Bid RFI 12-36


[PDF]Bid RFI 12-36 - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

0 downloads 75 Views 113KB Size

State of California

Bid RFI 12-36

Solicitation RFI 12-36

Modernization of Law Enforcement Agency Web Interface System Proof of Concept

Bid designation: Public

State of California

Feb 14, 2013 9:55:52 AM PST

p. 1

State of California

Bid RFI 12-36

Bid RFI 12-36 Modernization of Law Enforcement Agency Web Interface System Proof of Concept Bid Number Bid Title Expected Expenditure

RFI 12-36 Modernization of Law Enforcement Agency Web Interface System Proof of Concept $0.00 (This price is expected - not guaranteed)

Bid Start Date

Feb 14, 2013 9:54:35 AM PST

Bid End Date

Feb 28, 2013 5:00:00 PM PST

Question & Answer End Date

Feb 22, 2013 12:00:00 PM PST

Bid Contact

Andrea Banuelos-Davis 916-227-3195 [email protected]

Standard Disclaimer

The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad.

Description This is a Request for Information/Request for Response, see attached RFI 12-36 and Statement of Work for further details.

Feb 14, 2013 9:55:52 AM PST

p. 2

State of California

KAMALA D. HARRIS Attorney General

Bid RFI 12-36

State of California DEPARTMENT OF JUSTICE

DEPARTMENT OF JUSTICE CALIFORNIA JUSTICE INFORMATION SERVICES DIVISION REQUEST FOR INFORMATION/REQUEST FOR RESPONSE# 12-36 FOR MODERNIZATION OF LAW ENFORCEMENT AGENCY WEB INTERFACE SYSTEM (LEAWEB) PROOF OF CONCEPT February 14, 2013 You are invited to review and respond to this Request for Information (RFI)/Request for Response, herein after, referred to as RFI. To submit a response for this RFI, you must comply with the instructions contained in this document as well as the requirements stated in the State’s Statement of Work (SOW), Exhibit A and No Cost Worksheet, Exhibit B. REQUIRED TERMS AND CONDITIONS: Acceptance of the following terms and conditions which can be viewed via the below links may be required by the DOJ for this RFI and ultimately, for any future purchase of products, maintenance and/or services. Note: At this time, DOJ is only evaluating the vendor’s approach to our business needs; however, should DOJ in the future purchase a vendor’s product, maintenance and/or service the following terms and conditions may apply. These terms and conditions are non-negotiable and no other terms and conditions will be accepted. •

General Provisions-Information Technology (GSPD-401IT), Effective 06/08/10 http://www.documents.dgs.ca.gov/pd/modellang/GPIT060810.pdf



Information Technology Purchase Special Provisions, Effective 02/08/07 http://www.documents.dgs.ca.gov/pd/modellang/Purchsespecial020807.pdf



Information Technology Maintenance Special Provisions, Effective 01/21/03 http://www.documents.dgs.ca.gov/pd/modellang/maintenancespecial12103.pdf



Information Technology Software Special Provisions, Effective 01/23/03 http://www.documents.dgs.ca.gov/pd/modellang/softwarespecial012103.pdf



Information Technology Personal Services Special Provisions, Effective 02/08/07 http://www.documents.dgs.ca.gov/pd/modellang/PersonalServiceSpecial020807.pdf

Read the attached document carefully. The RFI due date is February 28, 2013 by 5:00 PM (PST). Responses to this RFI must be submitted by electronic mail to the department contact noted below. Department Contact California Department of Justice Andrea Banuelos-Davis [email protected] (916) 227-3195 At our option, the Department of Justice reserves the right to reject any and all Vendor’s RFI responses The electronic documentation sent via this email transmission shall not be altered in any manner. The State’s copy of the electronic documentation developed for this RFI shall be considered the ORIGINAL. Page 1 of 7

Feb 14, 2013 9:55:52 AM PST

p. 3

State of California

Bid RFI 12-36

General Information 1. Background and Purpose of the RFI The Law Enforcement Agency Web Interface (LEAWeb) system is a browser-based application accessing critical Department of Justice (DOJ) databases through the California Law Enforcement Telecommunication System (CLETS). DOJ intends to modernize this application using Java/J2EE technology, see Exhibit A, Statement of Work for further detail. DOJ is soliciting a for no cost RFI as a preliminary step for this modernization effort, and will develop a no cost contract to further evaluate the selected vendor’s approach within DOJ’s environment. 2. Key Dates It must be understood that time is always of the essence, both for the RFI submittal and contract completion. Vendors are advised of the key dates and times shown below and are expected to adhere to them. Event

Date

1. Release of RFI

2/14/2013

2. RFI Response Submission Due Date and Time

2/28/2013 by 5:00 PM (PST)

3.

3/11/2013-6/30/2013

Estimated Contract Start and End Dates

3. RFI Response Requirements This RFI and the Vendor’s response to this document will be made part of the ordering department’s Purchasing Authority contract and procurement contract file. Responses must contain all requested information and data and conform to the format described in this section. It is the Vendor’s responsibility to provide all necessary information for the State to evaluate the response, verify requested information, and determine the Vendor’s ability to perform the activities defined in the State’s Statement of Work, Exhibit A and No Cost Worksheet, Exhibit B. The Vendor must submit an electronic copy of their response to the department contact name and address contained on the cover sheet to this RFI. 4. RFI Response Content The information required to respond to this RFI is contained in the State’s Statement of Work, Exhibit A and No Cost Worksheet, Exhibit B. a) Response to State’s Statement of Work, Exhibit A: All responses must, at a minimum, include the following: •

Resources and Resumes – the Vendor must provide a resume for each proposed resource which includes the following: 1. Experience that demonstrates the resource meets the State’s Required Qualifications. Page 2 of 7

Feb 14, 2013 9:55:52 AM PST

p. 4

State of California

Bid RFI 12-36

2. Description and time frames of projects of similar scope and size as stated in the Statement of Work which demonstrates the resources ability to perform such work. •

Required Qualifications Table – Vendor must complete the tables shown in the Statement of Work and return with their RFI response.



Project Representative Table – Vendor must complete the table shown in the Statement of Work and return with their RFI response.



Acknowledgement – Provide a written statement to acknowledge the Vendor has read the RFI, including Exhibit A and B, and will accept responsibility for accomplishing the work as described in accordance with the general requirements and Contractor responsibilities set forth. See State’s No Cost Worksheet, Exhibit B for Contractor statement of acknowledgment



DOJ Confidentiality Statement – Vendor must sign the attached confidentiality statement and return with their RFI response.



DOJ Security and Disclosure Certification – Prior to the start of work, the Vendor’s resources and any substitutions must sign and return the attached Security and Disclosure Certification form to the Department Contact listed on the RFI cover page.



Company References – Provide at least two (2) company reference from previous engagements of similar size, scope, and type of service as specified in the State’s Statement of Work. Complete and submit the attached Vendor Reference form.



Proposed Modernization Software Tool – Vendor must propose a software tool that will translate C code to JAVA efficiently. See No Cost Worksheet, Exhibit B, Table B-3 to propose software tool.

5. DOJ at its discretion may request a presentation and/or interview from any or all Vendor resources prior to final vendor selection. Review of RFI Offers Only the most responsive qualified vendor responses received through this RFI will be reviewed by DOJ to determine which approach best meets DOJ’s needs. Once determined, DOJ will develop a no cost contract to further evaluate the selected vendor’s approach. Resource Substitutions Substitutions will not be permitted without the prior consent of the DOJ Management, and must have experience which demonstrates they meet the required qualifications as the original proposed resource. Any approved substitution will not require an amendment to the contract, but must be accompanied by a resume and is subject to the General Requirements and contract conditions contained herein. If a Contractor’s resource is performing unsatisfactory, the DOJ has the right to request a substitute resource. Upon request of the DOJ, the Contractor must provide the substitute resource within 5 days of notification. Travel All travel costs for this contract will be the sole responsibility of the Vendor. Questions Proposal inquiries and questions must be submitted electronically to Andrea Banuelos-Davis, at [email protected] Page 3 of 7

Feb 14, 2013 9:55:52 AM PST

p. 5

State of California

Bid RFI 12-36

California Department of Justice Confidentiality Statement As an authorized representative and/or corporate officer of the company named below, who has the authority to bind the company, I warrant my company and its employees will not disclose any documents, diagrams, information and information storage media made available to us by the State for responding to RFI# 12-36 or in conjunction with any Contract arising there from. I warrant that only those employees who are authorized and required to use such materials will have access to them. I further warrant that all materials provided by the State will be returned promptly after use and that all copies or derivations of the materials will be physically and/or electronically destroyed. I will include with the returned materials, a letter attesting to the complete return of materials, and documenting the destruction of copies and derivations. Failure to so comply may subject this company to liability, both criminal and civil, including all damages to the State and third parties. I authorize the State to inspect and verify the above. I warrant that if my company is awarded the contract, it will not enter into any agreements or discussions with a third party, excluding the subcontractor(s) participating on the project team, 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.

(Signature of Representative)

(Date)

(Typed Name of Representative)

(Typed Name of Company)

Page 4 of 7

Feb 14, 2013 9:55:52 AM PST

p. 6

State of California

Bid RFI 12-36

DEPARTMENT OF JUSTICE SECURITY AND DISCLOSURE CERTIFICATION The California Department of Justice (herein after referred to as the Department or DOJ) collects, stores, and disseminates confidential and sensitive information from the law enforcement community and the public to administer the various programs for which it has responsibility. This information is maintained according to provisions of various laws and regulations including the Information Practices Act, the Public Records Act, various California Codes, the State Administrative Manual (SAM), and Departmental Administrative Manuals and policies. The Department is committed to protect its information and systems from unauthorized access, use or disclosure. The following policies have been adopted to address contractors' responsibilities for handling, protecting or disseminating information maintained in the Department's data bases and files: 1. A Contractor is defined as any person, Vendor, organization (public or private), permanent or designated employee of any such entity who works directly or indirectly for such person, Vendor, or organization, to perform work on any Departmental network, system, or application whether in a conceptual, pilot or operational form. 2. Based upon the degree of access required, and the sensitivity of the information, the Department may require a background investigation of any contractor, sub-contractors, or individuals assigned to the project. As a condition of employment, the initial or continued contractual relationship may be contingent upon the successful completion of a background investigation. 3.

A Contractor may access Department systems or information only when authorized by Department management in order to fulfill contractual requirements. Contractors may not access or use information from Departmental networks, system, or applications, or from any other database accessible through the Department's systems, for any unauthorized purpose.

4.

Contractors may disclose information from Departmental files or databases only when authorized in writing by Departmental management authorized to release such information and only to individuals who have been authorized to receive it. Contractors shall not divulge or make use of confidential or proprietary information, data, or records of the Department for any unauthorized purpose. Such use maybe subject to civil or criminal action.

5.

Contractors may not deliberately enter false or incomplete data or delete existing data on any of the Departmental databases or files. Contractors may not deliberately take any unauthorized action that would adversely affect the performance or security of any Departmental system, or cause the interruption of information technology services, or the destruction or alteration of any Departmental network, system, or application.

6.

As a precaution against misuse, destruction, or unauthorized disclosure of information, Contractors will not remove any work related materials from the work site without prior written authorization from the Project Manager. Work in progress is to be stored and maintained in areas designated for such storage and maintenance.

7.

Contractors must take precautions to protect Department information, networks, systems, applications, or other resources from unauthorized access, use or disclosure. Precautions include, but are not limited to, the following: A. B. C. D.

Ensuring that his/her terminal/workstation is inaccessible when unattended. No unauthorized disclosure of any Departmental system access capability or technology. Storage of internal program documentation in a secure place. Prompt reporting of any and all suspicious circumstances or unauthorized individuals observed in the work area, to the Department Network and System Security Administrator. E. If you are using a non-DOJ assigned PC/Laptop, before connecting it to the DOJ Network, Hawkins Data Center (HDC) Desktop Support staff must first evaluate it. DOJ standard software such as CA Asset Management and virus detection software may be installed. See your HDC Project Manager to assist you in getting this done. Page 5 of 7

Feb 14, 2013 9:55:52 AM PST

p. 7

State of California

Bid RFI 12-36

F. Immediately notify HDC's Network Information Security Unit (NISU) of any security incident involving data or any incident regarding breeches of data. If the breech involves criminal offender record information or CLETS, the Communications Administration Program shall also be notified. G. Contractors shall obtain written approval from the Project Manager and the NISU before downloading information to a PC/Laptop. 8. Upon conclusion of the authorized work interval, all designated equipment, software, information, materials, or proprietary/intellectual property shall be returned to the Department or destroyed within two working days with proof of destruction furnished to the Departmental manager with oversight responsibility for the project. By signing below, I acknowledge that I have read and understand, and received a copy of the security policies stated above as well as the requirements set forth in DOJ Administrative Manual Chapter 15 Sections 15100 through 15784. I understand that failure to comply with these policies may constitute grounds for disciplinary action up to and including contract termination and/or administrative, civil, or criminal action in accordance with applicable statutes. In complying with the aforementioned I further understand that there is no expectation of privacy when utilizing Department of Justice (DOJ) systems and resources, as they are being audited and monitored. Additional Certification Declaration for Contractors Accessing Criminal History Information I hereby certify that I have read and am familiar with the contents of 1) the Security Addendum; 2) the Criminal Justice Information Services Security Policy; and 3) Title 28, Code of Federal Regulations, Part 20, and agree to be bound by their provisions. I recognize that criminal history record information and related data, by its very nature, is sensitive and has potential for great harm if misused. I acknowledge that access to criminal history record information and related data is therefore limited to the purpose(s) for which a government agency has entered in to the contract incorporating the Security Addendum. I understand that misuse of the system by, among other things: accessing it without authorization, accessing it by exceeding authorization, accessing it for an improper purpose, using, disseminating, or re-disseminating information received as a result of this contract for a purpose other than that envisioned by the contract, may subject me to administrative and criminal penalties. I understand that accessing the system for an appropriate purpose and then using, disseminating or re-disseminating the information received for another purpose other than execution of the contract also constitutes misuse. I further understand that the occurrence of misuse does not depend upon whether or not I receive additional compensation for such authorized activity. Such exposure for misuse includes, but is not limited to, suspension or loss of employment and prosecution for state and federal crimes.

________________________________________________________________________________ Company or Organization (Print or Type)

________________________________________________________________________________ Contractor's Name (Print or Type)

________________________________________________________________________________ Contractor's Signature DATE

To be completed by DOJ after contract development. DOJ Contract Number Page 6 of 7

Feb 14, 2013 9:55:52 AM PST

p. 8

State of California

Bid RFI 12-36

Vendor Reference Form

Vendor must provide Company references for services they have performed within the past years (see Statement of Work for number of years) that are similar in size, scope, and type of goods and/or service as specified in the Statement of Work.

Vendor Name: Vendor Subcontractor that provided the goods and/or services (if applicable):

Company Reference Name:

Resource Reference Name:

Contact Name: Address: Telephone: Fax: E-mail: Project Name and/or Description:

Vendor or Subcontractor’s involvement:

Start Date (mm/dd/yyyy):

End Date (mm/dd/yyyy):

Total Length of Time (years/months/days): Project Dollar Amount: $

Page 7 of 7

Feb 14, 2013 9:55:52 AM PST

p. 9

State of California

Bid RFI 12-36

EXHIBIT A STATEMENT OF WORK

Scope and Description The Law Enforcement Agency Web Interface (LEAWeb) system is a browser-based application to critical Department of Justice (DOJ) databases through the California Law Enforcement Telecommunication System (CLETS). LEAWeb also provides access to databases maintained by California Department of Motor Vehicles (DMV) as well as National Crime Information Center (NCIC) through the National Law Enforcement Telecommunications System (NLETS). Over 6,000 authorized users from across the State issue more than 40,000 transactions on a daily basis. LEAWeb provides functionalities beyond the user interfaces and is governed by CLETS policies and regulations. Specific information about the LEAWeb application along with the platform it runs on should be obtained directly from DOJ by interested vendors. DOJ intends to modernize this application to achieve the following objectives: • Support a user-friendly, customizable presentation layer. • Accessible by mobile devices such as iphones and tablets. • Provide user authentication and authorization. • Utilize a relational database for better integration and auditing reporting. • Provide a centralized business rule engine and provide business rule manageability. • Maintain and increase security around and within the application. • Follow secure coding best practices (OWASP) in development of the new code DOJ is soliciting a no cost, Request for Information (RFI)/Request for Response to develop a Proof of Concept (POC) for this modernization. The goal is to utilize modernization software tool(s) for code translation automation and migrate the LEAWeb application efficiently. The scope includes the following activities: • • •

DOJ will work with the contractor to identify the list of the modules/ programs in LEAWeb as the scope of the RFI. The contractor will use modernization software tool(s) to extract the business rules out of the identified programs, consolidate and translate the business rules into English like pseudo-code statements and export these into PDF or word format. The contractor will use modernization software tool(s) to translate the identify modules/ programs into executable code.

DOJ will evaluate the milestone deliverables for each selected vendor and determine the best approach and tool(s) to be used for the full LEAWeb modernization effort. A subsequent Statement of Work may be developed accordingly. It is the Contractor’s responsibilities to obtain the license and environment for the use of the modernization software tool(s) during the RFI.

DOJ Impacted Systems The LEAWeb application.

Page 1 of 5

Feb 14, 2013 9:55:52 AM PST

p. 10

State of California

Bid RFI 12-36

Contractor Milestones and Deliverables Contractor will be responsible for the following Milestones and Deliverables: Milestones Deliverables Milestone 1: Identify the Source Code • Work with the DOJ staff to identify a list of the modules/ 1) A list of the program modules to be included as the scope of the POC. programs in LEAWeb that is suitable for the purpose of 2) POC schedule. the POC. • Develop a schedule. Milestone 2: Business Rule Extraction • Use modernization software tool(s) to extract the business rules out of the identified programs, consolidate and translate the business rules into English like pseudo-code statements and export these into PDF or Word format. Milestone 3: Code Translation • Use modernization software tool(s) to translate the identify modules/ programs into executable code.

1) List of business rules in PDF or Word format. 2) A report on this effort including approach/tool(s) used, challenges and lessons learned pertained to the characteristic of the original source code.

1) The translated source code Prescribed by DOJ 2) A demonstration of the translated results. 3) A report on this effort including approach/tool(s) used, challenges and lessons learned pertained to the characteristic of the original source code.

Work Products The Contractor agrees to provide all work products to the DOJ including, but not limited to, the programs and documentation, including all ideas, routines, object and source code, specifications, flow charts and other materials, in whatever form, developed solely for the DOJ under the this contract. The Contractor agrees that its work products are the sole and exclusive property of the DOJ. The Contractor shall treat all work products on a confidential basis and not disclose it to any third party without the DOJ’s written consent. The Contractor hereby assigns to the DOJ its entire right, title and interest, including all patents, copyright, trade secret, trademark and other proprietary rights, in the work product. The Contractor shall, at no charge to the DOJ, execute and aid in the preparation of any papers that the DOJ may consider necessary or helpful to obtain or maintain any patents, copyrights, trademarks, or other proprietary rights. Required Qualifications Table Required Qualifications may be met by a combination of one or more resources. Contractor must provide a summary stating how they meet the required qualifications and indicate where in their response the information can be validated. Required Qualifications 1. The Contractor must offer one or more resources that have recent experience (described in his/her resume) performing the following:

Contractor Summary 1.

a) A minimum of three (3) years experience during the last 10 years in systems design, development, and implementation using programming language “C”. b) A minimum of three (3) years experience during the last 6 years in systems design, development, and implementation using programming language (JAVA and JAVA JEE)

Page 2 of 5

Feb 14, 2013 9:55:52 AM PST

p. 11

State of California

2. The Contractor must offer one or more resources that have recent experience (described in his/her resume) performing the following:

Bid RFI 12-36

2.

a) A minimum of three (3) years experience during the last 6 years performing code translation into JAVA using an automated modernization software tool(s).

Acceptance Criteria It shall be the State’s sole determination as to whether a milestone requested by the State Project Manager has been successfully completed and is acceptable to the State. General Requirements • Location – Contractor must be willing to work at DOJ, 4949 Broadway, Sacramento, CA, 95820 unless otherwise authorized by DOJ Management. Code may not leave the DOJ facility for any type of development . •

Work Hours – Contractor must be willing to work Monday through Friday, 8:00 am to 5:00 pm PST for work that needs to be performed at DOJ location.



Background Check – Contractor must submit and pass a DOJ fingerprint security background check before work begins. Background checks can take 2-3 weeks to complete and the form will be provided by DOJ.



ADA Standards - Contractor must provide access to web-based information and services to employees and the public, including individuals with disabilities. California Government Code Section 11135 (d) (1-3) requires compliance with Section 508 of the Rehabilitation Act Amendments of 1998, Standard §1194.22. DOJ requires compliance with the World Wide Web Consortiums (W3C) Web Content Accessibility Guidelines (WCAG) 1.0, Priority 1 and 2 Checkpoints, to create accessible web sites and applications. DOJ also requires the Standards for California State Web Pages on Accessibility, adopted by the State Portal Review Board, be followed http://www.webtools.ca.gov/Accessibility/State_Standards.asp



Web Design Application Projects - Contractor must adhere to the Web Accessibility Initiative and Web Content Accessibility guidelines located at www.w3.org.



Software Development Projects - Per DOJ, Administrative Bulletin 08-22, Test Data Usage. All project teams using production data in test environments shall meet the requirements outlined in Chapter 15 Sections 15900-15923 of the DOJ Administrative Manual.

Contractor Responsibilities • Contract Changes – Contractor must provide a thirty (30) day written notification to the DOJ Project Representative informing them of the changes the Contractor wants to make to their awarded contract. •

Clarifications - Contractor will meet with DOJ management, technical resources and representatives from DOJ program areas to receive any clarification and seek understanding of business requirements and technical environments.



Corrections – Contractor must make all necessary corrections to work products as deemed appropriate or necessary by DOJ management.



Documentation - Contractor must provide the following documents for all products delivered as deemed appropriate or necessary by DOJ Project Manager.

Page 3 of 5

Feb 14, 2013 9:55:52 AM PST

p. 12

State of California

Bid RFI 12-36

1. System technical documentation 2. System end user’s Documentation 3. Help Desk Documentation 4. System/Architecture Diagrams 5. Data Dictionary 6. Testing Documentation 7. As built documentation of all configurations, including modifications or customizations 8. System back-up and recovery documentation 9. Hardware documentation 10. System maintenance documentation •

DOJ Applications – It is the Contractor’s responsibility to obtain the knowledge of the DOJ LEAWeb and CLETS applications through the source code and existing documentation.



Issues and Risks - Contractor will meet with the DOJ management to receive any clarification and seek understanding of the work activities, issues and risks.



Partnership – Contractor must work in partnership with DOJ resources to accomplish work activities in a manner to ensure knowledge transfer. To this end, contract staff will be integrated with State development and maintenance staff in support of contract activities.



Policies and Standards - Contractor must strictly adhere to all DOJ policies and standards for software development and will not install any non-DOJ software on State provided PCs, unless approved by DOJ.

Department of Justice’s Responsibilities • DOJ will provide access to business and technical documents as necessary for the Contractor to complete the tasks identified in the SOW. •

DOJ will ensure appropriate resources are available to perform assigned tasks, attend meetings and answer questions.



DOJ will ensure that decisions are made in a timely manner.



DOJ will provide work areas and meeting rooms as needed.



Contractor’s laptops will not be connected to the DOJ network; therefore, DOJ will provide the Contractor with PCs, developers’ software, project libraries and access to servers and printers.

Project Representatives Project representative for the term of the contract will be: State Agency: Department of Justice

Contractor:

Name: (To be determined after contract award)

Name:

Address:

Address:

City, State, Zip

City, State, Zip

Phone: ( )

Phone: ( )

Fax: ( )

Fax: ( )

Email:

Email:

Page 4 of 5

Feb 14, 2013 9:55:52 AM PST

p. 13

State of California

Bid RFI 12-36

EXHIBIT B NO COST WORKSHEET For Table B-1, DOJ is soliciting a no cost, Request for Information /Request for Response Proof of Concept for the Law Enforcement Agency Web Interface modernization effort. Table B-2 should reflect the vendor resources name and title that will be used for this effort. Table B-3 should reflect the vendor’s proposed modernization software tool that will be used for this effort. Table B-1, Milestones Required Milestone

No Cost

Milestone 1 – Identify the source code

$0

Milestone 2 – Business rule extraction

$0

Milestone 3 – Code translation

$0

Table B-2, Consultant Names and Titles Consultant Name

Title

1. 2. 3.

Table B-3, Proposed Modernization Software Tool

Contractor Statement of Acknowledgment _______________________________________________ Contractor Name Hereby acknowledges that we have read the RFI, including Exhibits, and will accept responsibility for accomplishing the work as described in accordance with the general requirements and Contractor responsibilities set forth. SIGNED ____________________________________ DATE _________________ NAME AND TITLE ____________________________________________________ ADDRESS __________________________________________________________ Print Name, Title and Address PHONE #___________________

EMAIL _______________

Page 5 of 5

Feb 14, 2013 9:55:52 AM PST

p. 14

State of California

Bid RFI 12-36

Question and Answers for Bid #RFI 12-36 - Modernization of Law Enforcement Agency Web Interface System Proof of Concept

OVERALL BID QUESTIONS There are no questions associated with this bid. If you would like to submit a question, please click on the "Create New Question" button below.

Question Deadline: Feb 22, 2013 12:00:00 PM PST

Feb 14, 2013 9:55:52 AM PST

p. 15