state of california


[PDF]state of california - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

7 downloads 92 Views 881KB Size

State of California Franchise Tax Board

RFQ-FTB-1213-00840 STATE OF CALIFORNIA Franchise Tax Board

REQUEST FOR QUOTATIONS – INFORMATION TECHNOLOGY QUOTATION/BID DUE DATE: July 31, 2013 no later than 2:00 PM Pacific Time (PT)

Bidder Information: (Print or Type):

Responses must be delivered to the California Franchise Tax Board (FTB) no later than 2:00 PM PT on the RFQ due date. SOLICITATION NO.: RELEASE DATE: RFQ-FTB-1213-00840 July 2, 2013

Supplier Name: __________________________________________

Supplier Address:

For further information contact: Julia Gutierrez (916) 845-7772 [email protected]

Delivery Date: 30 Days ARO

Ship To: Franchise Tax Board California Warehouse 9646 Butterfield Way Sacramento, CA 95827 Key Action Dates: 1.

Release of Request For Quotations (RFQ): July 2, 2013

2.

Last Day to Submit Questions for Clarification of the RFQ: July 17, 2013 no later than 5:00 PM PT

3.

Mandatory Bidder’s Conference at FTB: July 17, 2013 at 1:30PM – 4:00PM PT

4.

Last Day to Protest Requirements: July 24, 2013 no later than 5:00 PM PT

Bidders may attach the response label provided on Page 51 of this RFQ.

5.

Final Supplier Quotation/Bid Due at FTB: July 31, 2013 no later than 2:00 PM PT

Supplier’s Corporation Number:

Please note the following:

6.

__________________________________________

Bidder quotation/bid responses received via any method other than hand delivery or common carrier will be deemed non-responsive and rejected.

*Selection Evaluation Review: August 1, 2013 thru August 15, 2013

7.

*Vendor Demonstration – See section “D. Product Demonstration” of SOW: August 12 thru August 23, 2013

8.

*Notice of Intent to Award: August 26, 2013

9.

*Contract Award: August 30, 2013

__________________________________________ __________________________________________

Phone: __________________________________________

RETURN FINAL QUOTATION/BID TO: Franchise Tax Board VIA HAND DELIVERY OR COURIER ONLY: Bidders must provide at least six (6) copies of their complete bid response to the following address:

Fax: __________________________________________

Supplier Email:

Franchise Tax Board ATTN: Julia Gutierrez Procurement Bureau (MS A374) 9646 Butterfield Way, Sacramento, CA 95827

__________________________________________ Supplier’s Federal Employer Identification Number: __________________________________________

** If Bidder does not possess a California Corporation Number, indicate “None or N/A” Name (Print): __________________________________________

Title: __________________________________________

Signature:

10. *Test and Acceptance: October 1, 2013 thru November 14, 2013

_______________________ Date:_____________

*These dates are subject to change without notice or addendum to this RFQ. Bidder offers and agrees if this response is accepted within 45 calendar days following the date the response is due to furnish all the items upon which prices are quoted, at the prices set opposite each item, delivered at the designated point(s) by the method of delivery and within the times specified and subject to the attached General Provisions. DELCARATIONS UNDER PENALTY OF PERJURY; By signing above, with inclusion of the date of signature, the above signed Bidder DECLARES UNDER PENALTY OF PERJURY under the laws of the State of California as follows: (1) (STATEMENT OF COMPLIANCE). The above signed has complied with the non-discrimination program requirements of Government Code 12990 and Title 2, California Administrative Code Section 8103, and such declaration is true and correct. (2) The National Labor Relations Board declaration set forth in Paragraph 48 of the General Provisions is true and correct. (3) If a claim is made for the Small Business or Disabled Veterans Business preference, the information set forth within is true and correct.

Your signature affixed and dated herein certifies that you have met all California required tax filings and have no outstanding tax obligations. Your signature authorizes the verification of this certification. Your signature affixed herein certifies that you have met all requirements, specifications, and certifications of this quotation/bid solicitation. Your signature affixed herein certifies that you have met all requirements, specifications and certifications of this quotation/bid solicitation.

Page 1 of 51

State of California Franchise Tax Board

REQUEST FOR QUOTATION CONTINUATION

RFQ-FTB-1213-00840

Supplier Name:

RFQ-FTB-1213-00840

Rev.

1.

Delivery: Final delivery, inspection and acceptance shall be at the location described in the “Ship To” address on page 1.

2.

Quotation/Bid Award: For the purposes of this solicitation, Contract Award will be made on the basis of “highest score” among the quotes/bids that are “responsive” to the RFQ requirements. Responsiveness is defined as meeting all of the MANDATORY REQUIREMENTS (both Mandatory Pass/Fail and Mandatory Scorable), performing a satisfactory demonstration (if required), achieving the “highest score” in the DESIRABLE SCORABLE REQUIREMENTS (as applicable), and achieving the “highest score” (equals Lowest Cost) in their proposed Cost. Mandatory Requirements (Pass/Fail and Scorable) must be met by ALL bidders to be considered responsive. Points will be awarded to each Bidder during the evaluation process for both Mandatory Scorable (MS) requirements and Desirable Scorable (DS) requirements and will be weighted at fifty percent (50%) of the Total Overall Score. Cost will also be weighted at fifty percent (50%) of the Total Overall Score. Please refer to the EVALUATION section of this RFQ for details on the applicable scoring methodology.

3.

Cash Discounts: Cash discounts will not be considered when evaluating bid responses for award purposes. However, cash discounts may be offered and taken by departments processing invoices within the timeframe specified.

4.

Shipment: For the purposes of this solicitation, only bid responses quoting F.O.B Destination will be accepted.

5.

Inquiries/questions: Written questions must be received no later than 5:00 PM PT on July 17, 2013 via an email to the contact listed on Page 1 of this solicitation. Bidders are strongly encouraged to submit written questions via eProcurement (BidSync).

6.

Bidder’s Instructions and General Provisions: The Bidder’s Instructions and General Provisions are attached by reference to this RFQ. Please read carefully. Refer to the “Attachments” section on Page 7 of this RFQ.

7.

Quotation attachments: Bid responses that reference a supplier’s own terms and conditions or provisions will be considered nonresponsive and will be rejected.

8.

Important Note: Only bids quoted on the State’s own quotation forms will be considered. Bids shall be submitted in a sealed envelope/package with the solicitation number and the bid due date and time clearly marked on the outside of the envelope/package.

Verification of California Tax Status: Acceptable verification results are required prior to contract award. Responsible Bidder: The Franchise Tax Board may require bidder(s) to submit evidence of their qualifications at such times and under conditions, as it may deem necessary. The question of whether a particular bidder is a responsible bidder may involve an evaluation of the bidder’s experience, type of facility, expertise or financial resources regarding the particular items requested by the pertinent solicitation. If a bidder has been determined to be non-responsible, the bid shall be rejected. Facsimile (FAX) Bids: Faxed Bids will NOT be accepted. Payee Data Record: The successful bidder will be required to submit a Payee Data Record, Std. Form 204 listing their Taxpayer Identification Number. Acceptable verification results are required prior to contract award. http://www.documents.dgs.ca.gov/osp/pdf/std204.pdf Seller’s Permit: If applicable, please note that award will be conditional on providing the following document prior to award: You must provide your company’s California retailer’s seller’s permit or certification of registration and, if applicable, the permit or certification of all participating affiliates, issued by California’s State Board of Equalization (BOE), pursuant to all requirements as set form in Sections 6487, 7101 and sections 6452.1, 6487.3, 18510 of the Revenue and Taxation Code, and Section 10295.1 of the Public Contract code. In order to expedite the process of verifying the validity of the permit, provide the BOE permit number in the space provided below (or attach a copy of the permit with your bid.) Retailer’s Seller’s Permit Number: _______________________ Mandatory Bidder’s Conference: The FTB will be holding a MANDATORY Bidder’s Conference to discuss the contents of this RFQ and the associated procurement process. Vendor’s wishing to submit a quote/bid response for this RFQ MUST first attend the Mandatory Bidder’s Conference. The Bidder’s Conference will be held on Wednesday, July 17 from 1:30 – 4:00PM PT at FTB’s Central Office, California Town Center located at 9646 Butterfield Way, Sacramento, CA 95827. Attending Bidders will be signed in from 1:00 – 1:30 PM PT in the North Lobby Entrance. Bidders must arrive before 1:30PM in order to attend the conference. The last day to submit questions for clarification of the RFQ is July 17, 2013 no later than 5:00 PM PT as noted in the Key Action Dates on Page 1 of this RFQ. FTB will accept oral questions during the Bidder’s Conference. A question and answer set of those questions and applicable answers will be posted on the DGS eProcurement website within five (5) working days. Oral answers shall not be binding on the FTB. Bidders planning on attending the Bidder’s Conference should pre-register by 5:00PM on Friday, July 12, 2013. Bidders attending the Bidder’s Conference must complete and submit a signed ATTACHMENT 3 - CONFIDENTIALITY STATEMENT (for each attendee). Please pre-register with, and provide Confidentiality Statement(s) via email to, the contact listed below: Page 2 of 51

State of California Franchise Tax Board

REQUEST FOR QUOTATION CONTINUATION

RFQ-FTB-1213-00840 Supplier Name:

RFQ-FTB-1213-00840

Rev.

Julia Gutierrez (916) 845-7772 [email protected] Productive Use Requirements: The objective of the Productive Use Requirements is to protect the State from being an experimentalist for new equipment and software that has no record of proven performance. Customer In-Use The purpose of the Customer In-use requirement is to allow time for the Bidder to correct defects that could prevent new equipment and software from performing correctly in support of State programs. The State requires that each equipment and software component proposed as part of an automated system must have been installed and in productive use, in substantially the conformation bid, for a paying customer external to the Bidder's organization, for at least the number of months shown in the table below prior to the required dates of installation and bid submission. Please note: The following table is informational in support of the Productive Use and Customer In-Use requirements. Bidders are not required to complete or submit the below table as part of their quotation/bid submission: Product

Installation Bid Submission

Critical software, regardless of cost, (that without which application programs cannot run; i.e., operating systems, DBMSs, compilers, or communication control programs) to operate on or control computers or microcomputers (also bids of multiple computers), or peripheral equipment, for which the project cost is: (1) More than $100,000

8 months

6 months

6 months

4 months

Category 2 - All Information Technology Equipment and Non-critical Software Information technology equipment is defined in SAM Section 4819.2. (1) More than $100,000

Substantial design changes in required system control modules or in components critical to the processing requirements of the State's workload are also subject to the In-use requirement. Increases or decreases in numbers of components or minor alteration in equipment or minor modifications or updates to software to provide improvements or features, to correct errors, or to accommodate hardware changes may be exempt from the In-use requirement by the Department of General Services, Procurement Division, if no substantial changes in logic, architecture or design are involved. New Equipment: All equipment to be provided in response to a State of California solicitation shall be new and latest model in current production. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE OR DISCONTINUED MODELS ARE NOT ACCEPTABLE. Small Business Regulations: The Small Business regulations, located in the California Code of Regulations (Title 2, Division 2, Chapter 3, Subchapter 8, Section 1896 et. seq.), concerning the application and calculation of the small business preference, small business certification, responsibilities of small business, department certification, and appeals are revised, effective 09/09/04. The new regulations can be viewed at (www.pd.dgs.ca.gov/smbus). Access the regulations by Clicking on “Small Business Regulations” in the right sidebar. For those without Internet access, a copy of the regulations can be obtained by calling the DGS’ Office of Small Business and DVBE Services at (916) 375-4940. Non-Small Business Subcontractor Preference: A five percent (5%) bid preference is now available to a non-small business (NS) claiming twenty-five percent (25%) California certified small business subcontractor participation. If claiming the NS subcontractor preference, the bid response must include a list of the SB(s) with which you commit to subcontract in an amount of at least twenty-five percent (25%) of the net price with one or more California certified SBs. Each listed certified SB must perform a “commercially useful function” (CUF) in the performance of the contract as defined in Government Code section 14837(d)(4). The required list of California certified SB subcontracts must be attached to the bid response and must include the following: 1) subcontractor name, 2) address, 3) phone number, 4) a description of the work to be performed and/or products supplied, and 5) the percentage of the net bid price (as specified in the solicitation) per subcontractor. Completion of the Bidder Declaration serves this purpose. See Page 4 – Section titled “Declaration Forms” for the URL to the above referenced Bidder Declaration Form. Bidders claiming the five percent (5%) preference must commit to subcontract at least twenty-five percent (25%) of the net bid price with one or more California certified SBs. Completed certification applications and required support documents must be submitted to the Office of Small Business and DVBE Services (OSDS) no later than 5:00 p.m. on the bid due date, and the OSDS must be able to approve the application as submitted. Questions regarding certification should be directed to the OSDS at (916) 375-4940. Attachment with bid required if claiming the Small Business Preference: All bidders must complete and include the Bidder Declaration form GSPD-05-105. If claiming the non-small business subcontractor preference, the form must list all of the California certified small businesses with which you commit to subcontract in an amount of at least twenty-five percent (25%) of the net bid price. All certified small businesses must perform a “commercially useful function” (CUF) in the performance of the contract as defined in Government Code Section 14837(d)(4).

Page 3 of 51

State of California Franchise Tax Board

REQUEST FOR QUOTATION CONTINUATION

RFQ-FTB-1213-00840 Supplier Name:

RFQ-FTB-1213-00840

Rev.

Small Business Nonprofit Veteran Service Agencies (SB/NVSA): SB/NVSA prime bidders meeting requirements specified in the Military and Veterans Code Section 999.50 et seq. and obtaining a California certification as a small business are eligible for the five percent (5%) small business preference. If applicable, claim the preference in the box on the right hand side of the first page of this solicitation. Small Business Preference/Certification: Bidders claiming the small business preference must be certified by California as a small business or must commit to subcontract at least twenty-five (25%) of the net bid price with one or more California certified small businesses. Completed certification applications and required support documents must be submitted to the DGS’ Office of Small Business and DVBE Services (OSDS) no later than 5:00 p.m. on the bid due date, and the OSDS must be able to approve the application as submitted. Small business nonprofit veteran service agencies (SB/NVSA) claiming the small business preference must possess certification by California prior to the day and time bids are due. Questions regarding certification should be directed to the OSDS at (916) 375-4940. Declaration Forms: All bidders must complete the Bidder Declaration GSPD-05-105 and include it with the bid response. When completing the declaration, bidders must identify all subcontractors proposed for participation in the contract. Bidders awarded a contract are contractually obligated to use the subcontractors for the corresponding work identified unless the State agrees to a substitution and it is incorporated by amendment to the contract. Bidders who have been certified by California as a DVBE (or who are bidding rental equipment and have obtained the participation of subcontractors certified by California as a DVBE) must also submit a completed form(s) STD. 843 (Disabled Veteran Business Enterprise Declaration). All disabled veteran owners and disabled veteran managers of the DVBE(s) must sign the form(s). Should the form not be included with the solicitation, contact the State contracting official or obtain a copy online from the Department of General Services Procurement Division, Office of Small Business and DVBE Services (OSDS) website at http://www.dgs.ca.gov/pd/Programs/OSDS.aspx. The completed form should be included with the bid response. At the State’s option prior to award, bidders may be required to submit additional written clarifying information. Failure to submit the required written information as specified may be grounds for bid rejection. BIDDER DECLARATION FORM GSPD-05-105 http://www.documents.dgs.ca.gov/pd/poliproc/MASTEr-BidDeclar08-09.pdf DVBE DECLARATION FORM Std. 843 (If Applicable) http://www.documents.dgs.ca.gov/pd/poliproc/STD-843FillPrintFields.pdf Commercially Useful Function (CUF) Documentation: All certified Small Business, Microbusiness, and/or DVBE contractors, subcontractors or suppliers must meet the commercially useful function requirements under Government Code, Section 14837(d)(4) (for SB) and Military and Veterans Code, Section 999(b)(5)(B) (for DVBE). Please answer the following questions as they apply to your company for the goods/services being acquired in this procurement. 1.

Will your company be responsible for the execution of a distinct element of the resulting purchase order?

Yes

No

2.

Will your company be actually performing, managing, or supervising an element of the resulting purchase order?

Yes

No

3.

Will your company be performing work on the resulting purchase order that is normal for its business, services, and functions?

Yes

No

4.

Will your company be responsible, with respect to products, inventories, materials, supplies required for the contract, for negotiating price, determining quality and quantity, ordering, installing, if applicable, and making payment?

Yes

No

5.

Will there be any subcontracting that is greater than that expected to be subcontracted by normal industry practices for the resulting purchase order?

Yes

No

For a response of “No” in questions 1-4, or a response of “Yes” in question 5, may result in your bid being eliminated from consideration. At the State’s option prior to award, bidders may be required to submit additional written clarifying information. California Disabled Veteran Business Enterprise (DVBE) Program Requirements: The State has established goals for Disabled Veteran Business Enterprises (DVBE) participating in State contracts. Please review the attached DVBE program requirements package. Bidders must complete and return all the appropriate pages in order for the bid to be considered responsive. For the purposes of this solicitation, the DVBE program requirements have been waived; however, the DVBE Bid Incentive will still be applied (see below). Disabled Veteran Business Enterprise (DVBE) Bid Incentive: Important Note regarding the DVBE Bid Incentive – The following DVBE bid incentives will be applied for the purposes of this solicitation. In accordance with Section 999.5(a) of the Military and Veterans Code an incentive will be given to Bidders who provide DVBE participation. For evaluation purposes only, the State shall apply an incentive to bids that propose California certified DVBE participation as identified on the Bidder Declaration GSPD-05-105 and confirmed by the State. The incentive amount for awards based on low price will vary in conjunction with the percentage of DVBE participation. The following percentages will apply for the purposes of bid evaluation: Please note if you would still like to subcontract with a DVBE, FTB will apply the DVBE Bid Incentive with the percentages stated below: Page 4 of 51

State of California Franchise Tax Board

REQUEST FOR QUOTATION CONTINUATION

RFQ-FTB-1213-00840 Supplier Name:

RFQ-FTB-1213-00840

CONFIRMED DVBE PARTICIPATION OF: 3.1% and Above 3.0% 2.0% to 2.9% 1.0% to 1.9%

Rev.

DVBE INCENTIVE: 5% 3% 2% 1%

Refer to the “Declaration Forms” section on Page 4 of this RFQ – for the URL to the Bidder Declaration Form for listing any subcontracting opportunities. Please refer to Section “W. EVALUATION” of the Statement of Work (SOW) for details on the application of the DVBE Incentive in the evaluation of Bids for this RFQ. Disabled Veteran Business Enterprise (DVBE) Substitution: Contractor understands and agrees that should award of this contract be based in part on their commitment to use the Disabled Veteran Business Enterprise (DVBE) subcontractor(s) identified in their bid or offer, per Military and Veterans Code 999.5 (e), a DVBE subcontractor may only be replaced by another DVBE subcontractor and must be approved by the Department of General Services (DGS). Changes to the scope of work that impact the DVBE subcontractor(s) identified in the bid or offer and approved DVBE substitutions will be documented by contract amendment. Failure of Contractor to seek substitution and adhere to the DVBE participation level identified in the bid or offer may be cause for contract termination, recovery of damages under rights and remedies due to the State, and penalties as outlined in M&VC § 999.9; Public Contract Code (PCC) § 10115.10, or PCC § 4110 (applies to public works only). Preferences: The following preferences will be granted for this procurement. Bidders wishing to take advantage of these preferences will need to review the following websites and submit the appropriate response with the bid: Target Area Contract Preference Act (TACPA): Enterprise Zone Act (EZA): Local Agency Military Base Recover Act (LAMBRA):

TACPA Preference Request (Std. 830) EZA Preference Request (Std. 831) LAMBRA Preference Request (Std. 832)

Bidders wishing to take advantage of these preferences are required to submit the following applications/forms: TACPA (Std. 830) and/or EZA (Std. 831) and/or LAMBRA (Std. 832) Bidder’s Summary of Contract Activities and Labor Hours (DGS/PD 526) Manufacturer Summary of Contract Activities and Labor Hours (DGS/PD 525) Please Note: The maximum preference allowed individually (TACPA, EZA, or LAMBRA) is fifteen percent (15%) of the bid amount or may not exceed $50,000 for any bid. In combination with any other preference (TACPA, EZA, LAMBRA, SB, non-SB subcontracting participation, recycled, etc.), the maximum limit of the combined preference is fifteen percent (15%) of the bid amount and, in no case, shall be more than $100,000.00 per bid, whichever is less. Award of Contract: Award of contract, if made, will be in accordance with the RFQ information on Quotation/Bid Award to a responsible Bidder whose quotation/bid complies with all the requirements of the RFQ documents and any addenda thereto, except for such immaterial defects as may be waived by the State. Award, if made, will be made within forty-five (45) days after the scheduled date for Contract Award as specified in the RFQ; however, a Bidder may extend the offer beyond 45 days in the event of a delay of contract award. The State reserves the right to determine the successful Bidder(s) either on the basis of individual items or on the basis of all items included in its RFQ, unless otherwise expressly provided in the State's RFQ. Unless the Bidder specifies otherwise in its quotation/bid, the State may accept any item or group of items of any quotation/bid. The State reserves the right to modify or cancel in whole or in part it’s RFQ. Protests: Any Bidder’s issues regarding solicitation requirements must be resolved (or attempts to resolve them must have been made) before a protest may be submitted according to the procedure below. These issues will first be resolved by the contact for the solicitation or if they result in a protest, the protest will be submitted to DGS Procurement Division Deputy Director to hear and resolve issues and whose decision will be final. If a Bidder has submitted a bid which it believes to be totally responsive to the requirements of the RFQ and to be the bid that should have been selected according to the evaluation procedure in the solicitation section on Evaluation and the Bidder believes the State has incorrectly selected another Bidder for award, the Bidder may submit a protest of the selection as described below. Protests regarding selection of the “successful vendor” will be heard and resolved by the Victim Compensation and Government Claims Board whose decision will be final. All protests of award must be made in writing, signed by an individual authorized to bind the Bidder contractually and financially, and contain a statement of the reason(s) for protest; citing the law, rule, regulation or procedure on which the protest is based. The protester must provide facts and evidence to support the claim. Protests must be mailed or delivered to: Street and Mailing Address: Deputy Director Procurement Division 707 Third Street, Second Floor South West Sacramento, CA 95605 Facsimile No.: (916) 375-4611 All protests to the RFQ or protests concerning the evaluation, recommendation, or other aspects of the selection process must be received by the DGS Procurement Division Deputy Director as promptly as possible, but not later than the date indicated in the Notification of Intent to Award. Page 5 of 51

State of California Franchise Tax Board

REQUEST FOR QUOTATION CONTINUATION

RFQ-FTB-1213-00840 Supplier Name:

RFQ-FTB-1213-00840

Rev.

Certified or registered mail must be used unless delivered in person, in which case the protester should obtain a receipt of delivery.

Payment Methodology: The State shall pay the awarded Contractor upon successful completion of the User Acceptance Testing and FTB’s acceptance of the delivered/received items covered in ATTACHMENT 1 - STATEMENT OF WORK and ATTACHMENT 2 – COST DETAIL WORKSHEET. Please refer to the “INVOICES AND PAYMENTS” section of ATTACHMENT 1 for additional details on the payment methodology for this contract. The State agrees to pay the Contractor, upon receipt of an itemized invoice submitted by the Contractor, in triplicate to Franchise Tax Board ATTN: Fiscal Accounting P.O. Box 2800 Sacramento, CA 95812-2800 Attachments: The following documents are considered part of this solicitation: IT Bidder Instructions (GSPD-451) - Effective 11/09/2011

Included by reference

IT General Provisions (GSPD-401IT) - Effective 06/08/2010

Included by reference

IT Purchase Special Provisions - Effective 01/21/2003

Included by reference

IT Software Special Provisions - Effective 01/21/2003

Included by reference

IT Personal Services Special Provisions - Effective 02/08/2007

Included by reference

Completed and Signed Bidder Information

Page 1

Mandatory Return

Payee Data Record

Page 2

(if not on file with FTB)

Seller’s Permit and/or Number

Page 2

(when applicable)

Signed Bidder Declaration form GSPD-05-105

Page 4

Mandatory Return

Signed DVBE Declaration form STD. 843

Page 4

Mandatory Return

Commercially Useful Function Documentation

Page 4

Mandatory Return

ATTACHMENT 1 – STATEMENT OF WORK

Pages 8 - 46

Mandatory Return

ATTACHMENT 2 – COST DETAIL WORKSHEET*

Pages 47 - 49

Mandatory Return

*You may include a quote/bid on company letterhead in addition to, but not in lieu of completing this sheet. **Please refer to the “Bidder Checklist for Quotation/Bid Submission” section of this RFQ for additional documents that are identified as “Mandatory Return” and that must be included in your quote/bid.

Page 6 of 51

State of California Franchise Tax Board

REQUEST FOR QUOTATION CONTINUATION

RFQ-FTB-1213-00840 Supplier Name:

RFQ-FTB-1213-00840

Rev.

Bidder Checklist for Quotation/Bid Submission: In order for the quotation/bid to be acceptable, the following documents should be completed and included with your submitted quotation/bid response. A description of the nature of each document is included. THOSE DOCUMENTS MARKED “MANDATORY” MUST BE RETURNED OR YOUR BID WILL BE REJECTED. Those documents described as “should be submitted with your bid” will not cause your bid to be rejected; however, if they are included it will expedite the procurement process. DOCUMENT LOCATION DESCRIPTION MANDATORY Bidder Information and Signature Page 1 Payee Data Record Page 2 Applies to all bidders. This should be submitted with the bid; however, it may be obtained prior to award. Seller’s Permit Page 2 This should be submitted with your bid; however, it may be obtained prior to award. MANDATORY Bidder Declaration (GSPD-05-105) Page 4 DVBE Declarations (STD. 843) Page 4 Applies in the following situations: 1. The Prime Bidder is certified as a Disabled Veteran Business Enterprise, and/or, 2. There are subcontractors that are Certified Disabled Veteran Business Enterprises. These declarations should be included with the bid; however, they may be obtained prior to contract award. Commercially Useful Function Documentation Page 4 This applies to Certified Small Businesses and Certified Disabled Veteran Businesses submitting Bids as the Prime Contractor. This should be submitted with the bid; however it may be obtained prior to contract award. The State has the option to verify that the Prime Bidder and any subcontractors are performing a Commercially Useful Function. Preferences Page 5 Bidders wishing to take advantage of these preferences are required to submit the following applications/forms: TACPA (Std. 830) and/or EZA (Std. 831) and/or LAMBRA (Std. 832) Bidder’s Summary of Contract Activities and Labor Hours (DGS/PD 526) Manufacturer Summary of Contract Activities and Labor Hours (DGS/PD 525) MANDATORY Statement of Work Attachment 1 (Pages 8 - 46) MANDATORY Cost Detail Worksheet Attachment 2 (Pages 47 - 49) Confidentiality Statement Attachment 3 Bidders wishing to submit a response MUST attend the MANDATORY BIDDERS CONFERENCE and shall (Page 50 ) complete a Confidentiality Statement for each attendee. This should be submitted prior to (or at) the Mandatory Bidder’s Conference. Response Label Attachment 4 Optional use. (Page 51)

Page 7 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) A. INTRODUCTION The Franchise Tax Board (FTB) is seeking a highly- skilled vendor that can provide a complete Talent Management System (TMS) solution in a Software as a Service (SaaS) environment that consists of the following six (6) required components: 1. 2. 3. 4. 5. 6.

Learning Management System (LMS) Performance Evaluation (PE) Individual Development Plan (IDP) 360 Evaluation (360E) Workforce Planning / Analytics (WPA) Succession Planning (SP)

The primary focus of this procurement is component #1, the LMS component since the FTB is seeking a SaaS replacement for its current internally administered LMS, which is Aspen v2.5. FTB’s current LMS has reach end-of-life and is no longer being supported, thus FTB is seeking a vendor who can support a minimum of 15,000 active and inactive FTB employees within a new SaaS LMS. FTB’s current LMS serves an active employee population of 5,500 along with 5,100 inactive employees. It is used to track over $1 million of vendor-provided training costs and approximately 1,800 instructor-led on-site classes per year. The main function of the LMS is to comprehensively manage all aspects of FTB’s employee training and development programs.

B. PROPOSED SOLUTION DESCRIPTION FTB has determined that it is best to define its own needs, desired operating objectives, and desired operating environment. FTB will not tailor these needs to fit a solution that a Bidder may have available; rather, the Bidder shall propose to meet the FTB’s needs as defined via the requirements in this RFQ. FTB is looking to purchase and implement an integrated SaaS TMS commercial solution (available over the web) to be configured to meet FTB’s detailed requirements that are included herein. The purchase of the SaaS TMS solution will be for approximately 5200-6000 active users. The “users” include all FTB staff that will access the software (behind the FTB firewall) both within the FTB facility as well as remotely, via secure desktops, laptops and potentially via mobile devices. This purchase includes the SaaS subscription as well as all of the associated personal services needed to support the solution and Mandatory Requirements (including but not limited to) configuration, installation and training. Bidders must submit a written, detailed description of how the SaaS TMS solution meets the mandatory requirements detailed herein and, at a minimum, include the following documents: 1. Submit an Implementation Plan a. Including a Pilot Phase 2. Submit a User Acceptance Testing Plan 3. Submit a Training Plan 4. Submit a completed Detailed Cost Worksheet (with Cost Tables) C. MANDATORY BIDDER’S CONFERENCE The FTB will be holding a MANDATORY Bidder’s Conference to discuss the contents of this RFQ and the associated procurement process. Bidders wishing to submit a quote/bid response for this RFQ MUST first attend the Mandatory Bidder’s Conference. The Bidder’s Conference will be held on Wednesday, July 17 from 1:30 – 4:00PM PT at FTB’s Central Office, California Town Center located at 9646 Butterfield Way, Sacramento, CA 95827. Attending Bidders will be signed in from 1:00 – 1:30 PM PT in the North Lobby Entrance. Bidders must arrive before 1:30PM in order to attend the conference. Page 8 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) The last day to submit questions for clarification of this RFQ is July 17, 2013 no later than 5:00 PM PT as noted in the Key Action Dates on Page 1 of this RFQ. FTB will accept oral questions during the Bidder’s Conference. A question and answer set of those questions and applicable answers will be posted on the DGS eProcurement website within five (5) working days. Oral answers shall not be binding on the FTB. Bidders planning on attending the Bidder’s Conference should pre-register by 5:00PM on Friday, July 12, 2013. Bidders attending the Bidder’s Conference must complete and submit a signed ATTACHMENT 4 - CONFIDENTIALITY STATEMENT (for each attendee). Please pre-register with, and provide Confidentiality Statement(s) to: Julia Gutierrez [email protected] (916) 845-7772

D. PRODUCT DEMONSTRATION FTB may request a product demonstration from the Bidder achieving “highest score” as described in the “Evaluation” section of this RFQ. The Bidder must be available during the dates of August 12 - 23, 2013 to provide a demonstration of their proposed solution upon FTB’s request. The Bidder demonstration shall not exceed two (2) hours in duration, and shall be conducted on-site at FTB’s Central Office located at 9646 Butterfield Way, Sacramento, CA 95827. IMPORTANT: Demonstrations will be scored on a Pass/Fail basis; Bidders must obtain a “Pass” score to continue and to be deemed responsive. Demonstration must include navigation in a test environment and, at a minimum, include the following tasks as specified in the attached “Demo Detail Script” (see embedded Word document below):

Demo Detail Script.docx

E. CONTRACT TERM The awarded Contractor must be available to commence the services outlined in this RFQ no later than within thirty (30) days of contract award. The term of the three-year (3-year) SaaS subscription (with the State’s option to exercise three additional one-year optional terms) will begin upon FTB’s acceptance of the awarded Contractor’s solution, and will be amended to reflect the actual term dates as applicable. The SaaS subscription will begin upon FTB’s acceptance of the TMS solution and can be billed annually in advance.

F. CONTRACTOR’S RESPONSIBILITY 1. The awarded Contractor will designate a Project Manager to serve as a single point-of-contact for project management purposes. 2. The awarded Contractor must provide a complete TMS solution including a SaaS subscription, implementation services and training services to meet the Mandatory Requirements specified in this RFQ. 3. The awarded Contractor must work with FTB staff to finalize a mutually agreed upon Implementation Plan, User Acceptance Plan, and Training Plan (as described in this RFQ). 4. The awarded Contractor must provide all of the labor and materials necessary to deliver a complete and fully functional TMS solution, as determined by FTB; and is expected to fully configure the TMS solution’s features and capabilities. Page 9 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) 5. All work performed by the awarded Contractor will be performed at the direction of FTB staff. 6. The awarded Contractor is expected to correct critical issues within twenty-four (24) hours of receiving notice. 7. The awarded Contractor will be required to work closely with FTB staff throughout the project. 8. TMS cut-over criteria and timing will be determined by FTB to minimize down-time and impact to normal FTB operations. Thus, It is crucial that the awarded Contract conduct project planning efforts (as well as ongoing communications) with FTB staff in advance of work performed. 9. The awarded Contractor is expected to be on-site (as specified in this RFQ) during normal business hours. Normal business hours are defined as: 8:00 AM to 5:00 PM PT, Monday-Friday (excluding State holidays).

G. FTB RESPONSIBILITIES 1. FTB will designate a Project Manager to serve as the single point-of-contract for project management purposes. 2. FTB will identify and provide approximately ten (10) staff resources to participate in User Acceptance Testing. 3. FTB will identify and provide staff to work with the awarded Contractor to jointly implement the Active Directory Federation Services for the TMS’ Single Sign-On (SSO) functionality. 4. FTB will provide resources to the awarded Contractor’s Subject Matter Expert (SME) to complete the on-site shadow of the current FTB LMS Administrators (to better understand FTB’s current LMS business processes) as required in this RFQ. 5. FTB is responsible for making available necessary information, data, and documentation in order to facilitate the awarded Contractor’s completion of work and will provide additional assistance and services as needed (and mutually agreed upon). 6. FTB will provide the awarded Contractor’s designated personnel with access to the FTB worksite during the normal working hours of 8:00 AM – 5:00 PM PT, Monday - Friday (excluding holidays) so the awarded Contract can meet the on-site requirements detailed in this RFQ.

H. IMPLEMENTATION PLAN (M) Pass/Fail (M) Mandatory: Bidders must submit a draft Implementation Plan as part of their quote/bid. Note: Failure to submit a draft Implementation Plan (or failure to include the minimum items listed below) may result in the bid being deemed non-responsive and may disqualify the Bidder. Bidders must compose and submit a detailed draft Implementation Plan with elapsed timelines by task as part of their quote/bid. The draft Implementation Plan must specify all tasks that will be performed in the implementation of the TMS solution. The draft Implementation plan must also identify the vendor’s and FTB’s responsibilities for each task (as applicable). The draft Implementation Plan must address, at a minimum, ALL of the following items: 1. Plan must be submitted in Microsoft Word 2007 or Microsoft Project 2010 format. 2. Plan must specify how all tasks will be accomplished in a phased approach (with timelines). 3. Plan must describe the vendor's methodology to work with the appropriate FTB staff to gather information relevant to each task. 4. Plan must include tentative dates the vendor expects to be on-site at the FTB Central Office in Sacramento, CA. 5. Plan must include a Vendor Discovery period (with timeframes) which consists of a vendor provided Subject Matter Expert (SME) to be on-site at the FTB Central Office for no less than Page 10 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) sixteen (16) hours and no more than forty (40) hours for the purposes of the SME to shadow current FTB LMS Administrators to better understand FTB’s current LMS business processes. 6. Plan must include (at a minimum) the following key dates/timeframes as specified below: a. Vendor and FTB joint implementation of Active Directory Federation Services (to begin no later than 10/07/2013). Duration not to exceed five (5) business days. b. Vendor Discovery (to begin no later than 10/07/2013). Duration not to exceed five (5) business days. st c. First (1 ) Data Migration (to begin no later than 10/07/2013). Duration not to exceed five (5) business days. st d. Five (5) business days for FTB to conduct data migration validation after First (1 ) Data Migration but prior to commencement of User Acceptance Testing. e. Vendor-provided training for FTB LMS Administrators (to begin no later than 10/14/2013). Duration not to exceed five (5) business days. f. Vendor-provided training for FTB TMS Administrators (to begin no later than 10/28/2013). Duration not to exceed ten (10) business days. g. TMS User Acceptance Testing Period (to begin no later than 10/23/2013). Duration not to exceed thirty (30) consecutive State business days for all of the TMS components. nd h. Final (2 ) Data Migration (to begin no later than 12/13/2013). Duration not to exceed one (1) business day. i. Final system cutover from Aspen to new TMS solution (to begin no later than 12/14/2013). Final cutover must be performed over a weekend. Duration not to exceed two (2) days. 7. Plan must include the six (6) month Pilot Phase as required by FTB. 8. Plan must include estimated timeframe to train and prepare FTB staff to administer the TMS solution beyond the successful completion of the User Acceptance Testing period and subsequent to the FTB’s acceptance of the Bidder’s proposed TMS solution. 9. Plan must include testing and data migration activities to be performed by the vendor to meet project requirements, including a plan to address and resolve errors. 10. Plan must describe processes for problem and issue resolution during the Implementation phase. 11. Plan must include a wrap-up process to validate that all FTB requirements have been met. Note: The draft Implementation Plan will be finalized (by the awarded Contractor) by working with the FTB staff following Contract Award but prior to the commencement of the First Data Migration. Important: A data map of FTB’s current LMS data fields may be provided to Bidders as a resource upon their request following the Mandatory Bidder’s Conference.

I.

USER ACCEPTANCE TEST PLAN (M) Pass/Fail

(M) Mandatory: Bidders must submit a User Acceptance Test Plan as part of their quote/bid. Note: Failure to submit the User Acceptance Test Plan (or failure to include the minimum items listed below) may result in the bid being deemed non-responsive and may disqualify the Bidder. Bidders must compose and submit a User Acceptance Test Plan to be used by FTB staff for the purposes of conducting User Acceptance Testing on the TMS solution. Bidder must participate in testing (as needed) during FTB’s User Acceptance Test period. The User Acceptance Test Plan must address, at a minimum, all of the following items: Page 11 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) 1. Plan must be submitted in Microsoft Word 2007 format. 2. Method for testing vendor’s successful data migration of Aspen data. 3. Method for testing vendor’s successful configuration or customization of the functionality for the mandatory fiscal tracking requirement. 4. Method for testing all six (6) TMS components. 5. User Acceptance Testing Schedule. 6. Tools required to complete the User Acceptance Testing. The testing will be structured to ensure the TMS solution meets all of the functional requirements specified in this RFQ. The User Acceptance Testing period will consist of two phases (to run concurrently) as described below: Phase 1) User Acceptance Testing for the LMS component to test for successful data migration, fiscal tracking functionality, and at a minimum, the functionality of the MANDATORY LMS Requirements identified in this RFQ. Phase 2) User Acceptance Testing of the remaining five (5) TMS components: o Performance Evaluation o Individual Development Plan o 360 Evaluations o Workforce Planning/Analytics o Succession Planning The User Acceptance Test period is necessary for the evaluation of various components, business processes, and human resource concepts that are essential to the solution’s success. This evaluation will not only prove the required business functionality, but will serve to improve FTB business processes and ensure the solution is performing as required. The User Acceptance Test period will last for a period of thirty (30) consecutive State business days, and will commence upon the awarded Contractor’s certification of the solution’s readiness for deployment to the enterprise. FTB staff will conduct the User Acceptance Testing to validate that in-fact the solution is ready for deployment to the enterprise prior to rolling-out it to the remaining users. At the FTB’s option, FTB may choose to accept the TMS solution prior to the thirty (30) State business-day timeframe. Knowledge transfer will be performed by the awarded Contractor to FTB staff during the Implementation period (as mutually agreed upon by the awarded Contractor and FTB) which will enable FTB staff to utilize the solution for the purposes of successfully conducting the User Acceptance Testing as well as for FTB’s use of the TMS solution thereafter. The awarded contractor shall adhere to the following Administrative Requirements as described below: Administrative Requirements: 1. Prior to the commencement of the User Acceptance Testing, FTB staff will require five (5) State business days to execute the data migration validation. The awarded Contractor must fully repair identified defects within a twenty-four (24) timeframe. The awarded Contractor shall work with the FTB to put the solution to full operational use for User Acceptance Testing purposes. FTB staff will utilize awarded Contractor-supplied data maps of the migrated data to verify the data migration was successfully completed. 2. The awarded Contractor shall certify in writing to FTB when the solution is ready for deployment to the enterprise. FTB will confirm the solution’s viability by running functional and performance tests during the User Acceptance Test period. If the solution fails at any portion during the User Page 12 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) Acceptance Testing, FTB shall notify the awarded Contractor immediately of the failure so the awarded Contractor can facilitate correction of the failure. Written email confirmation of the failure shall be provided to the awarded Contractor’s primary contact within two (2) business days. The solution shall not be deemed corrected until the awarded Contractor re-certifies after correction of failure. 3. If the solution is operable at an average level of availability of 99.97% or more during the User Acceptance Testing period and has met the minimum acceptable configuration during a thirty (30) consecutive State business-day User Acceptance Testing period, it shall be deemed to have met the FTB's standard of performance and shall be accepted by FTB. 4. The average level of availability is a percentage figure computed by dividing the total operational use time by the sum of that time and associated downtime. All planned preventive maintenance time shall be excluded from the performance period hours unless the planned preventive maintenance is performed during prime hours or adversely impacts production. 5. The solution downtime shall begin from the time FTB makes a valid effort to contact the awarded Contractor to report that a failure has caused the solution to be inoperable, or operable at less than the minimum acceptable configuration, and shall end when the minimum acceptable solution has been returned to FTB in operable condition. 6. Any problem that occurs during the acceptance test period that can be quickly remedied (within twenty-four hours) shall only delay the acceptance test period by the amount of time from when the problem was first identified by FTB and when the problem has been remedied. Failures during the acceptance test period caused by sources outside the awarded Contractor’s control during testing shall not be deemed as cause to delay the acceptance test period. Note: Downtime is calculated as the system or a component being unavailable. 7. In the event the solution does not meet the standard of performance during the initial 30 consecutive State business days, the User Acceptance Testing shall continue on a day-to-day basis until the standards of performance are met for 30 consecutive days. The standard of performance during the test period includes the 99.97% availability of the solution and the minimum acceptable configuration. 8. If successful completion of the performance period is not attained within ninety (90) days of the start of User Acceptance Testing, FTB shall have the option of terminating the agreement for the acquisition of the deficient solution, or by mutual agreement, continuing the acceptance tests. FTB’s option to terminate shall remain in effect until such time as a successful completion of the performance period is attained. 9. The solution shall not be accepted by FTB and no charges associated with such solution shall be paid by FTB until the solution has satisfactorily completed the user acceptance tests. Upon successful completion of the User Acceptance Testing, FTB shall notify the awarded Contractor in writing of final acceptance of the solution following the last day of the successful acceptance test period.

J. TRAINING PLAN (M) Pass/Fail (M) Mandatory: Bidders must submit a draft Training Plan as part of their quote/bid. Note: Failure to submit a draft Training Plan (or failure to include the minimum items listed below) may result in the bid being deemed non-responsive and may disqualify the Bidder. Bidders must submit a detailed draft Training Plan, with a proposed training schedule, as part of their quote/bid response. All vendor-provided classroom training must be completed prior to the start of User Page 13 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) Acceptance Testing. The Training Plan will ensure that FTB’s personnel are prepared to participate in the Implementation and User Acceptance Testing of the TMS solution, as well as to be able to administer and maximize its use thereafter. The Training Plan must include, at a minimum, ALL of the following items: 1. Training Plan must be submitted in Microsoft Word 2007 format. 2. For each TMS component, the awarded Contractor must provide on-site instructor-led training classes regarding the function and operation of their proposed TMS solution. On-site training must be conducted at FTB’s Central Office campus in Sacramento, CA. 3. Plan to include training for each of the six (6) TMS components: a. Learning Management System (LMS b. Performance Evaluation c. Individual Development Plan d. 360 Evaluations e. Workforce Planning/Analytics f. Succession Planning 4. Plan must include separate training schedules for the LMS component and the remaining five (5) TMS components (PE, IDP, 360E, WPA and SP): a. LMS Training for fifteen (15) to twenty (20) FTB staff to begin no later than 10/14/2013 and not to exceed five (5) business days. b. TMS Training for the remaining five (5) TMS components for five (5) to ten (10) FTB staff to begin no later than 10/28/2013 and not to exceed ten (10) business days. c. A period of five (5) business days must separate the end of the LMS Training and the beginning of the TMS Training for the remaining five (5) components. Note: Not all of the same FTB staff will receive training in each TMS component. Therefore, training for the remaining five TMS components (PE, IDP, 360E, WPA and SP) should be broken down into modules either by days or segments of time so that FTB may allocate the appropriate staff to attend a specified training module. 5. Plan must include a description of subjects to be covered. 6. Plan must include a proposed class schedule (subject to approval by FTB). 7. Plan must include duration times for instructor-led training classes. 8. Plan must include identification of FTB responsibilities (if applicable) associated with the training. 9. Plan must include a complete training schedule. 10. Plan must include details on vendor-provided training materials. 11. Plan must include details on system administration for the proposed TMS solution (e.g. access controls, security, etc.) 12. Plan must include details on how to produce reports in the proposed TMS solution. FTB shall designate staff who must be fully trained and capable of supporting the proposed TMS solution, including all system administration and related activities, prior to the active deployment of the proposed TMS solution. Page 14 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) The awarded Contractor must supply all of the necessary training materials and manuals to FTB staff (for the number of staff listed above). The use of these manuals shall be provided by the awarded Contractor and to be used during the training of FTB Staff. Appropriate training materials must be provided for all types of training conducted. The materials shall be provided in both electronic and hardcopy format and may be reproducible by FTB for future training of FTB staff. Note: The Training Plan will be finalized (by the awarded Contractor) by working with the FTB staff following Contract award but prior to the commencement of the vendor-provided training.

K. PILOT PHASE The FTB is seeking a vendor that will not only provide the LMS component via a SaaS solution, but will also provide the aforementioned remaining five (5) TMS components via an integrated SaaS solution for a complete TMS solution. Although the FTB will conduct an Acceptance Test Period for both the LMS and other five TMS components, FTB will only use a limited number of licenses (as shown in the table below, at no additional cost ) during a Pilot Phase. The Pilot Phase will allow FTB TMS Administrators and FTB’s Human Resource staff sufficient time to acquire requisite expertise through testing and real-life scenarios on the remaining five TMS components prior to FTB’s roll-out of the remaining five TMS components to the enterprise. Many FTB Administrators will also be concurrently learning the LMS component and the five TMS components, thus FTB seeks to allow sufficient time for staff to be proficient with all facets of the TMS components prior to rolling-out the additional five TMS components to the enterprise. The Pilot Phase will be six (6) months long in duration and upon completion of the Phase, the awarded Contractor may invoice FTB for the five TMS components as described in the “Invoices and Payments” section of this RFQ.

Pilot Phase Details TMS Component Name Performance Evaluation Individual Development Plan 360 Evaluation Workforce Planning/Analytics Succession Planning

Number of Licenses for Pilot Phase 25 25 25 10 10

Duration six months six months six months six months six months

L. TECHNICAL SUPPORT Technical support will be provided by the vendor as described in the vendor’s SaaS subscription support offerings which are included as part of the vendor’s proposed TMS solution, and as described within this RFQ. The SaaS subscription fee (as proposed by the vendor in ATTACHEMENT 2 – COST DETAIL WORKSHEET) includes the cost for technical support, updates, patches, version upgrades, etc. offered by the vendor during the term of the contract. If the vendor’s proposed TMS solution requires any customization/configuration in order to meet FTB’s requirements (as described in this RFQ), then the customization/configuration - and in turn the Vendor’s solution - must NOT be impacted by, nor prevent the installation of, future solution updates and/or upgrades offered by the vendor during the term of the contract, nor result in any additional cost to FTB.

M. INVOICES AND PAYMENTS In consideration of the performance of the foregoing in a satisfactory manner FTB agrees to pay the awarded Contractor, in arrears, for services rendered upon receipt of an itemized invoice in triplicate, for the period of this Agreement. The awarded Contractor may submit an invoice to FTB ONLY after the successful completion and ONLY after FTB’s acceptance of the TMS solution following the User Page 15 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) Acceptance Testing period (as defined in this RFQ). The invoice will be for all one-time costs of the accepted solution and for a one-year (1-year) SaaS subscription (to be paid annually, in advance) for the LMS component licenses only, as well as for the configuration/implementation services and training services performed and accepted by FTB. The awarded Contractor may invoice for remaining five (5) TMS components ONLY after FTB’s completion of the six-month Pilot Phase which is estimated as six (6) months after FTB’s acceptance of the LMS component (as described in this RFQ). The Pilot Phase licenses will be free of cost to FTB during the term of the Phase and the licenses will be prorated for the remaining six (6) month term. The remaining components/licenses are as follows: 1. 2. 3. 4. 5.

Performance Evaluation Individual Development Plan 360 Evaluation (360E Workforce Planning/Analytics Succession Planning

Invoices shall be submitted in triplicate, clearly referencing this Agreement and mailed to: Franchise Tax Board Fiscal Accounting Office P.O. Box 2800 Sacramento, CA 95812-2800

N. STATE POINTS OF CONTACT Name Julia Gutierrez Procurement Specialist

Phone(s) (916) 845-7772

Fax (916) 843-5809

E-mail [email protected]

O. VENDOR POINTS OF CONTACT Name

Phone(s)

Fax

E-mail

P. CONFLICT OF INTEREST

In recognition of the fact that Vendor personnel providing services under this Contract may perform similar services from time to time for others, this Contract shall not prevent Vendor from performing such similar services or restrict Vendor from using the personnel provided to FTB under this Contract, providing that such use does not conflict with the performance of services under this contract. During the performance of this contract, should the Vendor become aware of a financial conflict of interest that may foreseeably allow an individual or organization involved in this Contract to materially benefit from FTB’s adoption of an action(s) recommended as a result of this contract, the Vendor must inform FTB in writing within 10 working days. If, in FTB’s judgment, the financial interest will jeopardize the objectivity of the recommendation, FTB shall have the option of terminating the contract. Page 16 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) Failure to disclose a relevant financial interest on the part of the Vendor will be deemed grounds for termination of the Contract with all associated costs to be borne by the Vendor and, in addition, the Vendor may be excluded from participating in FTB’s bid processes for a period of up to 360 calendar days in accordance with Public Contract Code section 12102(j).

Q. CONFIDENTIALITY OF DATA All financial, statistical, personal, technical and other data and information relating to FTB's operation which are designated confidential by FTB and made available to the Vendor in order to carry out this agreement, or which become available to the Vendor in carrying out this agreement, shall be protected by the Vendor from unauthorized use and disclosure through the observance of the same or more effective procedural requirements as are applicable to FTB. The identification of all such confidential data and information as well as FTB's procedural requirements for protection of such data and information from unauthorized use and disclosure shall be provided by FTB in writing to the Vendor. If the methods and procedures employed by the Vendor for the protection of the Vendor's data and information are deemed by FTB to be adequate for the protection of FTB's confidential information, such methods and procedures may be used, with the written consent of FTB, to carry out the intent of this paragraph. The Vendor shall not be required under the provisions of this paragraph to keep confidential any data or information, which is or becomes publicly available, is already rightfully in the Vendor's possession, is independently developed by the Vendor outside the scope of this agreement, or is rightfully obtained from third parties. Any data or information, which FTB identifies to the Vendor to be confidential, will be treated in the following manner: 1. Any employee, agent or representative of the Vendor whose duties require access to such data or information, or to any equipment or device which contains such data or information, will first sign a Confidentiality Statement (FTB Form 7912) prior to contract award. 2. When Vendor exercises the option to replace defective parts of any equipment or device containing confidential data, Vendor will certify to FTB that all such data contained therein has been destroyed and is no longer readable. Any hard copy printouts created during testing or servicing of equipment or devices, which disclose any confidential data or information will be destroyed by the Vendor in accordance with Internal Revenue Service specifications, or will be given to FTB for proper disposal.

R. BACKGROUND CHECK, FINGERPRINTING AND TAX COMPLIANCE OF CONTRACTOR PERSONNEL The Franchise Tax Board (FTB) will investigate the personal history of all Contractor personnel who will have access to FTB’s facilities, data systems or confidential materials during the term of the contract. FTB will require such Contractors, subcontractors, independent contractors, and their employees to complete a Personal History Statement and be fingerprinted. Fingerprints will be sent to the California Department of Justice for information regarding prior criminal history. Based upon the results, FTB reserves the right to prohibit individuals from performing work under this contract. As part of the background check, FTB may require tax identification information to validate compliance with the California Revenue and Taxation Code throughout the term of the contract. Compliance with the Revenue and Taxation Code means an individual has filed all required state income tax returns and all state income taxes are paid or a current payment installment agreement is in place. Prospective contract staff are encouraged to verify their individual filing status by calling 1-800-852-5711 to resolve any potential tax compliance issues. If a member of the Contractor’s staff or subcontractor staff (including replacements) is ineligible to work for FTB, the Contractor will be notified. If the contractor is unable to provide an eligible replacement, per Page 17 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) the terms of this contract, it may be deemed a breach of this contract and may be grounds for termination of this contract.

S. FTB CENTRAL OFFICE WORKSITE POLICIES 1. Badges FTB issues a security identification badge (badge) to all persons who enter the central office campus secure buildings. The badge serves as a means of identification and/or a means of gaining authorized access to the facility. Badges allow access with allowances or restrictions for specific locations, days and time. The Worksite Security Section of FTB will arrange for the Contractor’s staff assigned to FTB to be issued a non-employees badge. The assigned Contractor’s staff will be required to complete and pass a California Department of Justice criminal history background check. The Contractor’s staff must present their badge at the access point using the electronic badge reader to enter the facility. The Contractor’s staff must wear the badge on their front torso at all times while on the premises. The photograph must be easily visible and presented to security officers or authorized management upon request. If the badge is lost, misplaced or stolen, the Contractor’s staff must notify FTB staff, who will work with the Contractor’s staff to get a new badge issued. If the Contractor’s staff does not have their badge, they can report to the security office reception station in the Lobby and worksite security can issue a temporary badge. The temporary badge is issued and active for one day only. The permanent badge is disabled until the Contractor’s staff returns both the temporary and permanent badge to the security office reception station in the Lobby, at which time the permanent badge will be re-enabled for access permissions. Badges are the property of the department. The badge must be surrendered if the Contractor’s staff is no longer assigned to FTB. Security officers will request individuals within the FTB central office campus who do not have a visible badge to present it immediately. The security officer will direct or escort non-employees to the lobby to contact the host/sponsor to obtain an authorized badge. If a Contractor staff member does not have an assigned badge and is required to come on-site, they must arrange with the Worksite Security Section to have a visitor badge issued and must be escorted

2. Parking All persons driving on FTB’s premises are expected at all times to obey our traffic and parking policies and rules as well as all applicable provisions of the California Vehicle Code. Do not park in numbered, reserved or handicap spaces. Worksite Security Services is responsible for traffic management and parking enforcement services at the central office campus. Driving and parking on our premises is a privilege, not a right. Violations of our policies and/or California Vehicle Code provisions on our property may result in a local law enforcement, California Highway Patrol or private security citation, and/or towing directed by the California Highway Patrol.

T. MANDATORY LMS/TMS SOLUTION REQUIREMENTS (M) The requirements described in the “MANDATORY LMS/TMS SOLUTION REQUIREMENTS” table below are Mandatory (M) and Mandatory Scorable (MS) Requirements and Bidders must respond to ALL of Page 18 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) the MANDATORY (M) and (MS) requirements in order to be considered responsible and responsible. Most of the Mandatory Requirements are Mandatory (M) Pass/Fail with one (1) being a Mandatory Scorable (MS) requirement. Failure to check “Yes” for each Mandatory (M) and (MS) Requirement will result in a Bidder’s quote/bid being deemed non-responsive and may disqualify the Bidder. Checking “No” or checking both the “Yes” and “No” or not checking either checkbox may result in the quote/bid being deemed non-responsive and may disqualify the Bidder. Points will be awarded as reflected within the (MS) requirement and based upon the evaluation criteria set forth in the “Evaluation” section of this RFQ. Checking “No” or checking both the “Yes” and “No” or not checking either checkbox, as well as failure to check the appropriate checkbox of the criteria that applies to their proposed solution will result in zero (0) points being awarded, and may result in the quote/bid being deemed non-responsive and may disqualify the Bidder. IMPORTANT: The TMS solution “as bid” must provide all of the Mandatory, Mandatory Scorable requirements and Desirable Scorable requirements proposed by the Bidder (unless otherwise specified in the requirement) upon contract acceptance. INSTRUCTIONS: In the “REFERENCE” section of each requirement, Bidders should include a reference (e.g. document name, section, page number, and description) of how their proposed solution meets each requirement. These references will be used during the bid evaluation process to validate the Bidder’s responsiveness to each requirement.

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION

(G) General Requirements: These requirements apply to ALL six (6) TMS components The Vendor agrees that all of the FTB-provided data that is contained within the Vendor’s TMS solution is owned solely by FTB. 1.

G1.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Upon FTB’s request, the Vendor must provide FTB a complete Structured Query Language (SQL) database backup of ALL FTB TMS data within twenty-four (24) hours at no additional cost to FTB. 2.

G2.

M REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS System availability must have, at a minimum, an up-time of 99.97% 3.

G3.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must provide FTB with system performance and up-time logs on a quarterly basis in either Microsoft Excel 2007 or PDF format. 4.

G4.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 19 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The TMS solution must provide an interface that will allow FTB administrators direct access to the database to manually correct data errors.

5.

G5.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must perform database backups, at a minimum, incremental: (daily); and full: (weekly). 6.

G6.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must ensure database and database log backups are available for full recovery and point-in-time recovery due to system problems and customer’s request. 7.

G7.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must perform, upon FTB’s request, database restores within a minimum of two (2) hours and a maximum of four (4) hours. 8.

G8.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution must support Single Sign-On (SSO). SSO must work with FTB’s Active Directory Federation Services, which supports the SAML 2.0 protocol to provide authentication and application security using FTB user credentials. 9.

G9.

M

Note: Implementation of this functionality must be completed prior to commencement of the User Acceptance Testing. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution must not require integration and synchronization with FTB’s Active Directory database and must rely on federated identity for SSO functionality. 10.

G10.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution must be ADA (Americans with Disabilities Act) compliant and provide ADA compliant user interfaces. http://www.ada.gov/ 11.

G11.

M REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

12.

G12.

M

The TMS Solution must comply with the accessibility requirements of Section 508 of the Rehabilitation Act of 1973. http://www.access-board.gov/sec508/act.htm REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 20 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

13.

ID#

G13.

Req. Type

M

REQUIREMENT DESCRIPTION The TMS Solution must comply with the IT Accessibility Resource Guide SIMM Section 25. http://www.ocio.ca.gov/Government/IT_Policy/pdf/ SIMM_25_IT_Accessibility_Resource_Guide_06292011.pdf REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution must adhere to the attached Government Product Accessibility Template (GPAT) for Software Development Services prior to FTB’s acceptance of the Vendor’s proposed solution. Note: FTB will use this template during User Acceptance Testing to determine the Vendor’s solution compliance of the GPAT requirements. 14.

G14.

M LMS GPAT.docx

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

15.

G15.

M

The TMS solution must meet or exceed information security best practices as described in National Institute of Standards Special Publication 800-53 (Moderate Controls), IRS Publication 1075, and Federal Information Processing Standards Publication 140-2 (Cryptography). http://csrc.nist.gov/publications/PubsSPs.html#800-53 http://www.irs.gov/pub/p1075.pdf http://csrc.nist.gov/fips140-2/.pdf REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution must have audit logging functionality as outlined in the FTB Security Audit Logging Requirements document, see attached Exhibit.

16.

G16.

M

Audit Logging RequirementsISOU_05032013.docx REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 21 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The TMS Solution must meet and adhere to ALL FTB Information Security Requirements described in the attached Exhibit.

17.

G17.

M

Talent_Management_ System(TMS)_Security_Requirements_Rev_070213.pdf

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

18.

G18.

M

The TMS Solution must use a browser-based user interface, with no need for any specific code on client machines. The interface must meet World Wide Web Consortium (W3C) Web Accessibility Initiative (WAI) requirements and be optimized to use Microsoft IE versions 8 and 9. http://www.w3.org/WAI/guid-tech.html REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must provide training materials, which are reproducible by FTB, for all administrator and user training. 19.

20.

G19.

G20.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must accept an SQL Server database backup of data currently hosted by FTB’s current LMS (which consists of approximately 11,000 records) and must successfully migrate the data into their proposed LMS component. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

21.

G21.

M

The Vendor must provide configuration maps for migrated/reconfigured Aspen LMS data to Vendor’s solution; AND must provide FTB a report on the results of the data migration (and specifically identify any data that did not successfully map into the Vendor’s solution). The report must be provided within five (5) working days following the initial data migration in Microsoft Word 2007, Excel 2007 or Adobe PDF formats. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

22.

G22.

M

Vendor must allow five (5) business days for FTB to conduct data migration validation (with the vendor-supplied data migration report) immediately after the First (1st) Data Migration. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

23.

G23.

M

The Vendor must provide a list of data elements/fields that are required from FTB information systems to ensure the Vendor’s solution has the requisite data necessary for full-functionality (as determined by FTB) of all of six (6) TMS components (i.e. LMS, PE, IDP, 360E, WPA and SP).

Page 22 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The TMS solution must accept data updates from FTB via secure FTP on a daily basis (excluding weekends).

24.

G24.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution must support, at a minimum, 6500 inactive user profiles at no additional cost to FTB. 25.

G25.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must submit a Draft Implementation Plan that identifies Vendor and FTB required resources and that includes a project schedule that achieves FTB’s acceptance of the proposed TMS solution no later 12/23/2013. 26.

G26.

M REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

27.

G27.

M

The Vendor must submit a Draft User Acceptance Test Plan for each TMS component to assist FTB testers in fully exercising all aspects of each TMS component for validation of the solution. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must submit a Draft Training Plan that includes a training schedule for FTB Administrators for each TMS component. 28.

G28.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must provide a training curriculum and training materials for end users for each TMS component (training to be delivered by FTB training staff). 29.

G29.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must provide training for each of the six (6) TMS solution components for 5 to 20 FTB TMS administrators as described in the Draft Training Plan. 30.

31.

G30.

G31.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor must provide s Subject Matter Expert (SME) on-site during the Vendor Discovery period which consists of the vendor’s SME shadowing current FTB LMS Administrators for no less than sixteen (16) hours and no more than forty (40) hours to better understand FTB’s current LMS business processes. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 23 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

32.

ID#

G32.

Req. Type

M

REQUIREMENT DESCRIPTION

Meets Req.? Yes

The Vendor must provide a completed ATTACHMENT 2 - COST DETAIL WORKSHEET (and associated Cost Tables) agreeing to adhere to pricing structure as proposed by the Vendor in the Cost Detail Worksheet. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor agrees to provide FTB licenses for the Pilot Phase as described in this RFQ free of cost to FTB. 33.

34.

G33.

G34.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution must have a global search feature that searches (at a minimum, event names and descriptions, user names, system features/functions, documents) across the full range of data in the system and provides results via printable screens. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution must provide a Print Screen function that produces results similar to that which is represented on the screen. 35.

G35.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor agrees that unless otherwise stated, all TMS data received from the FTB is to be considered confidential. 36.

37.

G36.

G37.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

If the Vendor’s proposed TMS solution requires any customization/configuration in order to meet FTB’s requirements (as described in this RFQ), then the customization/configuration - and in turn the Vendor’s solution - must NOT be impacted by, nor prevent the installation of, future solution updates and/or upgrades offered by the vendor during the term of the contract, nor result in any additional cost to FTB. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

(LMS) Learning Management System Requirements: These requirements ONLY apply to the LMS component Navigation The LMS component must allow users to access their own LMS info, at a minimum, training transcript and schedule. 38.

LMS1.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must provide an interactive calendar view with navigation function. 39.

LMS2.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 24 of 51

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The LMS component must provide system audit logging capability for system administrators to access details of actions taken within the system by other users.

40.

41.

LMS3.

LMS4.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow managers to view subordinate team member information, at a minimum training transcripts, training schedules, and registration approval status. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must provide a searchable event catalog that can be browsed by event, category and or subcategory. 42.

LMS5.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must have a help feature that is capable of providing contextspecific information. 43.

LMS6.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Event/Class Creation The LMS component must be capable of identifying resource conflicts, at a minimum date, time and location. 44.

LMS7.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow LMS administrators to import self-paced Computer Based Training (CBT) and Web Based Training (WBT) modules. 45.

46.

LMS8.

LMS9.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow users’ CBT/WBT progress data to be reportable to LMS administrators, at a minimum, chosen answer, correct/incorrect answers and time spent. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must provide a tracking method for training credits. 47.

LMS10.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow the import of documents in, at a minimum, Microsoft Word 2007, Excel 2007, PowerPoint 2007 and PDF formats. 48.

LMS11.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 25 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The LMS component must allow the attachment of documents to an event in, at a minimum, Microsoft Word 2007, Excel 2007, PowerPoint 2007 and PDF formats.

49.

LMS12.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow the LMS administrator to be able to specify break and lunch times in the event description and/or in properties. 50.

LMS13.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow events to be bundled together into groups or curriculum by LMS administrators. 51.

52.

LMS14.

LMS15.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component Event Description section must provide fields for detailed location and facility attributes. At a minimum room amenities, parking availability, maximum capacity, available equipment, disability accommodations and address. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Categorization The LMS component must provide a searchable event catalog that can be organized and categorized (including subcategorized) by LMS administrators only. 53.

LMS16.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Registration The LMS component must allow users to request training for self. 54.

LMS17.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow LMS administrators to register and cancel training for all users. 55.

LMS18.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow managerial staff to register and cancel training for subordinates. 56.

LMS19.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow users’ training requests to be received and processed (approved/rejected) by immediate manager and/or delegate(s). 57.

LMS20.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 26 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The LMS component approval process must have a hierarchical structure that allows approvals to be made by supervisors higher in the reporting chain.

58.

LMS21.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow the LMS administrator to designate and manage delegates for all managers. 59.

LMS22.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must provide an event wait list function with both automatic and LMS administrator manual move to roster functionality. 60.

LMS23.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow users to see what priority they are on a wait list. 61.

LMS24.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow users to be on more than one wait list (multiple dates) for any given event. 62.

LMS25.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow LMS administrators to simultaneously enroll multiple users for a given event or curricula. 63.

LMS26.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow managers to simultaneously enroll multiple members of their team for a given event or curricula. 64.

65.

LMS27.

LMS28.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must have the ability to register and or send notification to register for training by user-specific data. User-specific data includes, at a minimum, employee name, classification, organization, department, bureau, division (group enrollment by type/category). REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

66.

LMS29.

M

The LMS component must have the ability to track training by user-specific data. Userspecific data includes, at a minimum, employee name, classification, organization, department, bureau, division (group enrollment by type/category). REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Reporting Page 27 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

67.

ID#

LMS30.

Req. Type

MS

REQUIREMENT DESCRIPTION The LMS component must provide a method of tracking in-house and out-service training costs. This method must have the ability to assign separate payment amounts, payment types, Training Nomination (TN) Number code and a CALSTARS code for individual employees within an event. All data fields must be reportable. Field Format: Payment Type is a drop-down box with the following selectable options at a minimum: None, Cancellation/No Show Fee, EDS Charge Back, Invoice –Flat Fee, Invoice-Per Attendee, Pre-Pay-Flat Fee, Pre-Pay-Pickup, Pre-Pay-Vendor and Voucher/Coupon. Payment Amount is a two (2) decimal place currency field with a minimum of seven (7) digits. TN Number code field is a general text field with a minimum of nine (9) characters. CALSTARS Code field is a general text field with a minimum of seventeen (17) characters. Scored Functionality: (Check Only One)  (30 pts) Functionality provided through Configuration* (Yes)  (10 pts) Functionality provided through Customization** (Yes)  (0 pts) Functionality not available (No) REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________ *Configuration: Configuring the system to meet the requirement by using the existing functionality that is available within the solution. **Customization: Writing/programming additional software code to meet this functionality. Note: Any TMS solution that requires customization must not be impacted by, or prevent the installation of, future solution updates or upgrades described in this RFQ.

The LMS component reports must be exportable, at a minimum, to Microsoft Excel 2007 and PDF formats. 68.

LMS31.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must have the ability to create and save reports based on data fields in the user profile, course and event sections. 69.

LMS32.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow managers to create training reports specific to their subordinates. 70.

LMS33.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow system administrators to set restrictions on the types of reportable data based on assigned user roles. 71.

LMS34.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________ Page 28 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The LMS component must be able to schedule and email reoccurring reports to specified recipients.

72.

LMS35.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow the LMS administrator to create custom reports from all reportable data fields in the system. 73.

LMS36.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Security Roles & Permissions The LMS component must allow the system administrator to create, assign, and manage user roles. 74.

LMS37.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must provide the ability to identify all users in a given user role. 75.

76.

LMS38.

LMS39.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Email Notifications The LMS component must have the ability to automatically send notifications via email to users, including, at a minimum, registration confirmations, cancellations, certification expiration reminders, event date/time/location changes. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow LMS administrators to be able to customize all email notifications. 77.

LMS40.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must add events to users’ Microsoft Outlook Calendar. 78.

79.

LMS41.

LMS42.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow the Microsoft Outlook Calendar appointment to include, at a minimum, the following event details: date, time, event name, location, and a hyperlink to the event. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component’s email notifications must allow attachment of documents in, at a minimum, Microsoft Word 2007, Excel 2007 and PDF formats. 80.

LMS43.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 29 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION

Meets Req.? Yes

The LMS component must allow LMS administrators to disable automatic email notifications at the event level. 81.

LMS44.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must allow all users to create alerts (or reminders) for, at a minimum, events, certification expiration, and uncompleted scheduled LMS tasks. 82.

LMS45.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Miscellaneous The LMS component must provide functionality to capture, record and report user responses within a CBT/WBT. This will be used by FTB as an electronic signature. 83.

84.

LMS46.

LMS47.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must have an integrated tool to create surveys, evaluations, tests, and fillable forms. User transactions, responses, scores, and completions must be reportable. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component must be SCORM-compatible and must allow the import of CBT modules created via Adobe Captivate and via other third-party SCORM authoring tools. 85.

LMS48.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

(PE) Performance Evaluation Requirements: These requirements ONLY apply to the PE component The PE component must allow the upload of multiple performance evaluation forms in, at a minimum, Microsoft Word 2007 and PDF formats. 86.

PE1.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The PE component must provide supervisor with reminders and notifications of probationary and off-cycle review due dates. 87.

88.

PE2.

PE3.

M

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The PE component must, upon completion by the user of their performance evaluation, send an automated reviewer request to, at a minimum, two levels higher in the reporting chain. REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 30 of 51

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION

Meets Req.? Yes

The PE component must allow manual date configuration of probationary and off-cycle reviews. 89.

PE4.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The PE component must provide progress data on percent of completion of annual performance evaluations. 90.

PE5.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The PE component must allow the supervisor to add comments for subordinates throughout the evaluation period (e.g. six month period, twelve month period, etc). 91.

PE6.

M REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

(IDP) Individual Development Plan Requirements: These requirements ONLY apply to the IDP component The IDP component must have the ability to track and report employees incremental progress towards Individual Development Plan goals. 92.

IDP1.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The IDP component must allow employees the ability to set one-year (1-year), threeyear (3-year), and five-year (5-year) goals. 93.

IDP2.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The IDP component must allow the IDP administrator to input FTB’s strategic goals. 94.

IDP3.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The IDP component must link IDP goals to FTB strategic goals. 95.

IDP4.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The IDP component must integrate with the PE, 360E and the LMS components to link to development opportunities based on competency needs. 96.

IDP5.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

(360E) 360 Evaluation Requirements: These requirements ONLY apply to the 360E component

Page 31 of 51

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

Req. Type

ID#

REQUIREMENT DESCRIPTION

Meets Req.? Yes

The 360E component must allow 360E administrators to create customizable evaluation forms. 97.

360E1.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The 360E component must allow users the ability to select raters. 98.

360E2.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The 360E component must send notifications to selected raters to evaluate the sender. 99.

360E3.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The 360E component must allow the 360E administrator to generate reports containing, at a minimum, summaries of the evaluation ratings and verbatim comments. 100.

360E4.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The 360E component must provide a rating method (e.g. likert scale) for evaluations. 101.

360E5.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The 360E component must generate enterprise reports on evaluation rating trends. 102.

360E6.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

(WPA) Workforce Planning/Analytics Requirements: These requirements ONLY apply to the WPA component

103.

WPA1.

M

The WPA component must provide users the capability to analyze short-term and longterm competency-based staffing needs. Including, at a minimum, identifying historical trends, modeling, forecasting, and gap-analysis REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The WPA component must export data in, at a minimum, Microsoft Excel 2007 and PDF formats. 104.

WPA2.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The WPA component must limit access to employee information through role-based configuration as defined by the 360E administrator. 105.

WPA3.

M REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

(SP) Succession Planning Requirements: These requirements ONLY apply to the SP component

Page 32 of 51

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

MANDATORY TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION

Meets Req.? Yes

No

The SP component must provide users the ability to create graphical and interactive organizational charts of enterprise status, with the ability to model potential changes. Exhibit attached.

106.

SP1.

M

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

U. DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS The requirements described in the “DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS” are optional requirements and the Bidder may choose to respond or not respond to the requirement. Points will be awarded as shown in the requirement and based upon the evaluation criteria set forth in this RFQ. Checking “No” or checking both the “Yes” and “No” or not checking either checkbox will result in zero (0) points being awarded. NOTE: A Bidder will not be disqualified for not meeting a DS requirement because it is a non-mandatory requirement. IMPORTANT: The TMS solution “as bid” must provide all of the Mandatory, Mandatory Scorable requirements and Desirable Scorable requirements proposed by the Bidder (unless otherwise specified in the requirement) upon contract award

DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The Vendor’s on-site SME should have at a minimum of one (1) year experience in operating Click2Learn’s Aspen LMS.

1.

DS1.

DS

Scored Functionality: (Check Only One) (5 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 33 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The TMS solution should automatically remove users after a seven-year (7-year) inactive period based on the user profile end date.

2.

DS2.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The Vendor should have successfully completed a minimum of two (2) data migrations from Click2Learn’s Aspen LMS.

3.

DS3.

DS

Scored Functionality: (Check Only One) (10 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution should provide a legal text scanner that includes the ability to search for and flag Social Security Number (SSN) combinations and respond to this search as outlined in the attached exhibit (see below).

4.

DS4.

DS

Social Security Number Requirement.docx

Scored Functionality: (Check Only One) (15 pts) Functionality provided through configuration (Yes) (5 pts) Functionality provided through customization (Yes) (0 pts) Functionality not available (No) REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution search engine should have auto-complete functionality that returns previously typed words and suggested queries.

5.

DS5.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 34 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The TMS solution should allow all users to customize the appearance of the interface; at a minimum, the LMS user interface elements. For example, some of the elements that should be customizable are: hide features, change location of features, alter views.

6.

DS6.

DS

Scored Functionality: (Check Only One) (3 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution should allow all users to create “bookmarks” or quick links to frequently accessed locations in the system. The solution should also provide a “bread crumb” feature that allows users to quickly return to a recently accessed location in the system. 7.

DS7.

DS

Scored Functionality: (Check Only One) (3 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component should allow the LMS administrator to create user-defined reportable custom fields in user profiles and events.

8.

DS8.

DS

Scored Functionality: (Check Only One) (15 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component should provide a text field or similar method to allow the users’ supervisor to provide an explanation for rejection of a registration request to be included in the training cancellation notification email. 9.

DS9.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution approval process should, at a minimum, allow for approval by two (2) levels of supervisors: the supervisor and the second-level supervisor.

10.

DS10.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________ Page 35 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The LMS component should allow managers to be able to designate delegates capable of approving registration requests in their absence.

11.

DS11.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The LMS component should have an integrated tool to create self-paced training modules. User transactions, responses, scores, and completions must be reportable.

12.

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO

DS12.

REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution should have a social learning component that allows employees to connect, collaborate and share information.

13.

DS13.

DS

Scored Functionality: (Check Only One) (15 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The PE component should provide the ability to create customized screen forms with text fields.

14.

DS14.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The PE component should allow users the ability to export screen forms in, at a minimum, Microsoft Word 2007 and PDF formats.

15.

DS15.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 36 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The PE component should allow the printing of screen forms.

16.

DS16.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The PE component should allow automatic date configuration of probationary and offcycle reviews

17.

DS17.

DS

Scored Functionality: (Check Only One) (10 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The PE component should provide users with an automated writing assistant to assist in completing the performance evaluation.

18.

DS18.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The TMS solution should provide the ability to upload documents, based on user roles in, at a minimum, Microsoft Word 2007 and PDF formats.

19.

DS19.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The PE component should provide the PE administrator with the ability to link competencies to classification specifications and/or job descriptions and/or duty statements. 20.

DS20.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 37 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The PE component should allow the PE administrator the capability to upload multiple competency models. For example: Leadership, Technical, and Clerical. Exhibit attached.

21.

DS21.

DS

leadership-competen cy-model-definitions.pdf Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The IDP component should allow the IDP administrator the ability to designate a minimum number of responses for any given rating field when generating reports.

22.

DS22.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The WPA component should allow the WPA administrator the ability to link FTB competencies to, at a minimum, classification specifications and duty statements and job descriptions. Exhibits attached.

23.

DS23.

DS

Staff Competency Model.docx

Staff Services Analyst SSA PI Duty Class Specs.docx Statement 09-2010.docx

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Page 38 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION The WPA component should provide a searchable database of employee talent profiles, including, at a minimum, individual employee experience, expertise, performance, and preferred career path information.

24.

DS24.

DS

Scored Functionality: (Check Only One) (10 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The WPA component should allow users to create workforce analytic customizable reports for user-defined data including, at a minimum, job classification, gender, ethnicity, age, tenure, classification salary range, bargaining unit and designation (e.g. supervisory/managerial). 25.

DS25.

DS

Scored Functionality: (Check Only One) (10 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The SP component should provide users the ability to incorporate the nine-box potential/performance grid with drag and drop capability for supervisors to manage their subordinates. Exhibit attached

nine_box_grid.jpg

26.

DS26.

DS Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

The SP component should provide users the ability to upload and search for information about employee competencies, skills, certifications and work experience in talent profiles. 27.

DS27.

DS

Scored Functionality: (Check Only One) (2 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Recruitment/Employment

Page 39 of 51

Meets Req.? Yes

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements)

DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS Req. #

ID#

Req. Type

REQUIREMENT DESCRIPTION

Meets Req.? Yes

The TMS solution should have the option to add an integrated Recruitment component.

28.

DS28.

DS

Scored Functionality: (Check Only One) (20 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

Case Management The TMS solution should have the option to add an integrated Case Management component.

29.

DS29.

DS

Scored Functionality: (Check Only One) (20 pts) YES (0 pts) NO REFERENCE: Document ______________________________Page(s) ________________________ DESCRIPTION:______________________________________________________________________

V. INFORMATION FOR ATTACHMENT 2 - COST DETAIL WORKSHEET The purpose of this RFQ process is to procure an TMS solution that will meet FTB’s business needs as described in this RFQ. It is the Vendors’ responsibility to ensure that they provide all of the costs required for the vendor to provide a functioning TMS solution that meets all of the Mandatory Requirements described in this RFQ. All costs provided by the vendor must be accurate, defined and completely itemized by the vendor in ATTACHMENT 2 – COST DETAIL WORKSHEET (and associated cost tables). Bidders shall propose a cost for each itemized element required for their TMS solution. Bidders shall use the ATTACHMENT 2 – COST DETAIL WORKSHEET (and associated cost tables) to provide the necessary itemization and cost information for all seven (7) Cost Tables included in the COST DETAIL WORKSHEET. IMPORTANT: FTB reserves the right to purchase additional seat licenses as necessary during the term of the contract at the same cost as proposed by the Bidder in ATTACHMENT 2 – COST DETAIL WORKSHEET in the applicable term year. All costs shall include any item(s) necessary for the vendor’s proposed TMS solution to meet the required functionality and attributes described in the Mandatory Requirements of RFQ (solicitation document, Statement of Work, Attachments, etc). Any required item(s) not identified in the quote/bid and/or separately identified and priced in the cost tables shall be considered to be a no charge item at the discretion of (and as determined by) FTB. If the Bidder neglects to include any cost factor(s), for any items necessary to provide a fully functioning TMS solution, in ATTACHMENT 2 - Cost Detail Worksheet – then the awarded Contractor shall be required to provide these requirements to FTB. If the Bidder does not define, itemize and present each cost in the quote/bid in adherence with these instructions, then the quote/bid may be declared nonresponsive.

Page 40 of 51

No

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) NOTE: Do not include Sales Tax in ATTACHMENT 2 - Cost Detail Worksheet (nor the associated Cost Tables) as it is not applicable for this contract since it solely consists of software subscription costs and services costs. ATTACHMENT 2 – COST DETAIL WORKSHEET consists of the following seven (7) Cost Tables: 1. 2. 3. 4. 5. 6. 7.

Cost Table 1 – Mandatory Software as a Service (SaaS) Subscription Cost for Years #1 thru #3 Cost Table 2 – Mandatory Software as a Service (SaaS) Subscription Cost for Optional Year #4 Cost Table 3 – Mandatory Software as a Service (SaaS) Subscription Cost for Optional Year #5 Cost Table 4 – Mandatory Software as a Service (SaaS) Subscription Cost for Optional Year #6 Cost Table 5 – Mandatory Implementation Services One-Time Cost Cost Table 6 – Mandatory Training One-Time Cost Cost Table 7 – Mandatory Costs Summary

Cost Table 1 - Mandatory Software as a Service (SaaS) Subscription Cost for Years #1 thru #3 This table will identify the Software as a Service (SaaS) subscription costs per user for each of the six (6) TMS components for Years #1 thru #3. Cost Table 2 - Mandatory Software as a Service (SaaS) Subscription Cost for Optional Year #4 This table will identify the Software as a Service (SaaS) subscription costs per user for each of the six (6) TMS components for Optional Year #4. Cost Table 3 - Mandatory Software as a Service (SaaS) Subscription Cost for Optional Year #5 This table will identify the Software as a Service (SaaS) subscription costs per user for each of the six (6) TMS components for Optional Year #5. Cost Table 4 - Mandatory Software as a Service (SaaS) Subscription Cost for Optional Year #6 This table will identify the Software as a Service (SaaS) subscription costs per user for each of the six (6) TMS components for Optional Year #6. Cost Table 5 - Mandatory Implementation Services One-Time Cost This table will identify the tasks and associated one-time costs needed for the vendor to provide the services required to configure and implement the proposed TMS solution. Cost Table 6 – Mandatory Training One-Time Cost This table will identify the training costs of the proposed TMS solution as described in the vendor’s Draft Training Plan and as required via the Mandatory Requirements of this RFQ. All training will be conducted on-site at the FTB Central Office in Sacramento, CA. These costs will include the necessary training materials and training manuals for FTB staff. Cost Table 7 – Mandatory Costs Summary This table will identify the total Mandatory Costs from Cost Tables 1 thru 6 and will identify the Total Cost for the vendor’s proposed TMS solution.

Page 41 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) W. EVALUATION For the purposes of this solicitation, Contract Award will be made on the basis of highest score among the quotes/bids that are “responsive” to this RFQ requirements. Responsiveness is defined as meeting all of the MANDATORY REQUIREMENTS (both Mandatory Pass/Fail and Mandatory Scorable), performing a satisfactory demonstration (if required), achieving the highest score in the DESIRABLE SCORABLE REQUIREMENTS (if applicable), and achieving the highest score (equals Lowest Cost) in their proposed Costing. IMPORTANT: Bidder’s Product Demonstrations (if required) will be scored on a Pass/Fail basis; Bidders must obtain a “Pass” score to continue and to be deemed responsive. Mandatory Requirements (Pass/Fail and Scorable) must be met by ALL bidders to be considered responsive. Points will be awarded to each Bidder during the evaluation process for both a Mandatory Scorable (MS) requirement and Desirable Scorable (DS) requirements and will be weighted at fifty percent (50%) of the Total Overall Score. Cost will be weighted at fifty percent (50%) of the Total Overall Score. Final quotes/bids, which do not meet all of the Mandatory (M) and Mandatory Scorable (MS) requirements specified in this RFQ may be considered non-responsive and will be rejected. The responsive quotes/bids will be evaluated/scored according to the following scoring methodology: SCORING METHODOLOGY The requirements listed in the “MANDATORY LMS/TMS SOLUTION REQUIREMENTS” table are MANDATORY REQUIREMENTS and consist of the following requirement types: (M) Mandatory Pass/Fail and (MS) Mandatory Scorable. (M) and (MS) requirements are the minimum necessary to satisfy the requirements of this RFQ. These are the requirements that the Bidder must meet or the Bidder’s quote/bid will be rejected. The requirements listed in the “DESIRABLE SCORABLE TMS SOLUTION REQUIREMENTS” table are OPTIONAL REQUIREMENTS and consist of the following requirement type: (DS) Desirable Scorable. 1. Definition of Requirement Types: Mandatory Pass/Fail (M) Mandatory Pass/Fail (M) requirements are MANDATORY and are scored on a Pass/Fail basis. Bidders must respond to each Mandatory Pass/Fail requirement by checking the appropriate checkbox (Check Only One) of each requirement in the “MANDATORY LMS/TMS SOLUTION REQUIREMENTS” table. Note: Failure to check “Yes” for each ‘Mandatory” requirement may result in the bid being deemed nonresponsive and may disqualify the Bidder. Checking “No”, or checking both the “Yes” and “No”, or not checking either checkbox may result in a bid being deemed non-responsive and may disqualify the Bidder. Mandatory Scorable (MS) Mandatory Scorable (MS) requirements are mandatory and consist of a mandatory portion and a scored portion (as defined within the requirement itself). There is only one (1) MS requirement in this RFQ. Bidders must respond to the Mandatory Scorable requirement by checking the appropriate “Yes” or “No” checkbox (Check Only One) in the requirement and by checking the appropriate checkbox of the criteria that applies to their proposed solution within the “MANDATORY /TMS SOLUTION REQUIREMENTS” table. Note: Failure to check “Yes” and failure to check only one of the two option types in each ‘Mandatory Scorable” requirement may result in the bid being deemed non-responsive and may disqualify the Bidder. Checking “No”, or checking both the “Yes” and “No”, or not checking either checkbox may result in a Page 42 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) bid being deemed non-responsive and may disqualify the Bidder. Failure to check one of the two option types in the requirement may result in a bid being deemed non-responsive. Desirable Scorable (DS) Desirable Scorable (DS) requirements are optional and the Bidder may choose to respond to any, all or none of the Desirable Requirements. Desirable features or functions may be offered at the discretion of the Bidder to enhance the performance of the overall solution. Points will be awarded as shown in the requirement and based upon the evaluation criteria set forth in this RFQ. Checking “No” or checking both the “Yes” and “No” or not checking either checkbox will result in zero (0) points being awarded. If the Bidder chooses to include the desirable requirements in their proposed TMS solution, then the costs for the desirable requirements must be included in their proposed cost listed in the COST DETAIL WORKSHEET. Note: A Bidder will not be disqualified for not meeting a DS requirement because it is a non-mandatory requirement by definition. IMPORTANT: The TMS solution “as bid” must provide all of the Mandatory, Mandatory Scorable requirements and selected Desirable Scorable requirements proposed by the Bidder (unless otherwise specified in the requirement) upon contract award 2. Evaluation Sections An Evaluation Score Card will be completed for each Bidder for the items designated as scorable requirements in the Scoring Methodology. Where applicable, Bidders' scores will be based on a competitive basis. For evaluation of this RFQ, "competitive basis" means that FTB will determine which of the quotes/bids reflects the best response and award it the most points, then all other quotes/bids will be awarded fractional points based upon a comparison with the best response. Quote/bid responses of the same level of quality will receive identical points. Tie-Break Process In the event of a precise tie, if GC §14838(f) does not apply to the Bidders, a witnessed drawing of lots will be conducted by the Procurement Official. If a drawing of lots is needed, the Procurement Official will schedule and arrange for the drawing and non-partisan witnesses; notifying the participating Bidders of the outcome of the drawing. The Total Points combined for the Mandatory (MS) requirements and Desirable Scorable (DS) requirements equal a Maximum Total Score of two-hundred (200). The Maximum Total Score is broken down as follows: Mandatory Scorable (MS): Total Maximum Points of thirty (30) points possible Desirable Scorable (DS): Total Maximum Points of one-hundred and seventy (170) points possible Maximum Total Score available for both MS and DS requirements: Two-hundred (200). Cost Scoring: Total Maximum Points of two-hundred (200) points possible Maximum Total Cost Score available for Cost Scoring: Two-hundred (200). Maximum Total Overall Score available for entire quote/bid: Four-hundred (400). Each bidder’s Total Overall Score is computed by adding their respective two scores for the MS and DS portion with the Cost Scoring portion.

Page 43 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) 3. Scoring Steps: Step 1: Calculate Total Score for Mandatory Scorable (MS) and Desirable Scorable (DS) The Maximum Total MS/DS Score available for both the MS and DS requirements is two-hundred (200). Calculate Total MS/DS Scores as follows: a) First, calculate the Bidder’s Total Points by adding each Bidders’ respective points awarded for all applicable MS and DS requirements. For example, Bidder A

Awarded 30 (MS) points + 98 (DS) points

= 128 Bidder’s Total Points

Bidder B

Awarded 30 (MS) points + 94 (DS) points

= 124 Bidder’s Total Points

Bidder C

Awarded 10 (MS) points + 130 (DS) points

= 140 Bidder’s Total Points

b) Second, use each Bidder’s Total Points as the NUMERATOR and use the Bidder with the “highest” Total Points awarded as the DENOMINATOR to form a fraction for each Bidder, then express the resulting fraction as a decimal value (rounded to the nearest hundredth). For example, Bidder A

128 140

= 0.91

Bidder B

124 140

= 0.89

Bidder C

140 140

= 1.00

c) Then, multiply each Bidder’s decimal value by the Maximum Total Score possible (200) to obtain the Bidder’s Total Score. For example, Bidder A

0.91

x 200 Maximum MS/DS Total Score

= 182 Bidder’s Total MS/DS Score

Bidder B

0.89

x 200 Maximum MS/DS Total Score

= 178 Bidder’s Total MS/DS Score

Bidder C

1.00

x 200 Maximum MS/DS Total Score

= 200 Bidder’s Total MS/DS Score

Step 2: Calculate Cost Scoring The Maximum Total Cost Score available for Cost Scoring is two-hundred (200). Each Bidder’s Total Evaluated Cost will be adjusted for the applicable preferences programs (TACPA, LAMBRA, EZA) claimed to arrive at the Adjusted Total Evaluated Cost. The Total Evaluated Cost for each responsible Bidder will be scored after validating the entries. Calculate Cost Scoring as follows: a) First, identify the Total Evaluated Cost for all of the responsible Bidders who met all of the Mandatory (M) and Mandatory Scorable (MS) requirements. For example,

Page 44 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) Bidder A

$325,000

Bidder B

$290,000

Bidder C

$305,000

b) Second, use the “lowest” Total Evaluated Cost as the NUMERATOR to form a fraction for each Bidder by using each Bidder's Total Evaluated Cost as the DENOMINATOR. Then express that fraction as a decimal value (rounded to the nearest hundredth). Then multiply the decimal value by the Maximum Total Cost Score possible (200) to calculate each Bidder’s Total cost score. For example, Bidder A

$290,000 $325,000

= 0.89 x 200 Maximum Total Cost Score

= 178 Bidder’s Total Cost Score

Bidder B

$290,000 $290,000

= 1.00 x 200 Maximum Total Cost Score

= 200 Bidder’s Total Cost Score

Bidder C

$290,000 $305,000

= 0.95 x 200 Maximum Total Cost Score

= 190 Bidder’s Total Cost Score

Step 3: Calculate Total Overall Scores Maximum Total Overall Score available for entire quote/bid is four-hundred (400). Mandatory Scorable (MS) requirement and Desirable Scorable (DS) requirements and will be weighted at fifty percent (50%) of the Total Overall Score. Cost will be weighted at fifty percent (50%) of the Total Overall Score. Calculate the Total Overall Scores as follows: a) First, apply the two scores from Steps 1 and 2 to compute the Total Overall Score for each Bidder. For example, Bidder A

182 Bidder’s Total MS/DS Score

+ 178 Bidder’s Total Cost Score

= 360 Bidder’s Total Overall Score

Bidder B

178 Bidder’s Total MS/DS Score

+ 200 Bidder’s Total Cost Score

= 378 Bidder’s Total Overall Score

Bidder C

200 Bidder’s Total MS/DS Score

+ 190 Bidder’s Total Cost Score

= 390 Bidder’s Total Overall Score

Note: The “highest” Total Overall Score will determine the responsive, responsible quote/bid that has the highest combined score. Preference points (as claimed and as applicable) will be added to the total.

Step 4: Calculate Preference and Incentive Scoring a) Small Business Preference Per Government Code, section 14835, et seq., Bidders who qualify as a California certified small business and Bidders that commit to using small business Subcontractors for twenty-five percent (25%) or more of the value of the Contract will be given a five percent (5%) preference for Contract evaluation Page 45 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 1 – STATEMENT OF WORK (Mandatory and Desirable Requirements) 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 California certified small business for the delivery of goods and services are contained in the California Code of Regulations, Title 2, section 1896, et seq. and can be viewed online at www.pd.dgs.ca.gov/smbus. Example for Calculating SB Preference: As illustrated in the table below titled “Example of SB Preference and DVBE Incentive Application,” calculate the SB Preference as follows: First, identify the highest scoring non-small business (in this case, it’s Bidder C with a Total Overall Score of 390). Next, multiply the highest score 390 by five percent (5%): 390 x .05 = 19.5. Lastly, round the result to the nearest whole number: 19.5 rounded to 20. Thus in this example, all responsive and responsible Bidders that claimed and were eligible for the SB Preference will receive twenty (20) SB preference points. b) DVBE Incentive In accordance with Section 999.5(a) Military and Veterans Code, and incentive will be given to bidders who provide Disabled Veteran Business Enterprise (DVBE) participation. For Contract award evaluation purposes only, FTB shall apply an incentive to bids that include California certified DVBE participation. The maximum incentive for this procurement is five (5%) percent of the Maximum Total Overall Score. Incentive points are awarded based on the amount of DVBE participation obtained, according the DVBE Matrix below. The following incentive points shall apply to this solicitation:

DVBE Matrix Confirmed DVBE Participation of: 3.1% and Above 3.0% 2.0% - 2.9% 1.0% - 1.9%

20 12 8 4

DVBE Incentive Points:

(5% of 400 Maximum Total Overall Score) (3% of 400 Maximum Total Overall Score) (2% of 400 Maximum Total Overall Score) (1% of 400 Maximum Total Overall Score)

The DVBE Incentive percentage is applied to Maximum Total Overall Score available to the Bidders. The Maximum Total Overall Score available for this RFQ is 400. The following example illustrates the incentive points available based on: Bidder A’s confirmed DVBE participation of 5% and is also a California Certified Small Business. Bidder B’s confirmed DVBE participation of 5%. Bidder C’s confirmed DVBE participation of 1.7%.

Example of SB Preference and DVBE Incentive Application Bidder

A B C

Total MS and DS Score 182 178 200

Total Cost Score 178 200 190

Total Overall Score 360 378 390

Small Business Preference 20 0 0

Page 46 of 51

Score w/ Small Business 380 378 390

DVBE Incentive 20 20 4

Final Evaluated Score 400 398 394

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 2 – COST DETAIL WORKSHEET

ATTACHMENT 2 COST DETAIL WORKSHEET COST TABLE 1 MANDATORY SOFTWARE AS A SERVICE (SaaS) SUBSCRIPTION COST For Years #1 thru #3 Line Item # 1. 2. 3. 4. 5. 6.

Quantity

Unit

5200 5200 5200 500 500 500

EA. EA. EA. EA. EA. EA.

Description of SaaS Components

Product Code

Unit Price

Extended Price

Learning Management System (LMS)* Performance Evaluation (PE)* Individual Development Plan (IDP)* 360 Evaluation (360E)* Workforce Planning/Analytics (WPA)* Succession Planning (SP)*

*Upon FTB’s acceptance of the vendor’s TMS solution, the vendor may submit an invoice to FTB for a one-year subscription for the LMS component. The cost of the remaining five (5) TMS components will be prorated and vendor shall not invoice FTB until completion of the six (6) month Pilot Phase as described in the “Pilot Phase” section of this RFQ.

Yearly SaaS Subscription for Years #1 thru #3 TOTAL COST

$

COST TABLE 2 MANDATORY SOFTWARE AS A SERVICE (SaaS) SUBSCRIPTION COST For Optional Year #4 Line Item # 1. 2. 3. 4. 5. 6.

Quantity

Unit

5200 5200 5200 500 500 500

EA. EA. EA. EA. EA. EA.

Description of SaaS Components

Product Code

Unit Price

Extended Price

Learning Management System (LMS) Performance Evaluation (PE) Individual Development Plan (IDP) 360 Evaluation (360E) Workforce Planning/Analytics (WPA) Succession Planning (SP)

SaaS Subscription for Optional Year #4 TOTAL COST

$

COST TABLE 3 MANDATORY SOFTWARE AS A SERVICE (SaaS) SUBSCRIPTION COST For Optional Year #5 Line Item # 1. 2. 3. 4. 5. 6.

Quantity

Unit

5200 5200 5200 500 500 500

EA. EA. EA. EA. EA. EA.

Description of SaaS Components

Product Code

Unit Price

Extended Price

Learning Management System (LMS) Performance Evaluation (PE) Individual Development Plan (IDP) 360 Evaluation (360E) Workforce Planning/Analytics (WPA) Succession Planning (SP)

SaaS Subscription for Optional Year #5 TOTAL COST

Page 47 of 51

$

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 2 – COST DETAIL WORKSHEET

COST TABLE 4 MANDATORY SOFTWARE AS A SERVICE (SaaS) SUBSCRIPTION COST For Optional Year #6 Line Item # 1. 2. 3. 4. 5. 6.

Quantity

Unit

5200 5200 5200 500 500 500

EA. EA. EA. EA. EA. EA.

Description of SaaS Components

Product Code

Unit Price

Extended Price

Learning Management System (LMS) Performance Evaluation (PE) Individual Development Plan (IDP) 360 Evaluation (360E) Workforce Planning/Analytics (WPA) Succession Planning (SP)

SaaS Subscription for Optional Year #6 TOTAL COST

$

COST TABLE 5 MANDATORY IMPLEMENTATION SERVICES ONE-TIME COST Line Item # 1. 2. 3. 4. 5.

Tasks to be performed

Task Price

On-site SME to Shadow FTB LMS Administrators (16-40 hours) st nd Data Migration (1 and 2 ) Implementation of Active Directory Federation Services for Single Sign-on Functionality Implementation of Daily Data Update via Secure FTP Fiscal Tracking Functionality (Configuration or Customization)

Implementation Services TOTAL ONE-TIME COST

$

COST TABLE 6 MANDATORY TRAINING ONE-TIME COST Line Item #

Range of FTB Staff to be Trained

1. 15 – 20

2. 3. 4. 5. 6.

5 – 10 5 – 10 5 – 10 5 – 10 5 – 10

Duration Not to exceed five (5) State business days to be provided during normal business hours. Not to exceed ten (10) State business days for remaining five TMS components to be provided during normal business hours.

Task Price

Description of Training

Learning Management System (LMS)

Performance Evaluation (PE) 360 Evaluation (360E) Individual Development Plan (IDP) Workforce Planning / Analytics (WPA) Succession Planning (SP)

IMPORTANT: All training must be conducted on-site at FTB’s Central Office campus in Sacramento, CA. Vendor must supply all of the necessary training materials and manuals to FTB staff (for the number of staff listed above). The use of these manuals shall be provided by the vendor and to be used during the training of FTB Staff. Appropriate training materials must be provided for all types of training conducted. The materials shall be provided in both electronic and hardcopy format and be reproducible by FTB for future training of FTB staff. Normal business hours are defined as: 8:00 AM to 5:00 PM PT, MondayFriday (excluding state holidays)

Training TOTAL ONE-TIME COST Page 48 of 51

$

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 2 – COST DETAIL WORKSHEET

COST TABLE 7 MANDATORY COSTS SUMMARY Line Item # 1. 2. 3. 4. 5. 6.

Description of Cost Tables Total Yearly SaaS Subscription Cost for Years #1 thru #3 (Total from Attachment 2 - Table 1) Total SaaS Subscription Cost for Optional Year #4 (Total from Attachment 2 - Table 2) Total SaaS Subscription Cost for Optional Year #5 (Total from Attachment 2 - Table 3) Total SaaS Subscription Cost for Optional Year #6 (Total from Attachment 2 - Table 4) Total Implementation Services One-Time Cost (Total from Attachment 2 - Table 5) Total Training One-Time Cost (Total from Attachment 2 - Table 6)

Total Cost

$

$ $

NOTE: The contract will consist of a three (3) year term, with three, one-year (1-year) optional years. Pricing as offered in seven (7) Cost Tables will apply for the term of the contract and for any optional years that are exercised. IMPORTANT: Bidders must providing pricing for optional years 4, 5 and 6 in order to be deemed responsive.

SUMMARY OF TOTAL COSTS (Sum of Line items 1 thru 3)

$

NOTE: Sales Tax is not applicable for this contract as it consists solely of software subscription costs and personal services costs.

IMPORTANT: FTB reserves the right to purchase additional seat licenses as necessary during the term of the contract at the same cost as proposed by the Bidder in ATTACHMENT 2 – COST DETAIL WORKSHEET in the applicable term year.

Page 49 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 3 – CONFIDENTIALITY STATEMENT As an authorized representative and/or corporate officer of the company named below, 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 the purpose of responding to RFQ-FTB-121300840 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 will 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 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 50 of 51

State of California Franchise Tax Board

RFQ-FTB-1213-00840

ATTACHMENT 4 – RESPONSE LABEL Affix the following label to the sealed cover for United Parcel Service (UPS), Federal Express, DHL or hand delivery to FTB’s physical address:

--------------------------------------------------------------------------------------------------------------

QUOTATION/BID RESPONSE for RFQ-FTB-1213-00840 Franchise Tax Board Attn: Julia Gutierrez Procurement Bureau (MS A374) 9646 Butterfield Way Sacramento, CA 95827 CONFIDENTIAL – TO BE OPENED BY ADDRESSEE ONLY QUOTATION/BID SUBMISSION BY: 2:00PM PT on July 31, 2013

---------------------------------------------------------------------------------------------------------------

Page 51 of 51