Professional Documents
Culture Documents
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
RFP C5611387
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
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
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
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
5. COST
Cost is a primary evaluation criterion weighted at 40% (500 points) of the total 1,500 points.
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
DS #19 14
DS #20 14
DS #21 14
Total Points 300
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
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
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
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
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.
Small Business
Bidder Total
Bidder Preference Points Bidder Final Score
Proposal Score
Awarded
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
8. INFORMATIONAL ATTACHMENTS
The following attachments to this solicitation are informational for use in the solicitation process
(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.
Context Diagram Diagram showing the interactions between a system and actors that the
system is designed to interface with.
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.
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.
Term Definition
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).
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.
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.
Key Action Dates Important actions, dates and times associated with this solicitation by
and Times which the actions must be taken or complete.
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.
Term Definition
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
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.)
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.
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.
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.)
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
Term Definition
Users Parties who will have use of and access to the System and Services
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
AI Artificial Intelligence
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
Term Definition
FTE Full-Time-Equivalent
FY Fascial Year
IT Information Technology
Term Definition
ML Machine Learning
PM Project Manager
PO Purchase Order
Term Definition
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
WA Work Authorization
☐ 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:
Telephone: FAX:
E-Mail:
Sincerely,
Contact Person:
Name: Number:
Company Name:
Address:
City/State/Zip
Code:
Signature:
Date:
Signature Date
☐ 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.
2. DVBE Program:
Bidder must check the appropriate box from the choices below.
DVBE Program
☐ 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.
Bidder must submit TACPA PREFERENCE FORMS. The forms can be found
on the following link:
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:
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
3. Performs work that is nor mal for its business services and Yes ☐ No ☐
functions.
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.
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.
Bidder Signature:
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.
1 Bidder:
2 Project Name:
4 Contact Name and Title, Email Address and Telephone Number of bidder’s
reference:
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)
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
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 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:
1 Bidder:
2 Project Name:
Contact Name and title, Email Address, and Telephone Number of bidder’s
4
reference:
Project Description:
6
Yes
10 Was the bidder effective at managing project resources?
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.
Printed Name:
Reference Email:
Reference Phone:
1 Bidder:
5 Contact Name, Email Address and Telephone Number (of Staff’s Reference):
8 Project Description:
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
Yes ☐
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.___
Yes ☐
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.___
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:
Project Name:
3
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.
Printed Name:
Reference Title or Role on the Project:
Reference Email:
Reference Phone:
1 Bidder:
5 Contact Name, Email Address and Telephone Number (of Staff’s Reference):
8 Project Description:
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
Yes ☐
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.___
Yes ☐
Yes ☐
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.___
Yr.___ Mo.___
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.___
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.___
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.___
Yr.___ Mo.___
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
Project Name:
3
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:
By signing below, I declare that I have reviewed the information contained in Attachment 13-2 and
confirm the information is true and correct.
Printed Name:
Reference Title or Role on the Project:
Reference Email:
Reference Phone:
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.
Deliverable R A C I V S
XX
RACIVS Key
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
Out-of-Scope
The following items are not in scope for this deliverable:
Assumptions
Summary of Tasks
Approved
_____________________________________________________ __________
CDCR User Project Manager Date
Approved
_____________________________________________________ __________
Project Consultant Team Lead Date
Baseline Deliverable/
Configuration Item
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.
Contractor Name:
DELIVERABLE
DELIVERABLE COMPLETION
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.