


EMPLOYER’S LIABILITY (M)

SECTION 3.14: COVER LETTER (M) ☐ Yes ☐ No

SECTION 3.15: STATEMENT OF WORK (M) ☐ Yes ☐ No

Page 75 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Section and Administrative Requirement Bidder Agrees Yes / No

SECTION 3.16: CONFIDENTIALITY STATEMENT ☐ Yes ☐ No


(M)

SECTION 3.17: SOCIOECONOMIC PROGRAMS ☐ Yes ☐ No

3.188:CALIFORNIA CIVIL RIGHTS LAWS ☐ Yes ☐ No


CERTIFICATION (M)

3.1919:IRAN CONTRACTING ACT VERIFICATION ☐ Yes ☐ No


FORM (M)

Page 76 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 3: BIDDER DECLARATION GSPD 05-105


ATTACH THE BIDDER DECLARATION GSPD-05-105 AS ATTACHMENT 3: BIDDER
DECLARATION GSPD 05-105.
The Bidder Declaration GSPD-05-105 and its instructions are available as a fill and print PDF at:
https://www.documents.dgs.ca.gov/dgs/fmc/gs/pd/gspd05-105.pdf

Page 77 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 4: WORKERS’ COMPENSATION CERTIFICATION


The undersigned in submitting this document hereby certifies the following: I am aware of the
provisions of Section 3700 of the California Labor Code which require every employer to be
insured against liability for workers’ compensation or to undertake self-insurance in accordance
with such provisions before commencing the performance of the work of this Contract.

Signature and Contact Information

Signature Date

Name and Title (Print or Type) Street Address

Firm Name City, State, Zip Code

Page 78 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 5: DVBE DECLARATIONS


Attach the Std 843, Disabled Veteran Business Enterprise Declarations as optional with final
proposal submittal. The STD. 843, Disabled Veteran Business Enterprise Declarations and its
instructions are available as a fill and print PDF at:
https://www.documents.dgs.ca.gov/dgs/fmc/gs/pd/pd_843.pdf

Page 79 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 6: BIDDING PREFERENCES AND INCENTIVES


The bidder must complete all sections below and submit with its proposal.
1. SMALL BUSINESS PREFERENCE:
Bidder must check the appropriate box from the choices below.

SMALL BUSINESS PREFERENCE

☐ I am a DGS certified Small Business and claim the Small Business


Preference.
My DGS Small Business certification number is:

☐ I have recently filed for DGS Small Business Preference but have not yet
received certification, but I am claiming the Small Business Preference.

☐ I am not a DGS certified Small Business, but 25% or more of the revenue
from the award will go to DGS certified Small Business subcontractors
performing Commercially Useful Function and therefore I am claiming the
preference.

Bidder must complete and submit ATTACHMENT 3: BIDDER


DECLARATION GSPD 05-105, indicating the percentage of the revenue
that will be received by each certified Small Business subcontractor. The
form can also be found at the following link:
https://www.documents.dgs.ca.gov/dgs/fmcpd05-105.pdf

☐ I am not claiming the DGS Small Business Preference.

Page 80 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

2. DVBE Program:
Bidder must check the appropriate box from the choices below.

DVBE Program

☐ I am a DGS certified DVBE. A copy of my STD. 843 form is attached.

☐ I have recently filed for DGS DVBE certification but have not yet received
certification.

I am not a DGS certified DVBE, but a percentage of the revenue will be going
☐ to DGS certified DVBE Subcontractors performing a Commercially Useful
Function.
Bidder must submit a complete submit ATTACHMENT 3: BIDDER
DECLARATION GSPD 05-105, indicating the percentage of the revenue
that will be received by each DGS certified DVBE subcontractor. Bidder
must also submit an ATTACHMENT 5: DVBE DECLARATIONS, for each
DVBE subcontractor, signed by the DVBE owner/manager.

3. ADDITIONAL BIDDING PREFERENCES:


The bidder shall check the appropriate box from the choices below.

ADDITIONAL BIDDING PREFERENCES:

☐ I am not claiming the TACPA preference.

☐ I am claiming the TACPA bidding preference.

Bidder must submit TACPA PREFERENCE FORMS. The forms can be found
on the following link:

Page 81 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

https://www.dgs.ca.gov/PD/Services/Page-C Procurement-Division-Services-
List-Folder/Re Target-Area-Contract-Preference

Name of Bidder:
Signature and Date:

Page 82 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 7: COMMERCIALLY USEFUL FUNCTION (CUF)


CERTIFICATION
THE BIDDER MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL.

Bidder Name: _____________________


Subcontractor Name (submit one form for each SB/DVBE (prime
and/or subcontractor(s)):

Mark all that apply:


DVBE: ☐ Small Business: ☐ Micro Business: ☐ N/A: ☐

All certified small business (SB), micro business (MB), and/or DVBE Contractors, subcontractors
or suppliers must meet the commercially useful function requirements under Government Code
Section 14837 (for SB), Military and Veterans Code Section 999 (for DVBE), and Title II
California Code of Regulations, Section 1896.4 and 1896.62.

Answer questions 1-5 below, as they apply to your company for the goods and/or services being
acquired in this solicitation. A California certified SB, MB, or DVBE business must be deemed to
perform a Commercially Useful Function (CUF) by meeting ALL of the following CUF
requirements for Contract award consideration.

CUF Requirements

1. Is responsible for the execution of a distinct element of the Yes ☐ No ☐


resulting Contract.

2. Carries out its obligation by actually performing, managing, or Yes ☐ No ☐


supervising the work involved.

3. Performs work that is nor mal for its business services and Yes ☐ No ☐
functions.

4. Is responsible, with respect to products, inventories, materials, Yes ☐ No ☐


and supplies required for the Contract, for negotiating price,
or
determining quality and quantity, ordering, installing, if
applicable, and making payment. If this is a SERVICE with NO N/A ☐
goods involved, check N/A and go to #5.

Page 83 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

5. Is not further subcontracting a portion of the work that is greater Yes ☐ No ☐


than that expected to be subcontracted by normal industry
practices.

If the answer to any of the five (5) questions is “NO” (except for #4 when marked with “N/ A”),
may result in your proposal being deemed non-responsive.
The bidder must provide a written statement below detailing the role, services, and goods the
subcontractor(s) will provide to meet the commercially useful function requirement. If the bidder
is not claiming a SB or DVBE, indicate “Not claiming a preference” in the box below.

Written Statement or Statement of No Claim

At the State’s option prior to award, the b i d d e r may be required to submit additional written
clarifying information. By signing this form, the undersigned bidder certifies that the Certified
Small Business or DVBE satisfies the Commercially Useful Function requirement, and will
provide the role, services, and/or goods stated above.

Signature, Name, and Title

Bidder Signature:

Bidder Printed/Typed Name and Title:

Page 84 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 8: CALIFORNIA CIVIL RIGHTS LAWS CERTIFICATION


The Offeror must complete and sign the Department of General Services 04, Office of Legal
Services certification form and submit the completed form along with their response to this RFP.
Failure to complete and return the California Civil Rights Laws Certification with the offer will
cause the offer to be deemed non-responsive. See
https://www.dgs.ca.gov/-/media/Divisions/OLS/Forms/CALIFORNIA-CIVIL-RIGHTS-LAWS-
ATTACHMENT.ashx.

Page 85 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 9: IRAN CONTRACTING ACT VERIFICATION FORM


Prior to bidding on, submitting a proposal or executing a contract or renewal for a State of
California contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it
is not on the current list of persons engaged in investment activities in Iran created by the
California Department of General Services (“DGS”) pursuant to Public Contract Code section
2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more in
credit to another person, for 45 days or more, if that other person will use the credit to provide
goods or services in the energy sector in Iran and is identified on the current list of persons
engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted
from the certification requirement for that solicitation or contract pursuant to Public Contract Code
section 2203(c) or (d). See
https://www.dgs.ca.gov/-/media/A7EE965578CA4CC1A63087423C7BED0C.ashx.

Page 86 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 10: BIDDER QUALIFICATIONS FORM – INSTRUCTIONS


The bidder must complete ATTACHMENT 11: BIDDER QUALIFICATIONS FORM with the
qualifying project information being used to meet the minimum experience required for this
project. A separate attachment must be completed for each project used to meet the minimum
mandatory requirements.
ATTACHMENT 11: BIDDER QUALIFICATIONS FORM will be used by CDCR to evaluate
bidder’s qualifications. The bidder must specify the required experience in the pertinent row for
each requirement in ATTACHMENT 11: BIDDER QUALIFICATIONS FORM. Use additional
forms as needed to complete each response. CDCR may contact references listed on
ATTACHMENT 12: BIDDER REFERENCE FORM to verify the information provided by the
bidder. Any conflicting information may result in the bid being deemed non-responsive.
ATTACHMENT 12: BIDDER REFERENCE FORM must be completed in its entirety, signed,
and dated by a reference that performed a management or supervisory role over the bidder’s work
on the reference project to be considered responsive. Bidder’s references may be contacted to
verify information provided by the bidder.
All experience must have occurred within ten (10) years prior to the Final Proposal due date,
unless stated otherwise.
The bidder must complete ATTACHMENT 10: BIDDER QUALIFICATIONS FORM in
accordance with the instructions provided below. One attachment must be completed for each
separate project used to meet the minimum mandatory experience requirements.
All dates must be in MM/DD/YYYY format.
Box 1, Bidder: Provide the company name of the bidder submitting the proposal.
Box 2, Project Name: Provide the name of the project.
Box 3, Company Name of the Bidder’s reference. Identify the company for whom the project
was completed.
Box 4, Contact name and contact information of the Bidder’s reference. Identify the contact
information from whom the project was completed. Enter the name, title, e-mail address, and
phone number for the reference contact for the project. By submitting a proposal, the bidder
declares that the reference person identified is/was employed by the company identified in box 3.
This reference must be the same person identified in the ATTACHMENT 12: BIDDER
REFERENCE FORM.
Boxes 5 and 6, Start Date and End Date: Provide the start and end date that the bidder worked on
the cited project using MM/DD/YYYY format.
Box 7, Project Description: Provide a brief description of the nature of the bidder’s cited project.
The description should include those elements that are similar to the State’s project as described in
the solicitation.

Page 87 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Box 8, Check the appropriate response, “Yes” or “No”. If the “No” box is checked, time spent on
that project will not count towards bidder experience.
Box 9, Check the appropriate response, “Yes” or “No” or “On-going”
Box 10, Project Contract Amount: Provide the dollar amount in currency format of the project
contract value.
Box 11, Instructions for documenting the years of experience gained from the project cited.
Note: It is the bidder’s responsibility to ensure that each minimum experience requirement is met
in full and is addressed in the bidder qualification forms in order for the State to determine
compliance to the requirements. If the State cannot determine that the years of experience for each
of the minimum experience requirements have been met, bidder’s proposal may be deemed non-
responsive.
Box 12 and 14, Description of services provided and how this qualification was met: The
bidder and Reference must use the following attributes to qualify as a data warehouse with
business intelligence IT Solution:
1. At least $2M in total project cost;
2. A solution that has at least one hundred (100) internal end users and ten thousand
(10,000) external users; and
3. A solution that provides a secure data exchange interface with multiple external systems.

Page 88 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 11: BIDDER QUALIFICATIONS FORM


The bidder may use multiple projects to meet the total experience required for each mandatory
experience and, if applicable, desirable experience. A separate form must be completed for each
project cited.
All experience must have occurred within ten (10) years prior to the Final Proposal due date,
unless stated otherwise.

1 Bidder:

2 Project Name:

3 Company Name of Bidder’s reference:

4 Contact Name and Title, Email Address and Telephone Number of bidder’s
reference:

5 Start Date (MM/DD/YYYY):

6 End Date (MM/DD/YYYY):

7 Project Description:

8 Was the bidder that performed the work the Prime Contractor? Yes ___ No
___

9 Did the bidder complete the project? Yes No On-going (see line #6 for
Contract completion date)

10 Project Contract Amount: $

11 For each mandatory experience and, if applicable, desirable experience listed below,
check “Yes” if the total years of experience was met on this referenced project;
check “No” if none of the experience was met on this referenced project; or check
“Partial” if fewer than the total years of the experience was met on this referenced
project. If partial or total experience was met (checked), enter the years and/or
months of “Experience gained on this referenced project” and describe the bidder’s
role and responsibilities performed on the project in the “Description of services
provided” field.

Total Experience
Classificati
Number Mandatory Experience Experience gained on this
on
Required cited Project

Page 89 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

At least three (3) years of system Yes


integration experience on successful
No
development and implementation of one
(1) completed project involving Large Partial
M 3 years
and Complex IT System, as defined in
ATTACHMENT 10: BIDDER
12 Yr.___ Mo.___
QUALIFICATIONS FORM –
INSTRUCTIONS.

Description of services provided and how this qualification was met:

Yes
At least three (3) years of system
integration experience on successful No
M development and implementation of one 3 years Partial
(1) project involving a government
13 agency.
Yr.___ Mo.___

Description of services provided and how this qualification was met:

At least three (3) years of system Yes


integration experience performing
No
system engineering, capacity planning,
performance testing, performance Partial
monitoring, and system modifications
M 3 years
involving Large and Complex IT
Yr.___ Mo.___
Systems (as defined in ATTACHMENT
14 10: BIDDER QUALIFICATIONS
FORM – INSTRUCTIONS) hosted on a
cloud system.

Description of services provided and how this qualification was met:

Page 90 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

At least three (3) years of system Yes


integration experience providing
No
production deployment of an enterprise
data solution, data services, reporting, Partial
M 3 Years
and data modeling activities used by at
least one hundred (100) internal end
Yr.___ Mo.___
users and one hundred thousand
(100,000) external users.

Description of how three (3) years of system integration services were provided with
15 production deployment of enterprise data solution used by at least one hundred
(100) internal end users and one hundred thousand (100,000) external users:

Description of how three (3) years of system integration services with data services,
reporting, and data modeling activities were provided with production deployment
of system used by at least one hundred (100) internal end users and one hundred
thousand (100,000) external users:

Page 91 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 12: BIDDER REFERENCE FORM


Bidder Instructions: Complete items 1-6 of this Attachment, BIDDER REFERENCE FORM.
One (1) form must be used for each corresponding ATTACHMENT 11: BIDDER
QUALIFICATIONS FORM submitted. The bidder’s reference contact must complete the
remainder of this form. The reference information below must be consistent with the
corresponding BIDDER QUALIFICATIONS FORM. Bidder must submit a copy of the completed
BIDDER QUALIFICATIONS FORM and the corresponding BIDDER REFERENCE FORM, to
references for completion.
Instructions to the Bidder’s Reference: Respond to questions #7 through #12 and provide
additional comments/clarification if necessary. Then sign and complete requested signatory
information immediately below and return the form(s) to the bidder. Digital and electronic
signatures will be accepted.

1 Bidder:

2 Project Name:

3 Company Name of bidder’s reference:

Contact Name and title, Email Address, and Telephone Number of bidder’s
4
reference:

5 Bidder’s involvement in this project (role and responsibilities):

Project Description:
6

Were you satisfied with the quality and professionalism of Yes


7
the bidder’s staff? No

Was the bidder effective in providing quality and timely Yes


8
responses to users’ questions and concerns? No

Were you satisfied with the quality of the bidder’s Yes


9
deliverables? No

Yes
10 Was the bidder effective at managing project resources?
No

11 Were you satisfied with the bidder’s ability to manage Yes

Page 92 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

project milestones, deliverables, and timelines? No

Yes
12 Were you satisfied with the bidder’s overall performance?
No

By signing below, I declare that I have reviewed the information contained in ATTACHMENT 11:
BIDDER QUALIFICATIONS FORM and this ATTACHMENT 12: BIDDER REFERENCE FORM
and that the information is true and correct.

Reference Signature: Date:

Printed Name:

Reference Title or role on the project:

Reference Email:

Reference Phone:

Page 93 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 13: KEY STAFF QUALIFICATIONS & REFERENCE


FORMS – INSTRUCTIONS
The bidder must complete ATTACHMENT 13: KEY STAFF QUALIFICATIONS FORM with
the qualifying project information for each key staff used to meet the minimum experience
required for this project. A separate Attachment must be completed for each project used to meet
the minimum mandatory requirements for each key staff.
ATTACHMENT 13: KEY STAFF QUALIFICATIONS FORM will be used by the State to
evaluate key staff’s qualifications. The following are instructions for the completion of
ATTACHMENT 13: KEY STAFF QUALIFICATIONS FORM. The bidder must list the
mandatory experience needed to meet each Mandatory Qualification requirement. Additionally,
the bidder must list the experience needed to meet any Desired Qualification requirement the
bidder chooses to respond to. The bidder must specify the required experience in the pertinent row
for each requirement in ATTACHMENT 13: KEY STAFF QUALIFICATIONS FORM. Use
additional forms as needed to complete each response. The bidder must complete
ATTACHMENT 13: KEY STAFF QUALIFICATIONS FORM, for each Key Staff in Section
4.1.3 STAFF QUALIFICATIONS.
CDCR may contact references listed on ATTACHMENT 13: KEY STAFF QUALIFICATIONS
FORM to verify the information provided by the bidder. Any conflicting information may result in
the bid being deemed non-responsive.
All dates must be in MM/DD/YYYY format.
All experience must have occurred within the last ten (10) years prior to the Final Proposal due
date. No more than six (6) projects shall be provided to meet the requirements in Attachments 13-1
and 13-2 individually. If more than six (6) projects are provided, only the first six (6) projects
provided in the proposal will be evaluated.
If the proposed staff has performed the same or similar services for the CDCR within the last five
(5) years from the Final Proposal due date, the CDCR must be listed as one (1) of the references
provided.
The Staff Reference Forms (Attachments 13-1 through 13-2) must be completed in its entirety,
signed, and dated by a reference that performed a management or supervisory role on the reference
project to be considered responsive.
Box 1, Bidder: Provide the entity, company, or organization name of the bidder submitting the
proposal.
Box 2, Key Staff Name: Provide the name of the bidder ’s proposed key staff for the CAL-
ACCESS Replacement System project.
Box 3, Staff’s Referenced Project Name: Provide the project name for key staff’s referenced
project.
Box 4, Company Name of key staff’s reference: Provide the entity, company, or organization

Page 94 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

name of the key staff’s reference.


Box 5, Contact Information of staff’s reference: Identify the contact information for whom the
project was completed. Enter the name, title, e-mail address, and phone number for the reference
contact for the project. By submitting a proposal, the bidder declares that the reference person
identified is/was employed by the entity, company or organization identified in box 4. This
reference must be the same person identified in the ATTACHMENT 13: KEY STAFF
QUALIFICATIONS FORM.
Provide the name of the individual from the entity, company, or organization that supervised or
approved the services provided by the key staff for the cited project. Co-employee references are
not acceptable.
Boxes 6 and 7, Staff Start Date and End Date: Provide the start and end dates the key staff
worked on the cited project using MM/DD/YYYY format.
Box 8, Project Description: Provide a brief description of the nature of the project. The
description should include those elements that are similar to the State’s project as described in the
solicitation.
Box 9, Project Contract Amount: Provide the dollar amount in currency format of the cited
project contract value.
Box 10, Instructions for documenting the years of experience gained from the project cited.
Note: It is the bidder’s responsibility to ensure that each minimum experience requirement is met
in full and addressed in the staff qualification forms in order for the State to determine compliance
with the requirements. If the State cannot determine that the years of experience for each of the
minimum experience requirements have been met, the bidder’s proposal may be deemed non-
responsive.
Mandatory Experience Boxes - Describe how this qualification was met: The bidder and
Reference must use the following attributes to qualify as a Large and Complex IT System:
1. At least $20M in total project cost;
2. A solution that has at least one hundred (100) internal end users and one hundred
thousand (100,000) external users; and
3. A solution that provides a secure data exchange interface with multiple external systems.

Page 95 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 13-1: SENIOR PROJECT MANAGER –


QUALIFICATIONS & REFERENCE FORM
The bidder may use multiple projects to meet the total experience required for each mandatory
experience and, if applicable, desirable experience. A separate form must be completed for each
project cited.
All experience must have occurred within ten (10) years prior to the Final Proposal due date,
unless stated otherwise.

1 Bidder:

2 Key Staff Name:

3 Staff’s Referenced Project Name:

4 Company Name (of staff’s reference):

5 Contact Name, Email Address and Telephone Number (of Staff’s Reference):

6 Staff Start Date (MM/DD/YYYY):

7 Staff End Date (MM/DD/YYYY):

8 Project Description:

9 Project Contract Amount:

For each mandatory experience and, if applicable, desirable experience listed below,
check “Yes” if the total years of experience was met on this referenced project; check
“No” if none of the experience was met on this referenced project; or check “Partial” if
fewer than the total years of the experience was met on this referenced project. If
10
partial or total experience was met (checked), enter the years and/or months of
“Experience gained on this referenced project” and describe the Staff’s role and
responsibilities performed on the project in the “Description of services provided”
field.

Experience
Total
gained on
Number Classification Mandatory Experience Experience
this cited
Required
Project

Page 96 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

The Senior Project Manager shall have at Yes ☐


least seven (7) years of broad, extensive,
and increasingly responsible experience No ☐
applying PM principles, methods, Partial ☐
M 7 Years
techniques, and tools. At least four (4)
years of that experience must have been
as a senior PM of one (1) or more large Yr.___
11 or complex IT projects. Mo.___

Describe how this qualification was met:

Yes ☐

The Senior Project Manager must have a No ☐


minimum of three (3) years of experience Partial ☐
M 3 Years
working with cloud-based data
warehouse technology.
12 Yr.___
Mo.___

Describe how this qualification was met:

This classification requires the


possession of a valid Project
Management Professional (PMP) Yes ☐
certification from the Project
13 M
Management Institute (PMI), which will
N/A No ☐
be verified during the Request for
Proposal (RFP) process. Active and in
good standing.

Attach copy of the PMP certification:

Page 97 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Yes ☐
The Senior Project Manager shall have
two (2) years of demonstrated experience No ☐
utilizing a project tracking software (e.g.,
14 DS Microsoft Project) to plan, develop, 2 years Partial ☐
maintain, and report on highly complex
integrated master schedules and
workplans. Yr.___
Mo.___

Describe how this qualification was met:

Yes ☐

The Project Manager shall have two (2) No ☐


years of experience as a Project Manager Partial ☐
15 DS 2 years
on a Large and Complex IT System
implementation for a government agency.
Yr.___
Mo.___

Describe how this qualification was met:

Yes ☐
The Project Manager shall have two (2) No ☐
years of experience as a Project Manager
16 DS utilizing an agile or hybrid agile 2 years Partial ☐
methodology on a Large and Complex IT
System implementation project.
Yr.___
Mo.___

Describe how this qualification was met:

Instructions to the bidder: Complete rows 1 through 5 in the following Table: Contact
Information:
TABLE 13-1.1: CONTACT INFORMATION
Row Information
1 Bidder:

Page 98 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Bidder’s Key Staff Name:


2

Project Name:
3

Company Name of key staff’s reference:


4

Contact Name and title, Email Address, and Telephone Number of staff’s reference:
5

Instructions to the bidder’s Key Staff’s Reference: Respond to questions #1 through #3 in Table
2: Reference Validation, and provide additional comments/clarification if necessary. Then sign and
complete requested signatory information immediately below Table 2: Reference Validation.
TABLE 13-1.2: REFERENCE VALIDATION
Reference
# Question Response
1. Did the delivered system meet acceptance criteria? Yes
No
2. Were the expected goals met? Yes
No
3. Was the project completed on time and within budget? Yes
No
Additional Comments/Clarification:

By signing below, I declare that I have reviewed the information contained in Attachment 13-1 and
confirm the information is true and correct.

Reference Signature: Date:

Printed Name:
Reference Title or Role on the Project:
Reference Email:
Reference Phone:

Page 99 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 13-2: SENIOR TECHNICAL LEAD – QUALIFICATIONS


& REFERENCE FORM
The bidder may use multiple projects to meet the total experience required for each mandatory
experience and, if applicable, desirable experience. A separate form must be completed for each
project cited.
All experience must have occurred within ten (10) years prior to the Final Proposal due date,
unless stated otherwise.

1 Bidder:

2 Key Staff Name:

3 Staff’s Referenced Project Name:

4 Company Name (of staff’s reference):

5 Contact Name, Email Address and Telephone Number (of Staff’s Reference):

6 Staff Start Date (MM/DD/YYYY):

7 Staff End Date (MM/DD/YYYY):

8 Project Description:

9 Project Contract Amount:

For each mandatory experience and, if applicable, desirable experience listed below, check
“Yes” if the total years of experience was met on this referenced project; check “No” if none
of the experience was met on this referenced project; or check “Partial” if fewer than the total
10 years of the experience was met on this referenced project. If partial or total experience was
met (checked), enter the years and/or months of “Experience gained on this referenced
project” and describe the Staff’s role and responsibilities performed on the project in the
“Description of services provided” field.

Experience
Total
Numb gained on
Classification Mandatory Experience Experience
er this cited
Required
Project

Page 100 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

The Senior Technical Lead must have a Yes ☐


minimum of eight (8) years of experience
aligning IT systems with organizational No ☐
business processes. At least five (5) years Partial ☐
M 8 Years
of that experience must have been in a lead
capacity designing, architecting, and
building systems for analytical and Yr.___
11 business intelligence workloads. Mo.___

Describe how this qualification was met:

Yes ☐

The Senior Technical Lead must have a No ☐


minimum of three (3) years of experience Partial ☐
M 3 Years
working with cloud-based data warehouse
technology.
12 Yr.___
Mo.___

Describe how this qualification was met:

Yes ☐
The Senior Technical Lead shall have a
bachelor’s degree, equivalent certification No ☐
or higher in Computer Science, Partial ☐
M N/A
Information Technology, Computer
13 Engineering, Information Systems,
Mathematics, or a related field. Yr.___
Mo.___

Describe how this qualification was met:

Page 101 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Yes ☐

The Senior Technical Lead shall have No ☐


three (3) years of experience in designing Partial ☐
DS 3 years
and implementing a Large and Complex
14 IT System with electronic data processing.
Yr.___
Mo.___

Describe how this qualification was met:

Yes ☐

The Senior Technical Lead shall have at No ☐


least three (3) years of experience Partial ☐
DS 3 years
developing a distributed and multi-tiered
15 cloud-hosted applications.
Yr.___
Mo.___

Describe how this qualification was met:

Yes ☐
The Senior Technical Lead shall have at
least three (3) years of experience No ☐
developing Application Programming
DS 3 years Partial ☐
Interfaces (APIs) and web services for
16 data sharing with internal and external
entities.
Yr.___ Mo.___

Describe how this qualification was met:

17 DS The Senior Technical Lead shall have two 2 years Yes ☐


(2) years of experience on a project that
implemented a Large and Complex IT No ☐
System that involved integration of Partial ☐
multiple data sources.

Yr.___ Mo.___

Page 102 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Describe how this qualification was met:

Yes ☐
The Senior Technical Lead shall have
three (3) years of experience building and No ☐
DS maintaining direct relationships with 3 years Partial ☐
clients, including key internal and
18 external stakeholders.
Yr.___ Mo.___

Describe how this qualification was met:

Yes ☐
The Senior Technical Lead shall have
five (5) years of experience as a full-stack No ☐
DS development lead on a Large and 5 years Partial ☐
Complex IT System’s development
19 project.
Yr.___ Mo.___

Describe how this qualification was met:

Yes ☐
The Senior Technical Lead shall have No ☐
five (5) years of experience on projects
DS 5 years Partial ☐
using both relational and non-relational
20 (or non-SQL) database.
Yr.___ Mo.___

Describe how this qualification was met:

21 DS The Senior Technical Lead shall have 3 years Yes ☐


three (3) years of experience with
developing business intelligence No ☐
dashboards and reports. Partial ☐

Yr.___ Mo.___

Page 103 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Describe how this qualification was met:

Instructions to the bidder: Complete rows 1 through 5 in the following Table: Contact
Information:
TABLE 12-2.1: CONTACT INFORMATION
Row Information
Bidder:
1

Bidder’s Key Staff Name:


2

Project Name:
3

Company Name of key staff’s reference:


4

Contact Name and title, Email Address, and Telephone Number of staff’s reference:
5

Instructions to the bidder’s Key Staff’s Reference: Respond to questions #1 through #3 in Table
2: Reference Validation and provide additional comments/clarification if necessary. Then sign and
complete requested signatory information immediately below Table 2: Reference Validation.
TABLE 12-2.2: REFERENCE VALIDATION
Reference
# Question Response
1. Did the delivered system meet acceptance criteria? Yes
No
2. Were the expected goals met? Yes
No
3. Was the project completed on time and within budget? Yes
No
Additional Comments/Clarification:

Page 104 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

By signing below, I declare that I have reviewed the information contained in Attachment 13-2 and
confirm the information is true and correct.

Reference Signature: Date:

Printed Name:
Reference Title or Role on the Project:
Reference Email:
Reference Phone:

Page 105 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

ATTACHMENT 14: NARRATIVE RESPONSE


Preparation Instructions: The bidder must provide a narrative response for each of the
requirements within this Attachment 14 and in fulfillment of the requirements identified in this
RFP.
The responses shall be scored by the State in accordance with the evaluation process outlined in
Part 1 – Bidder Instructions, Section 7, Evaluation. The page total for narrative response items 1
through 8 inclusive shall not exceed 120 single-sided pages, with a minimum of 12-point font size.
The narrative responses are organized into the following subsections:
1. Approach Summary – (maximum 30 points)
2. Project Management Plan – maximum 60 points)
3. System Technical Architecture Plan – (maximum 90 points)
4. Data Security Plan – (maximum 90 points)
5. Data Aggregation & Integration Plan – (maximum 90 points)
6. Business Intelligence Plan – (maximum 90 points)
7. Data Validation and Testing Plan – (maximum 60 points)
8. Training and Transition Plan - (maximum 30 points)

14.1 APPROACH SUMMARY


CDCR has defined response requirements for overall approach for which the bidder is to respond.
These response requirements correlate with the Contractor’s overall approach and associated costs
for the Contractor to implement the solution for the CDCR.

Item Type Response Requirements Max Point


# Available

1 MS The bidder shall describe at a minimum, the following: 30 points


1. Overall approach for the project;
2. Methodology for determining project schedule and
resources;
3. Assumptions made for the solution; and
4. Accelerators proposed, if any.

14.2 PROJECT MANAGEMENT PLAN

Page 106 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Item Type Response Requirements Max Point


# Available
The Project Management Plan provides details how the
1 MS 60 points
bidder intends to manage the project from initiation to
completion.
At a minimum, the bidder shall provide:
1. Project timeline with major milestones.
2. Identification of key stakeholders and roles.
3. Communication and reporting mechanisms.
4. Risk identification, mitigation, and management
strategies.
5. Resource allocation including hardware, software,
and human resources.
6. Project governance structure and escalation
procedures.

14.3 SYSTEM TECHNICAL ARCHITECTURE PLAN

Item Type Response Requirements Max Point


# Available
Describe the proposed technical infrastructure, cloud
1 MS 80 points
selection methodology and design.
The bidder shall include the following in their response:
1. Diagram of the overall system architecture.
2. Hardware and software components and their
interrelations.
3. Data flow diagrams and data storage strategies.
4. Scalability, high availability, and failover provisions.
Integration points with existing systems.

14.4 DATA SECURITY PLAN


Item Type Response Requirements Max Point
# Available
Illustrate how the system will ensure the confidentiality,
1 MS 90 points
integrity, and availability of data, while maintaining

Page 107 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Item Type Response Requirements Max Point


# Available
FedRAMP and NIST standards.
1. Encryption standards and methodologies, both in
transit and at rest.
2. User authentication and authorization mechanisms.
3. Backup, recovery, and disaster recovery plans.
4. Regular security audits and monitoring provisions.
5. Compliance with relevant industry and legal
standards.

14.5 DATA AGGREGATION & INTEGRATION PLAN

Item Type Response Requirements Max Point


# Available
Detail the process of extracting, transforming, and loading
1 MS 90 points
data from various sources into the data warehouse.
1. List of data sources and their formats.
2. Data transformation and cleansing methodologies.
3. Data loading schedules and real-time processing
capabilities.
4. Monitoring and error-handling procedures.

14.6 BUSINESS INTELLIGENCE PLAN

Item Type Response Requirements Max Point


# Available
Define how data will be utilized to derive insights and drive
1 MS 60 points
business decision-making:
1. List of key performance indicators (KPIs) and
metrics.
2. Report generation capabilities.
3. Analytics tools and integration.
4. Self-service BI capabilities for end-users.

Page 108 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Item Type Response Requirements Max Point


# Available

5. Data visualization strategies.

14.7 DATA VALIDATION AND TESTING PLAN

Item Type Response Requirements Max Point


# Available
Describe how data accuracy, consistency, and system
1 MS 60 points
functionality will be ensured:
1. Test environments and tools.
2. Data validation checks and reconciliation processes.
3. Test scenarios, cases, and acceptance criteria.
4. Performance testing strategies.
5. Feedback loop and issue resolution.

14.8 TRAINING AND TRANSITION PLAN

Item Type Response Requirements Max Point


# Available
Describe how knowledge transfer will occur and how users
1 MS 30 points
will be prepared for the new system:
1. Training schedule and modalities (e.g., workshops,
online tutorials).
2. Target audiences for training.
3. Documentation availability (user manuals, technical
guides).
4. Support plan post-implementation.

Page 109 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

EXHIBIT 2-1: DCAO REQUIREMENTS


Category Category ID/Category Process - Context Contractor Description
ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
Category Name: System
1 The solution shall be cloud agnostic and be able
to run on any major cloud platform (Government
Cloud preferred over commercial cloud offerings)
such as AWS, Azure, Google etc.
2 Solution shall be compliant with FedRAMP
Medium standards.
3 Solution shall maintain audit logs for all user
activities and back end database operations for
not less than five (5) years.
4 Solution shall have the ability to leverage existing
APIs to read and write data from other CDCR
systems in an integrated environment, on-premise
or cloud environment.
5 Solution shall leverage AD capabilities to
authorize users and manage permissions and
security groups established in CDCR's AD.
Category Name: System Availability
6 System uptime should be at least 97.5% on a
monthly basis excluding planned maintenance
activities.
Category Name: Alerts/Notifications

Page 110 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

Category Category ID/Category Process - Context Contractor Description


ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
7 Provide the ability to configure alerts and
notifications by tasks.
Category Name: Auditing
8 Provide and retain an audit log of all system
entries, modifications or deletions for five years.
A change log shall be maintained for audits to
record historical data, track changes for
traceability and monitoring purposes.
Category Name: Change Management
9 The solution shall be customizable to CDCR
business requirements, with the ability to easily
integrate with other data sources and applications,
as well as accommodate changes in data
environment.
Category Name: Connectivity
Render the web application properly on all
10 windows-based devices and mobile devices.
Category Name: Data Formats
11 Provide the ability to schedule and export
standard (regular) and ad hoc data reports and
export dashboard data sets to printable formats
including PDF, Microsoft Word, Microsoft Excel,
and CSV.

Page 111 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

Category Category ID/Category Process - Context Contractor Description


ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
Category Name: Solution Description
12 The solution shall be interoperable and easy to
integrate with popular ETL/ELT (such as
Microsoft SSIS, Oracle Data Integrator,
Informatica etc.) and analytics tools (such as
Power BI, Tableau).
Category Name: System Integration
13 Incorporate enterprise-wide naming conventions
for program names that are compliant with other
CDCR
systems.
14 The system shall ensure that data pipelines/ETL
execution time not exceed four (4) hours on
average.
Category Name: Data Visualization
15 Supports highly interactive dashboards and data
exploration through chart images. Includes
visualization options beyond bar, pie, and line
charts such as heat and tree maps, geographic
maps, scatter plots, and other special purpose
visuals.
16 Provide the ability to configure data categories
and subcategories with filters.

Page 112 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

Category Category ID/Category Process - Context Contractor Description


ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
Category Name: Data Source Connectivity
17 Allows users to connect to, and ingest, structured
data contained in various types of cloud-based
and on-premises storage platforms to prepare it
for analysis.
Category Name: Tracking and Governance
18 Tracks usage and manages how information is
shared and promoted and may be segmented on a
per-user and cohort basis.
Category Name: Data Preparation
19 Combines data from different sources using a
drag and drop interface. Is able to create analytic
models based on user-defined inputs such as
measures, sets, groups, and hierarchies.
Category Name: Usability
20 Provides easily understood, friendly interfaces
with intuitive designs to facilitate user
engagement.
Category Name: Performance Management
21 Provides proactive alerts on system events, as
well as logging and resolution reporting on all
issues.
Category Name: Security

Page 113 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

Category Category ID/Category Process - Context Contractor Description


ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
22 Offers configurable controls that extend data and
transaction security and compliance to third-party
platforms or hosting providers the solution uses.
Documents security policies, audits, attestations
or evaluations for compliance needs.
Category Name: Localization
23 Includes off the shelf localization such as
insights, language, and currency support for
required geographies.
Category Name: Data Management System
24 Enables monitoring, reporting, and management
of data sharing, as well encryption and security
for data at rest and in motion.
25 Provide capability to support an OLAP structure
for use in analytics.
26 Provide native capability for creation of
materialized views.
27 Provide native capability for parallel queries.

28 Provide native capability for data partitioning.

29 Provide capability for bulk loading.

Page 114 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

Category Category ID/Category Process - Context Contractor Description


ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
30 Provide ability to monitor and manage system
capacity, including storage and compute
utilization.
31 Independently provision and scale storage and
compute resources in the cloud.

32 Ability to elastically grow or shrink as needed in


the cloud.
33 Availability zones in the geographic locale of the
department.

34 Guarantee that data will only reside in availability


regions within the United States.

35 Provide ability to track cost allocation and


enforce cost policy in elastic environments.

36 Provide certified integrations with third-party data


integration tools.
37 Provide support for online configuration changes
without the need for system to be shutdown.

Page 115 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

Category Category ID/Category Process - Context Contractor Description


ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
38 Provide support for online index reorganization
without the need for system to be shutdown.

39 Provide full native support for


create/read/update/delete operations.

40 Provide native capability for ANSI SQL


(minimum SQL:2019).
41 Provide capability to create stored procedures.

42 Provide capability for a hot/warm/cold DR


environment.
43 Provide capability for automatic failover
capability to a DR site.
44 Provide backup and recovery tools with ability to
perform backup/recovery for entire database or at
the object level.

45 Provide DBA tools for monitoring and managing


the data warehouse.

Page 116 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

Category Category ID/Category Process - Context Contractor Description


ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
46 Provide capability to automate backups,
performance tuning, space reorganization, and job
scheduling .
47 Provide capability to integrate with enterprise
identity management infrastructure for
authentication and access control.

48 Provide automatic alerting capability on


performance issues.
49 Provide capability to automate application of
patches.
50 Provide native capability for referential integrity
(enforced or relaxed).
51 Provide capability to temporarily disable
referential integrity for faster data loading.

52 Provide capability to encrypt data at rest, in


motion and at use.
53 Provide capability for Role Based Access
Control.
54 Provide capability to mask sensitive or personally
identifying information.

Page 117 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

Category Category ID/Category Process - Context Contractor Description


ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
55 Comply with FedRAMP, HIPAA, PCI formal
security certification standards.
56 Provide ODBC, JDBC, OLEDB, MDX, Web
Services based connectivity to the database
hosting the data warehouse.

57 Provide native user interface or command line


tooling.

58 Provide certified integrations with third-party BI


and visualization tools.
59 Support for automatically creating a data REST
API for easy accessibility to data.

60 Certification for third-party tools for backup and


recovery.

61 Support for third-party DBA tools for monitoring


and managing the data warehouse.

Category Name: Storage Architecture


62 Capability to support open storage architectures
like Delta Lake.

Page 118 of 128 January 25, 2024


Data Collection Analysis, and Outcomes – DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR) Part 2 – Bidder Response

Category Category ID/Category Process - Context Contractor Description


ID / Description/Requirement agrees to
Requireme provide the
nt Number requirement
(Yes / No)
Category Name: All
63 The solution shall include regular system
upgrades, patches, corrections, and modifications
to existing software during the life of the
agreement.

Page 119 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

EXHIBIT 2-2: DELIVERABLE REQUIREMENTS

Contractor
Agrees to
Deliverables DEL # Deliverable Name Due Date provide the
Deliverable
Yes/No
Business Analysis Plan Within 60-days of
1.1
document contract award.
Within 60-days of
1.2 Work Breakdown Structure
contract award.
Within 60-days of
1.3 Risk Management Plan
Deliverable 1: contract award.
Project Plan Within 60-days of
1.4 Communication Plan
contract award.
Within 60-days of
1.5 Governance Plan
contract award.
Within 60-days of
1.6 Resource Assignment Plan
contract award.
Within 120-days of
2.1 Business Analysis Plan
Deliverable 2: contract award.
Business Business Requirements Within 120-days of
2.2
Requirement Specification contract award.
Analysis Within 120-days of
2.3 User Stories
contract award.
Data Warehouse Within 180-days of
3.1
Architecture Plan contract award.
Within 180-days of
3.2 Selection Criteria
Deliverable 3: contract award.
Cloud Selection Capability Assessment & Within 180-days of
3.3
Selection contract award.
Data Governance Within 180-days of
3.4
Framework contract award.
Deliverable 4 Data Warehouse Design Within 9-Mos of
4.1
Data Warehouse Document contract award.
Design 4.2 Data Governance Policies Within 9-Mos of
and Procedures contract award.

Page 120 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response
Deliverables DEL # Deliverable Name Due Date Contractor
Data integration strategy Within 9-Mos of Agrees to
4.3
document contract award.
Within 9-Mos of
4.4 Traceability Matrix
contract award.
Within 12-Mos of
5.1 Data Dictionaries
contract award.
Backup and Recovery Within 12-Mos of
5.2
Strategy Document contract award.
Deliverable 5:
Within 12-Mos of
Data Warehouse 5.3 Data Quality Report
contract award.
Implementation
Within 12-Mos of
5.4 Data Mapping Document
contract award.
Data Integration Operation Within 12-Mos of
5.5
Report contract award.
Dashboards to meet Within 18-Mos of
6.1
Deliverable 6: business Requirements contract award.
Data Reports to meet business Within 18-Mos of
6.2
Visualization requirements contract award.
Platform Within 18-Mos of
6.3 Data Dictionary
contract award.
Data Warehouse Support Within 24-Mos of
7.1
Plan contract award.
Change Management Within 24-Mos of
7.2
Procedures contract award.
Incident Management Within 24-Mos of
Deliverable 7: 7.3
Procedures contract award.
Maintenance and
Within 24-Mos of
Operations 7.4 Critical Incident Procedures
contract award.
Backup and Recovery Within 24-Mos of
7.5
Procedures contract award.
Knowledge Transfer Within 24-Mos of
7.6
documents and resources contract award.

Page 121 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

EXHIBIT 2-3: COST WORKSHEETS


Refer to the Excel Workbook file on Cal eProcure labeled, “EXHIBIT 2-3: COST
WORKSHEETS” for this exhibit.

Page 122 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

EXHIBIT 2-4: DELIVERABLE EXPECTATION DOCUMENT (DED)


The following pages provide a sample Deliverable Expectation Document (DED).
Deliverable Title:
Stakeholder Roles and Responsibilities-
The following RACIVS chart shows the stakeholders for this deliverable and their respective
roles and responsibilities:

Deliverable R A C I V S

XX

RACIVS Key

R = Responsible Person or party responsible for ensuring deliverable is completed to


Accountable's, Verifies’, and Signs-Off’s satisfaction

A = Accountable Person or party accountable for successful completion of the deliverable

C = Consulted Person(s) or party(ies) assigned to provide consultation if needed

I = Informed Person(s) or party(ies) identified to simply be informed of deliverable


progress

V = Verifies Person(s) or party(ies) identified to review the deliverable and advise Signs-
Off to accept or reject the deliverable

S = Signs-Off Person or party that is the approving authority (signatory) for the completed
deliverable

Anticipated Start and Stop Date

Out-of-Scope
The following items are not in scope for this deliverable:

Assumptions

Page 123 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response
The following assumptions have been identified for this deliverable:

Summary of Tasks

Artifacts (to be uploaded to SharePoint EA repository)

Approved
_____________________________________________________ __________
CDCR User Project Manager Date

Approved
_____________________________________________________ __________
Project Consultant Team Lead Date

Page 124 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

EXHIBIT 2-5: CHANGE REQUEST AND WORK AUTHORIZATION


The following pages provide the current DCAO Change Request (CR) and Work Authorization
Template. Work Authorization is included in the last section of the CR form. The signed Work
Authorization authorizes the Contractor to complete the work necessary, as documented in the
approved CR. Unless otherwise specified, the authorization provides acceptance of the CR’s
detailed cost breakdown, resource plan, implementation schedule, list of deliverables,
assumptions and constraints and acceptance criteria as specified in the CR.

Data Collection Analysis and Outcomes (DCAO)


Change Order

Change Order Number: CR: Date:


Change Control DCAO Source Reference CR:
Board Amendment:
Other?

Baseline Deliverable/
Configuration Item

System(s) and Systems Projects


Projects Impacted Name #1 Name #1
Select the systems or projects
Name #2 Name #2 Category of
that may be impacted by this Contract Requirements
change. Name #3 Other change
Other:

Proposed Production Estimated –


Release Date:

Contract Amendment Yes No Reviewed by Yes No


Required Executives? If yes, provide date.

Impact Assessments
Financial (+/-) Contractor Yes No Contract Payment Schedule Change Yes No
State Cost Change Yes No
Other Cost Change Yes No
Scope Contractor Increase Decrease No Change
State Increase Decrease No Change
Other Increase Decrease No Change
If other describe scope change:
Change Specification / Instructions:
Describe the change and how it will be implemented. Include specific instructions.

The California Department of Corrections and Rehabilitation (“CDCR”)

Page 125 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

Deliverables Hours Rate Amount Resource/Role






Total

Change Order Approval.


Signing below to approve this Change Order signifies that the reviewer has read the Change Request Statement, Impact Analysis Package, and all the
Change Orders related to the source Change Request.

Contractor Name:

Signature: ___________________________Date: ___________________________

California Department of Corrections and Rehabilitation

Signature: _________________________ Date:_________________

Page 126 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

WORK AUTHORIZATION APPROVAL AND ACCEPTANCE


This Work Authorization authorizes the Contractor to complete the work necessary, as
documented in the approved Change Request (CR) DCAO -CRXXX. Unless otherwise
specified, this authorization accepts the detailed cost breakdown, resource plan, implementation
schedule, list of deliverables, assumptions/constraints and acceptance criteria specified in the
CR. All of the Terms and Conditions in the governing Statement of Work as specified in
Contract xxxxx shall remain in force with the inclusion of this Work Authorization.

Page 127 of 128 January 25, 2024


Data Collection Analysis, and Outcomes - DCAO RFP C5611387
California Department of Corrections and Rehabilitation (CDCR)
Part 2 – Bidder Response

EXHIBIT 2-6: DELIVERABLE ACCEPTANCE DOCUMENT (DAD)


The following pages provide a sample Deliverable Acceptance Document (DAD).
CONTRACTOR

CDCR CONTRACT DED

DELIVERABLE

DELIVERABLE COMPLETION

TOTAL COST OF APPROVED $

DESCRIPTION OF TASKS AND DELIVERABLE:

CDCR’S ACCEPTANCE OR REJECTION:

AUTHORIZED AND APPROVED:

CDCR USER PROJECT MANAGER /


CONTRACTOR / DATE
DATE

Note: Once the Contractor and the CDCR User Project Manager, or a selected representative,
has approved the DAD as stipulated in the Agreement, the Contractor may submit an invoice to
the CDCR.

Page 128 of 128 January 25, 2024

You might also like