Executive Office of Health and Human Services Mobile Device


Executive Office of Health and Human Services Mobile Device...

0 downloads 136 Views 540KB Size

Executive Office of Health and Human Services REQUEST FOR QUOTES FOR

Mobile Device Acquisition and Deployment Services for the Department of Children and Families Issued under the rules and regulations of Statewide Contract ITC47 Hardware &Services Document Number 15HBEHSDCFMDASRFQ Issued: March 23, 2015

This RFQ and all responses hereto including the winning bid shall become public record as of the date the contract referenced herein is awarded and can be obtained from the Executive Office of Health and Human Services by sending an email to [email protected].

Re q u e s t for Qu ot e s

Executive Office of Health and Human Services

Table of Contents 1.

General Procurement Information ....................................................................................................... 1

2.

Department of Children and Families ................................................................................................... 2

3.

Description and Purpose of Procurement ............................................................................................ 2 3.1.

4.

5.

Procurement Guidelines ....................................................................................................................... 5 4.1.

Single Contractor .......................................................................................................................... 5

4.2.

Three Way Agreement .................................................................................................................. 5

4.3.

Single Department ........................................................................................................................ 6

4.4.

Anticipated Duration..................................................................................................................... 6

4.5.

Acquisition Method....................................................................................................................... 6

4.6.

Written Inquiries ........................................................................................................................... 6

4.7.

Statement of Work........................................................................................................................ 7

4.8.

Procurement Dates and Deadlines ............................................................................................... 7

Bidder Response Requirements ............................................................................................................ 8 5.1.

Cover Letter .................................................................................................................................. 8

5.2.

Business Response ........................................................................................................................ 8

5.2.1.

Cost Response ....................................................................................................................... 9

5.2.2.

Instructions for Submission .................................................................................................. 9

5.3. 6.

Description of Requested Services................................................................................................ 2

Contract Documents ................................................................................................................... 10

Response Evaluation ........................................................................................................................... 10 6.1.1.

Best Value ........................................................................................................................... 11

Appendix A – Bidder Submission Checklist ................................................................................................. 12 Appendix B – Bidder Cost Matrix Worksheet ............................................................................................. 13 Appendix C – Bidder Cost Matrix Worksheet ............................................................................................. 14 Appendix D – List of DCF Regional and Area Offices................................................................................... 15 Appendix E – Mobile Device Configuration ................................................................................................ 16

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 2

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

1. G ENERAL P ROCUREMENT I NFORMATION Purchasing Department:

Executive Office of Health and Human Services (EOHHS)

Address:

100 Hancock Street, Quincy MA

E-Mail Address:

[email protected]

RFQ Title:

Mobile Device Acquisition and Deployment Services for DCF

RFQ Number:

15HBEHSDCFMDASRFQ

Contact Person:

Lou DeLena

The purpose of this Request for Quotes (RFQ) is to solicit the services of a qualified vendor to procure, configure and implement mobile devices for approximately 900 designated Department of Children and Families staff as specified in this RFQ. Only Bidders on Commonwealth statewide contract, ITC47 – Category 6 may submit a quote pursuant to this RFQ. This procurement is made under Commonwealth of Massachusetts statewide contract ITC47, Category 6, utilizing “one-stop shopping”. Under one-stop shopping, if bidder cannot supply required products and services itself, bidder is given access to other statewide contracts as an eligible entity. All third party products and services must be supplied under applicable statewide contracts. Equipment purchases, for example the purchase of the Apple iPad Air mobile devices specified under this RFQ, must be made under statewide contract ITC44 with no additional markup. Bidders may also propose association with other vendors qualified under Commonwealth statewide contracts. Bidders should address prior experience and/or existing relationships with such other vendors proposed as part of their bid response. EOHHS has determined that the products and services to be provided under this RFQ are urgent. As such, this procurement will be operating under an accelerated timeline as set forth in Section 4.8 of this RFQ.

By submitting a Response, Bidder agrees to meet the Timetable set forth in Section 4.8, including the following project rollout dates: Wednesday June 30, 2015

Complete the delivery of all devices to specified DCF offices.

This RFQ does not commit the Commonwealth of Massachusetts (Commonwealth) including, but not limited to the Executive Office of Human Health Service (EOHHS), to enter into a Statement of Work (SOW) with any bidder, pay any costs incurred in the preparation of a bidder’s response to this RFQ, or to procure or contract for products or services. EOHHS reserves the right to accept or reject any and all proposals received as a result of this RFQ and to contract for some, all, or none of the products and services as a result of this RFQ. EOHHS further reserves the right to negotiate with any or all qualified bidders and to cancel in part or in its entirety this RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 1

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

RFQ if it is in the best interest of Department of Children and Families (DCF), EOHHS or the Commonwealth to do so. EOHHS reserves the right to amend this RFQ at any time prior to the date the responses are due. Any such amendment will be posted to the Commonwealth’s procurement website, COMMBUYS (www.commbuys.com). Bidders are advised to check this site regularly, as this will be the sole method used for notification of changes. The winning bid for this RFQ shall become Public Record as of the date the contract referenced herein is awarded and can be obtained from EOHHS by sending an email to [email protected], with a subject of “Mobile Device Acquisition and Deployment Services for DCF RFQ Public Request”. Any portions of a response that are labeled as Confidential will still be considered Public Record.

2. D EPARTMENT

OF

C HILDREN

AND

F AMILIES

DCF is one of the agencies within EOHHS. DCF provides a comprehensive array of services to families and children through a statewide network of DCF-staffed offices, in conjunction with community-based providers and informal resources.

3. D ESCRIPTION 3.1.

AND

P URPOSE

OF

P ROCUREMENT

D ESCRIPTION OF R EQUESTED S ERVICES

EOHHS seeks the services of a qualified vendor to help procure, configure and deliver, as specified in this RFQ, including the following activities: 1. Procure a fleet of approximately 900 mobile devices. The exact number of mobile devices will specified at the time the contract is signed. 2. Prepare the mobile devices according to the Commonwealth specification. This activity will include, but not be limited to:  

Configuration of the mobile device to the specification. Enrollment of the mobile device with the Mobile Device Management (MDM) provider AirWatch.



Activation of the mobile device with Verizon Wireless.



Setup of the mobile device with the designated worker email accounts.

3. Provide on-site delivery to DCF offices statewide prior to June 30.

Project Phase 1: - Setup and kickoff project The Commonwealth Mobile Device Acquisition and Deployment Services project team (“Commonwealth project team”) and the selected vendor will work together to make sure that prerequisite project activities and agreements are in their appropriate state for the project to proceed without interruption. Key Commonwealth Project Team Activities: The Commonwealth project team will work with the selected vendor to: RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 2

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

1. Review and finalize a project plan. 2. Review and finalize schedule for the mobile device configuration, delivery. 3. Establish the project’s status reporting requirements and the project’s status meeting schedule. Key Vendor Activities: The selected vendor will work with the Commonwealth project team to: 1. Modify, as requested or necessary, vendor’s proposed project plan. 2. Produce as a deliverables the project’s status report and status meeting schedule. Key Deliverable(s): 1. The selected vendor will provide including any requested or necessary modifications, the project plan. 2. The selected vendor will provide the project schedule for the configuration, delivery by DCF Offices (see Appendix D) showing milestone dates. 3. The selected vendor will conduct a Project Kickoff Meeting to communicate the project schedule, activities, and roles and responsibilities to the entire Commonwealth project team. 4. The selected vendor’s assigned project manager (and not a sub-contractor to the selected vendor) will provide a Weekly Status Report that will include, but not be limited to: 

Current mobile device delivery status.



Updated project schedule.



Any perceived project issues and/or risks.



Past weeks project activities.



Next week's planned project activities.



Escalations, if any.

Project Phase 2: Configure mobile devices according to Commonwealth specification. The selected vendor will perform mobile device configuration to all mobile devices that result from this procurement. The vendor will not sub-contract mobile device configuration, in whole or in part, to any other entity. Key Commonwealth Project Team Activities: The Commonwealth project team will: 1. Provide the selected vendor with the list of mobile device recipients, corresponding email account information, and their work location. 2. Provide the selected vendor with the mobile device configuration (see Appendix E). 3. Provide the selected vendor with any apps (and the corresponding licenses) required to be included in the mobile device configuration. 4. Provide the necessary information with cellular provider to activate mobile devices with cellular service. 5. Provide image for mobile device Laser Etching. RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 3

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

6. Define the MDM security profiles including: –

MDM Administrator profiles; and



Mobile device user community profiles.

Key Vendor Activities: The selected vendor will: 1. Procure the fleet of mobile devices for delivery to the Commonwealth based on specification in Appendix B. 2. Perform Laser Etching on the mobile device. 3. Perform mobile device configuration according to the Commonwealth configuration specification (see Appendix E). 4. Activate the mobile devices with Verizon Wireless. 5. Conduct the first time set up of the MDM account in AirWatch. –

Setup MDM to support over air updates to Commonwealth devices



Setup MDM to support distribution of apps

6. Enroll mobile devices with the AirWatch MDM. 7. Setup email accounts on each mobile device configured. 8. Before delivery of devices to the offices, quality check each mobile device including installed apps and user email account to assure it is working according to the configuration specification. Key Deliverable(s): 1. The selected vendor will procure and deliver the Fleet of Mobile Devices: –

Configured to the agreed up specification (see Appendix E).



Activated with the Verizon Wireless data service.



Enrolled with the specified MDM.



Setup with the specified user email accounts.

2. The selected vendor will deliver MDM Account with defined security profiles setup and an Enrolled Fleet of Mobile Devices. 3. The selected vendor will provide a MS-Excel spreadsheet of the fleet of all mobile devices that result from this procurement including all mobile devices that were enrolled and delivered. The MS-Excel Deployment Spreadsheet will include the following information (To be exported to an asset management system-xAssets): –

Assigned to (Name)



Assigned to (Email)



Address



City



Site

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 4

Re q u e s t for Qu ot e s

Executive Office of Human Health Services



Make



Model



Serial Number



Phone Number associated with device



IMEI Number



SIM Number

Project Phase 3: Provide mobile device delivery, on-site mobile device distribution. The selected vendor will deliver the mobile devices to the designated regional and area offices (see Appendix D). Key Commonwealth Project Team Activities: The Commonwealth project team will: 1. Assure that a secure area will be available for mobile devices to be delivered and stored at each of the 30 designated regional and area offices. Key Vendor Activities: The selected vendor will: 1. Deliver the mobile devices to DCF offices per the Roll-out Schedule and the specifications. –

The selected vendor will work with the Commonwealth project team to assure and confirm mobile devices are delivered correctly and stored in the designated secure area.



The selected vendor, or sub-contractor of the selected vendor, must complete all the delivery all DCF offices by June 30, 2015.

Key Deliverable(s): 1. The vendor will deliver all mobile devices to the designated DCF offices by delivery end date (of June 30, 2015).

4. P ROCUREMENT G UIDELINES 4.1.

S INGLE C ONTRACTOR

EOHHS requires a single point of contact resulting from this RFQ and subsequent contract award. Subcontractor organizations or facilities cannot be used for any part of this procurement. 4.2.

T HREE W AY A GREEMENT

All products identified as solutions and offered through this procurement in response this RFQ must be available from software publishers that are willing to enter into a “three way” agreement. The following language must be used in the agreement between the software publisher, the reseller and the agency: “This Services Agreement, dated as of [month, day, year], (“Effective Date”) is made and entered by and between [Software Reseller] (“[Software Reseller Abbreviation]”), a software reseller with principal offices at [street address, state, zip], [Software Publisher] (“[Software Publisher Abbreviation]”), with principal RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 5

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

offices at [street address, state, zip], and EOHHS (“Customer”), with principal offices at 100 Hancock Street Quincy MA. The Commonwealth of Massachusetts has contracted with [Software Reseller Abbreviation]”), under Contract ITC47 to provide software, maintenance and associated services to various entities within the Commonwealth], and the Commonwealth] does not have a direct contractual relationship with [Software Publisher Abbreviation]. [Software Reseller Abbreviation] is not a manufacturer of these items, but is a “reseller.” With respect to this agreement Customer wishes to purchase software and associated services manufactured and provided by [Software Publisher Abbreviation], and [Software Publisher Abbreviation] is responsible for and assumes liability for the below referenced responsibilities and for their performance under this Agreement. [Software Reseller Abbreviation] has subcontracted with [Software Publisher Abbreviation] for the provision of services under this Agreement. The entire agreement between [Software Reseller Abbreviation] and the Commonwealth in the following order of precedence consists of (1) the Commonwealth’s standard terms and conditions and standard form contract; (2) the Commonwealth’s RFQ ITC47; (3) [Software Reseller Abbreviation]’s response thereto and (4) the following Agreement as agreed to by [Software Reseller Abbreviation], [Software Publisher Abbreviation] and Customer:”

4.3.

S INGLE D EPARTMENT

This procurement is being conducted for the exclusive use of EOHHS including DCF and other constituent agencies. 4.4.

A NTICIPATED D URATION

Any contract awarded through this RFQ will run from the time of signature until the completion date based upon the scope of work and corresponding timeline set out in Sec. 4.8 of this RFQ. EOHHS anticipates the contract will run from May 2015 through June 2017. Duration of any contract awarded under this RFQ is dependent upon funding appropriation and the provisions of the Commonwealth Terms and Conditions and other contract documents (described in Sec. 5.3 below). 4.5.

A CQUISITION M ETHOD

The acquisition method for this RFQ will be fixed price. 4.6.

W RITTEN I NQUIRIES

EOHHS is accepting written inquiries regarding this procurement. Questions should be submitted via email to [email protected] with the subject title: “Mobile Device Acquisition and Deployment Services for DCF”. All inquiries must be received by 1:00 p.m. Eastern Time on the date of submission listed in Section 4.8 – Procurement Dates and Deadlines within this RFQ. Questions received after the deadline may be disregarded. EOHHS, at its discretion, will prepare written responses to questions that EOHHS determines to be of general interest and relevance to the RFQ. The response to written inquiries will be posted on COMMBUYS (www.commbuys.com) by the estimated date and time indicated on the procurement calendar.

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 6

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

Prospective Bidders are prohibited from communicating with any employee of EOHHS, DCF or any other Commonwealth employee regarding this RFQ, except as specified in this RFQ, and no other Commonwealth employee or representative is authorized to provide any information or respond to any question or inquiry concerning this RFQ. Bidders may contact the person for this RFQ in the event this RFQ is incomplete or the Bidder is having trouble obtaining any required attachments electronically through COMMBUYS. 4.7.

S TATEMENT OF W ORK

EOHHS will be bound only upon execution of a Statement of Work (SOW) that complies with all applicable laws, regulations, and procedures. EOHHS reserves the right to disqualify any bidder that submits a proposal or contract that directly or indirectly attempts to preclude or limit the effect of this requirement. While bidders must provide copies of any proposed contracts or contract provisions, bidders may not condition their response to this RFQ or the execution of a contract with EOHHS upon EOHHS’s acceptance of any bidder supplied contract or contract terms and conditions. Bidder’s legal review of EOHHS’ required contract forms should be done prior to bid submission as many of these terms are not negotiable. In addition, all of the terms and conditions of the Statewide Contract ITC47 will be incorporated in the SOW and made a part of that document. Conflicting or additional terms, conditions or agreements included in or attached to the SOW shall be considered to be superseded and void. A sample SOW is posted along with this RFQ on COMMBUYS. 4.8.

P ROCUREMENT D ATES AND D EADLINES

Below are the key dates for the selection of a vendor to perform the requested services. Date(s)

RFQ Procurement Activity/Milestone

Monday, March 23, 2015

RFQ Posted to COMMBUYS

Friday, March 27, 2015 at 1:00 PM (Eastern Time)

Deadline for Bidder Questions

Monday, April 6th, 2015 at 1:00 PM (Eastern Time)

Bid Opening Date – Responses Due

Friday, April 10, 2015

Contract Award Date

Friday, June 26th, 2015

Delivery of mobile devices – Complete

EOHHS may adjust this schedule as it deems necessary. Notification of any adjustments to the RFQ timetable shall be posted on COMMBUYS.

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 7

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

5. B IDDER R ESPONSE R EQUIREMENTS Bidders must provide the following information in their responses. 

Cover Letter



Business Response



Cost Response



Any bidder “boiler-plate” contract or contract provisions which bidder seeks to include or attach to the Statement of Work (SOW), in an editable Word format.



Bids will be considered valid for a minimum of ninety (90) calendar days.

5.1.

C OVER L ETTER

Bidders must provide a cover letter in which they agree to the terms of this RFQ. The cover letter must be signed by an authorized representative of the Bidder that has authority to bind the bidder to any agreement resulting from this solicitation. 5.2.

B USINESS R ESPONSE

Bidders must describe how they will provide the requested services defined in Section 3.1 – Description of Requested Services. The scope of the Business Response must, at a minimum, include: 

Project Plan and Proposed Schedule: Bidders must submit an initial high level plan and schedule to complete the tasks and deliverables described in this RFQ and the Bidder’s response. The project plan should include information on the deliverables, duration, and Bidder responses involved to complete each of the RFQ Tasks.



Organization Qualifications and References: Bidders must briefly describe the organization’s experience with and capacity to procure, configure and deliver fleet of mobile devices to a mobile workforce. o

o

o

Bidder History – Bidder shall provide (limit to 3 pages): 

a brief history of its organization, including an organizational overview, which shall include any parent or subsidiary organizations;



a description of the business units in which the bidder is organized; and



a listing of the products and services offered by the bidder material to this RFQ.

Bidder Experience – Bidder shall provide a description of the bidder’s experience that demonstrates (limit to 3 pages): 

That the Bidder meets the requirements which apply to the project being responded to;



Bidder’s experience with and expertise with mobile implementations as described in this RFQ, as well as any technologies or methodologies proposed by the bidder.

References — Bidders shall provide information on any relevant or applicable past projects that demonstrate the capabilities and services as it pertains to the RFQ (limit to 1 page per project):

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 8

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

o

o

o

For each project/client listed, the bidder shall state the following: 

the contract or project name;



the name of the client’s organization;



the name, title, email address, and telephone number of a person at the organization who can respond to inquiries about the bidder’s involvement with the project;



the specific activities the bidder performed under the contract; and



the dates of performance.

Bidder shall provide a list of the government entities with which the bidder has contracted within the past three years to perform services similar to those requested in this RFQ, and a summary of activities the bidder performed under any such contracts (limit to 1 page per project).

Cancelled Projects —Bidder shall provide a statement about whether any government entity has, in the past five years, cancelled any contract with the bidder and, if so, an explanation providing relevant details (limit to 1 page).

For purposes of the project plan, bidders should assume a May 18, 2015 project start date and a June 30, 2015 date to complete the mobile device delivery to each of the designated regional and area offices. 5.2.1. C OST R ESPONSE In the Cost Responses, Bidders must provide a fixed-price, all inclusive cost proposal, including all travel and expenses. There are also two cost appendices: Bidder Cost Matrix Worksheet – Appendix B: Bidder shall provide separate itemized costs for the line item tasks identified Appendix B – Bidder Cost Matrix Worksheet for their proposal. Bidder Cost Worksheet for an additional mobile device Post Deployment – Appendix C: Bidder shall provide the cost basis for configuring and delivering a single additional mobile device. 5.2.2. I NSTRUCTIONS FOR S UBMISSION Proposals must be received by the Executive Office of Human Health Service by 1:00 PM Eastern Time on the date specified in Section 4.8 – Procurement Dates and Deadlines. Proposals submitted but not received by the date and time specified may not be reviewed. 

Bidders must post their responses on COMMBUYS; registered ITC47 bidders who need assistance may consult COMMBUYS published job aids or the COMMBUYS Help Desk relative to submitting a response.



In addition, bidders must submit, by email, an original, signed response identified with the Bidder’s name and address and the name of this Request for Quotes. Responses must be also submitted online on COMMBUYS and e-mailed to: o

[email protected]

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 9

Re q u e s t for Qu ot e s

Executive Office of Human Health Services



The email must clearly identify the bidder and have as a subject line “Mobile Device Acquisition and Deployment Services for DCF - 15HBEHSDCFMDASRFQ”.

All responses and information submitted in response to this RFQ are subject to the Massachusetts Public Records Law, M.G.L., c.66, s.10 and c.4, s. 7 part 26. Any statements in submitted responses that are inconsistent with this law shall be disregarded. 5.3.

C ONTRACT D OCUMENTS

The Contract, entered into as a result of this RFQ, will consist of in order of precedence the Commonwealth Terms and Conditions, the Standard Contract Form, RFR ITC47, the vendor’s response thereto, this RFQ, and the vendor’s response thereto as amended by and any Statement of Work as modified by any negotiated terms or conditions allowable pursuant to law or regulation.

6. R ESPONSE E VALUATION Responses properly submitted pursuant to this RFQ on or before the submission deadline defined in this RFQ will be evaluated by a Procurement Management Team (PMT) assigned by the EOHHS. The successful Bidder will be selected based on the completeness of the response to the requirements set forth in this RFQ, completion of any required RFQ attachments, and a determination by the PMT that contracting with the selected Bidder will provide the “best value” to the Commonwealth. Responses will be evaluated based on several criteria in the following order of priority: 

Scope of Services: The PMT will evaluate the Bidder’s proposal to deliver the items specified in Section 3.1 - Description of Requested Services, including the Bidder’s approach to completing all tasks and deliverables.



Agreement with the Terms of this RFQ



Qualification and References: The PMT will review the Bidder’s references, considering the Bidder’s ability to meet the requirements of the RFQ by reviewing the Bidder’s experience with projects similar in size and scope, the Bidder’s track record for delivering similar services on time, and the qualifications of the Bidder’s staff.



Cost Response: The PMT will evaluate the Bidder’s Cost Response. This criterion is based on best overall value to the Commonwealth, based upon a proposal that best satisfies the RFQ requirements within the desired timeframe and available funding.

EOHHS reserves the right to reject a Bidder’s response at any time during the evaluation process if the Bidder: 

Fails to demonstrate to EOHHS’s satisfaction that it meets all RFQ requirements;



Fails to satisfy all response submission instructions;



Fails to submit all required information;



Has any interest that may, in EOHHS’s sole determination, conflict with performance of services for the Commonwealth or is anti-competitive;



Fails to make a product demonstration and/or oral presentation, if requested;

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 10

Re q u e s t for Qu ot e s

Executive Office of Human Health Services



Rejects or qualifies its agreement to any of the mandatory provisions of the RFQ;



Fails to reach an agreement with EOHHS on all Contract terms, including, but not limited to, payment provisions;



Conditions the response on the modification or amendment of the terms and conditions contained within the Commonwealth Terms and Conditions and the Commonwealth Standard Contract Form.

Pursuant to 801 CMR 21.06(8), EOHHS may offer one or more Bidders an opportunity to provide one or more corrections or clarifications. If it so chooses, EOHHS will distribute specific information regarding submission requirements, timelines and information about its corrections or clarifications evaluation process to the Bidder(s) selected for participation in the corrections or clarifications process. Bidders may be asked to provide additional corrections or clarifications to specific sections of the RFQ response. Bidders are not required to submit an answer in response to EOHHS’s inquiry and may notify EOHHS in writing that their response remains as originally submitted. Any such request for corrections or clarifications shall be deemed an amendment to the RFQ for that Bidder and any response by a Bidder to a request for a corrections or clarifications shall be deemed an amendment to that Bidder’s response. The PMT will recommend for selection the response that demonstrates the best overall value which will achieve the procurement goals of EOHHS. The Team may negotiate a change in any element of Contract performance or cost identified in the original RFQ or the selected Bidder’s response which results in lower cost or a more cost-effective or better value than was presented in the selected Bidder’s original response. EOHHS reserves the right to request a best and final offer (BAFO) from any Bidder. 6.1.1. B EST V ALUE The goal of this RFQ is to provide the best value of goods and services to achieve the procurement goals of DCF. Bidders that propose discounts, uncharged commodities and services, cost savings or other benefits in addition to the RFQ specifications may receive a preference under this RFQ as specified.

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 11

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

A PPENDIX A – B IDDER S UBMISSION C HECKLIST Below is a checklist of all the items Bidders must provide in their responses: Description

Required/Optional

Cover Letter

Required

Project Delivery and Management Approach including:

Required



Statement of Work



Project Plan

Organization Qualifications and References including: 

Bidder History



Bidder Experience



References



Cancelled Projects



Information About Teaming Partners

Cost Response

Required

Required

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 12

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

A PPENDIX B – B IDDER C OST M ATRIX W ORKSHEET The Bidder must fill in the costs for each of the items specified with “Please Fill In” in the Bidder Cost Matrix Worksheet below.

Line # 1

Description Apple iPad Air, Case with Keyboard and Car Charger

1.1

1.2 1.3 2.

Quantity

Unit Price

Total

-

-

-

900

Please Fill In

Please Fill In

Please Fill In

Please Fill In

Apple iPad Air - Wi-Fi, 4G Cellular, Bluetooth - 16 GB - 9.7" Retina Display - Rear and Front camera - 4G - Carrier TBD - latest version of iOS iPad Air Case with keyboard Cover Logitech FabricSkin Keyboard Folio

900

iPad Air Car charger

900

Please Fill In

Please Fill In

900

Please Fill In

Please Fill In

900

Please Fill In

Please Fill In

Please Fill In

Please Fill In

Total

Please Fill In

Configure iPads: 

Configure each to the specification (see Appendix E)



Activate each iPad with carrier



Enroll device with MDM



Setup each user email account



Create Apple ID based on Commonwealth Spec.



Application installation



iCloud/ Find My iPad setup



Print and attach Commonwealth Labels

3.

Laser Etching – Commonwealth supplied information

4.

Provide Delivery of DCF iPads and on-site iPad

5.

Total Cost

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 13

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

A PPENDIX C – B IDDER C OST M ATRIX W ORKSHEET Bidder shall provide the cost basis for configuring and delivering a single additional mobile device. This will be the cost basis for EOHHS to add additional mobile devices, as necessary, post deployment. This could result from hiring new field staff and/or expanding the mobile workforce to include additional staff. Option A

Description 

  

Apple iPad Air Wi-Fi, 4G Cellular, Bluetooth 16 GB 9.7" Retina Display Rear and Front camera 4G - Carrier TBD Latest version of iOS iPad Air Case with keyboard Cover Logitech FabricSkin Keyboard Folio iPad Air Car charger Configure iPads: -

Configure each to the specification (see Appendix E)

-

Activate each iPad with carrier

-

Enroll device with MDM

-

Setup each user email account

-

AppleID Creation

-

Application installation

-

iCloud/ Find My iPad setup

-

Commonwealth Labels

Provide Delivery iPad to specified Area and Regional Office.

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 14

Total Please Fill In

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

A PPENDIX D – L IST

OF

DCF R EGIONAL

AND

A REA O FFICES

The following table is a current list of all DCF regional and area office, including address. #

Region

Office

Address

City

1 2 3 4 5 6

Boston North South West West West

Central Office North Regional Office / Lawrence Area Office South Regional Office / Brockton Area Office West Regional / Springfield Area Office Worcester East / West Area Office Pittsfield Area Office

600 Washington Street 280 Merrimack Street 110 Mulberry Street 140 High Street 121 Providence Street 53 Eagle Street

Boston Lawrence Brockton Springfield Worcester Pittsfield

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 15

Re q u e s t for Qu ot e s

Executive Office of Human Health Services

A PPENDIX E – M OBILE D EVICE C ONFIGURATION The Commonwealth’s mobile device configuration will include but not limited to: 

Logo – provided by the Commonwealth



Wallpaper – provided by the Commonwealth



Web Clip link to the Virtual Gateway



Pages for iPad



WritePro for iPad



Apple IDs



Find my iPad

RFQ 15HBEHSDCFMDASRFQ – Mobile Device Acquisition and Deployment Services for DCF Page 16