Consulting And Technical Services (CATS ) Task Order Request For .

Transcription

Consulting and Technical Services (CATS )Task Order Request for Proposals (TORFP)SECURITY PENETRATION TESTINGCATS TORFPD80B5400025The Maryland Insurance Administration (MIA)Issue Date: 01/04/2017

TABLE OF CONTENTSKEY INFORMATION SUMMARY SHEET4SECTION 1 - ADMINISTRATIVE 21.131.141.151.161.171.181.191.20TORFP SUBJECT TO CATS MASTER CONTRACT .5ROLES AND RESPONSIBILITIES .5TO AGREEMENT.5TO PROPOSAL SUBMISSIONS .6ORAL PRESENTATIONS/INTERVIEWS .6QUESTIONS .6TO PRE-PROPOSAL CONFERENCE .6CONFLICT OF INTEREST .6LIMITATION OF LIABILITY .7CHANGE ORDERS .7TRAVEL REIMBURSEMENT.7MINORITY BUSINESS ENTERPRISE (MBE) .7VETERAN OWNED SMALL BUSINESS ENTERPRISE (VSBE) .7NON-DISCLOSURE AGREEMENT .7LIVING WAGE .8IRANIAN NON-INVESTMENT .8CONTRACT MANAGEMENT OVERSIGHT ACTIVITIES .8MERCURY AND PRODUCTS THAT CONTAIN MERCURY .8PURCHASING AND RECYCLING ELECTRONIC PRODUCTS .8DEFINITIONS .8SECTION 2 - SCOPE OF 42.15PURPOSE .12AGENCY BACKGROUND .12PROFESSIONAL DEVELOPMENT .13REQUIRED POLICIES, GUIDELINES AND METHODOLOGIES .13TO CONTRACTOR RESPONSIBILITIES .13REQUIREMENTS .13PERFORMANCE AND PERSONNEL .15DELIVERABLES .17MINIMUM QUALIFICATIONS .21TO CONTRACTOR AND PERSONNEL PREFERRED QUALIFICATIONS .21RETAINAGE .22WORK ORDER PROCESS .22INVOICING .22SOC TYPE 2 AUDIT .23SECURITY REQUIREMENTS AND INCIDENT RESPONSE .23SECTION 3 - TASK ORDER PROPOSAL FORMAT AND SUBMISSIONREQUIREMENTS3.13.23.312REQUIRED RESPONSE .25SUBMISSION .25SUMMARY OF ATTACHMENTS .2625

SECTION 4 - TASK ORDER AWARD PROCESS4.14.24.34.431OVERVIEW .31TO PROPOSAL EVALUATION CRITERIA .31SELECTION PROCEDURES .31COMMENCEMENT OF WORK UNDER A TO AGREEMENT .32LIST OF ATTACHMENTS33ATTACHMENT 1 PRICE SHEET34ATTACHMENT 2 MINORITY BUSINESS ENTERPRISE FORMS36ATTACHMENT 3 TASK ORDER AGREEMENT37ATTACHMENT 4 CONFLICT OF INTEREST AFFIDAVIT AND DISCLOSURE41ATTACHMENT 5 LABOR CLASSIFICATION PERSONNEL RESUME SUMMARY43PERSONNEL RESUME FORM .44ATTACHMENT 6 PRE-PROPOSAL CONFERENCE DIRECTIONS46ATTACHMENT 7 AGENCY DELIVERABLE PRODUCT ACCEPTANCE FORM50ATTACHMENT 8 NON-DISCLOSURE AGREEMENT (OFFEROR)51ATTACHMENT 9 NON-DISCLOSURE AGREEMENT (TO CONTRACTOR)52ATTACHMENT 10 TO CONTRACTOR SELF-REPORTING CHECKLIST56ATTACHMENT 11 LIVING WAGE AFFIDAVIT OF AGREEMENT59ATTACHMENT 12 MERCURY AFFIDAVIT61ATTACHMENT 13 VETERAN SMALL BUSINESS ENTERPRISE PARTICIPATION(VSBE) FOR STATE OF MARYLAND63ATTACHMENT 14 CERTIFICATION REGARDING INVESTMENTS IN IRAN65ATTACHMENT 15 SAMPLE WORK ORDER68ATTACHMENT 16 CRIMINAL BACKGROUND CHECK AFFIDAVIT69ATTACHMENT 17 MIA INFORMATION TECHNOLOGY SECURITY POLICY70ATTACHMENT 18 NOTICE TO PROCEED (sample)74

KEY INFORMATION SUMMARY SHEETThis CATS TORFP is issued to obtain the services necessary to satisfy the requirements defined inSection 2 - Scope of Work. All CATS Master Contractors approved to perform work in theFunctional Area under which this TORFP is released shall respond to this TORFP with either a TaskOrder (TO) Proposal to this TORFP or a Master Contractor Feedback form (See Section 3).Solicitation Title:Security Penetration TestingSolicitation Number (TORFP #):D80B5400025Functional Area:Issue Date:Functional Area 6Systems/Facilities Management and Maintenance01/04/2017Questions Due Date and Time:01/18/2017 at 5:00 PM Local TimeClosing Date and Time:01/31/2017 at 3:00 PM Local TimeTO Requesting Agency:The Maryland Insurance Administration (MIA)Send Proposals to:Rodney Spenceemail to: Procurement.mia@maryland.govE-mail submission strongly preferred.Send Questions to (e-mail only)TO Procurement Officer:Procurement.mia@maryland.govRodney SpenceOffice Phone Number:410 468 2379Office Fax Number:410 468 2020Paula KeenOffice Phone Number:410 468 2059e-mail address:paula.keen@maryland.govFixed PriceTO Manager:TO Type:Period of Performance:MBE Goal:One (1) year base period and up to two (2) one-yearoption periods0%VSBE Goal:0%Small Business Reserve (SBR):NoPrimary Place of Performance:Maryland Insurance Administration200 Saint Paul PlaceSuite 2700Baltimore MD 21202MIA, 200 Saint Paul Place, Suite 2700, Baltimore MD2120201/17/2017 at 2:00 PM Local TimeTO Pre-proposal Conference:

SECTION 1 - ADMINISTRATIVE INFORMATION1.1TORFP SUBJECT TO CATS MASTER CONTRACTIn addition to the requirements of this TORFP, the Master Contractors are subject to all terms andconditions contained in the CATS RFP issued by the Maryland Department of InformationTechnology (DoIT) and subsequent Master Contract Project Number 060B2490023, including anyamendments.All times specified in this document are local time, defined as Eastern Standard Time or EasternDaylight Time, whichever is in effect.1.2ROLES AND RESPONSIBILITIESPersonnel roles and responsibilities under the TO:A.TO Procurement Officer – The TO Procurement Officer has the primary responsibility for themanagement of the TORFP process, for the resolution of TO Agreement scope issues, and forauthorizing any changes to the TO Agreement.B.TO Manager - The TO Manager has the primary responsibility for the management of thework performed under the TO Agreement; administrative functions, including issuing writtendirections and for ensuring compliance with the terms and conditions of the CATS Master Contract.The TO Manager will assign tasks to the personnel provided under this TORFP and will track andmonitor the work being performed through the monthly accounting of hours deliverable for worktypes; actual work produced will be reconciled with the hours reported.C.TO Contractor – The TO Contractor is the CATS Master Contractor awarded this TO. TheTO Contractor shall provide human resources as necessary to perform the services described in thisTORFP Scope of Work.D.TO Contractor Manager – The TO Contractor Manager will serve as primary point of contactwith the TO Manager to regularly discuss progress of tasks, upcoming tasking, historical performance,and resolution of any issues that may arise pertaining to the TO Contractor Personnel. The TOContractor Manager will serve as liaison between the TO Manager and the senior TO Contractormanagement.E.TO Contractor Personnel – Any official, employee, agent, Subcontractor, or Subcontractoragents of the TO Contractor, who is involved with the TO over the course of the TO period ofperformance.F.Key Personnel – A subset of TO Contractor Personnel whose departure during theperformance period, will, in the State’s opinion, have a substantial negative impact on TOperformance. Key personnel proposed as part of the TO Proposal shall start as of TO Agreementissuance unless specified otherwise in this TORFP or the Offeror’s TO Technical Proposal. KeyPersonnel may be identified after TO award.1.3TO AGREEMENTBased upon an evaluation of TO Proposal responses, a Master Contractor will be selected to conductthe work defined in Section 2 - Scope of Work. A specific TO Agreement, Attachment 3, will then be

entered into between the State and the selected Master Contractor, which will bind the selected MasterContractor (TO Contractor) to the contents of its TO Proposal, including the TO Financial Proposal.1.4TO PROPOSAL SUBMISSIONSThe TO Procurement Officer will not accept submissions after the date and exact time stated in theKey Information Summary Sheet above. The date and time of an e-mail TORFP submission isdetermined by the date and time of arrival of all required files in the TO Procurement Officer’s e-mailinbox. In the case of a paper TO Proposal submission, Offerors shall take such steps necessary toensure the delivery of the paper submission by the date and time specified in the Key InformationSummary Sheet and as further described in Section 3.Requests for extension of this date or time will not be granted. Except as provided in COMAR21.05.03.02F, Proposals received by the Procurement Officer after the due date will not be considered.1.5ORAL PRESENTATIONS/INTERVIEWSAll Offerors and proposed TO Contractor Personnel will be required to make an oral presentation toState representatives in the form of interviews. Significant representations made by a MasterContractor during the oral presentation shall be submitted in writing. All such representations willbecome part of the Master Contractor’s proposal and are binding, if the TO is awarded to the MasterContractor. The TO Procurement Officer will notify Offerors of the time and place of interviews.1.6QUESTIONSAll questions must be submitted via e-mail to the TO Procurement Officer no later than the date andtime indicated in the Key Information Summary Sheet. Answers applicable to all Master Contractorswill be distributed to all Master Contractors who are known to have received a copy of the TORFP.Answers can be considered final and binding only when they have been answered in writing by theState.1.7TO PRE-PROPOSAL CONFERENCEA pre-proposal conference will be held at the time, date and location indicated on the Key InformationSummary Sheet. Attendance at the pre-proposal conference is not mandatory, but all MasterContractors are encouraged to attend in order to facilitate better preparation of their proposals.Seating at the pre-proposal conference will be limited to two (2) attendees per company. Attendeesshould bring a copy of the TORFP.The pre-proposal conference will be summarized in writing. As promptly as is feasible subsequent tothe pre-proposal conference, the attendance record and pre-proposal conference summary will bedistributed via e-mail to all Master Contractors known to have received a copy of this TORFP.In order to assure adequate seating and other accommodations at the pre-proposal conference, please email the TO Procurement Officer indicating your planned attendance no later than three (3) businessdays prior to the pre-proposal conference. In addition, if there is a need for sign language interpretationand/or other reasonable accommodations due to a disability, please contact the TO ProcurementOfficer no later than five (5) business days prior to the pre-proposal conference.1.8CONFLICT OF INTERESTThe TO Contractor shall provide IT technical and/or consulting services for State agencies orcomponent programs with those agencies, and shall do so impartially and without any conflicts of

interest. Each Offeror shall complete and include with its TO Proposal a Conflict of Interest Affidavitand Disclosure in the form included as Attachment 4 of this TORFP. If the TO Procurement Officermakes a determination that facts or circumstances exist that give rise to or could in the future give riseto a conflict of interest within the meaning of COMAR 21.05.08.08A, the TO Procurement Officermay reject an Offeror’s TO Proposal under COMAR 21.06.02.03B.Master Contractors should be aware that the State Ethics Law, Md. Code Ann., General ProvisionsArticle, Title 5, might limit the selected Master Contractor's ability to participate in future relatedprocurements, depending upon specific circumstances.By submitting a Conflict of Interest Affidavit and Disclosure, the Offeror shall be construed ascertifying all personnel and subcontractors are also without a conflict of interest as defined in COMAR21.05.08.08A.1.9LIMITATION OF LIABILITYThe TO Contractor’s liability is limited in accordance with Section 27 of the CATS Master Contract.TO Contractor’s liability under Section 27(c) of the CATS Master Contract for this TORFP is limitedto one (1) times the total TO Agreement amount.1.10 CHANGE ORDERSIf the TO Contractor is required to perform work beyond the scope of Section 2 of this TORFP, orthere is a work reduction due to unforeseen scope changes, a TO Change Order is required. The TOContractor and TO Manager shall negotiate a mutually acceptable price modification based on the TOContractor’s proposed rates in the Master Contract and scope of the work change. No scope of workchanges shall be performed until a change order is approved by DoIT and executed by the TOProcurement Officer.1.11 TRAVEL REIMBURSEMENTExpenses for travel and other costs shall not be reimbursed.1.12 MINORITY BUSINESS ENTERPRISE (MBE)This TORFP has MBE goals and sub-goals as stated in the Key Information Summary Sheet above.1.13 VETERAN OWNED SMALL BUSINESS ENTERPRISE (VSBE)This TORFP has a VSBE goal as stated in the Key Information Summary Sheet above, representingthe percentage of total fees paid for services under this Task Order.1.14 NON-DISCLOSURE AGREEMENT1.14.1NON-DISCLOSURE AGREEMENT (OFFEROR)Certain system documentation may be available for Master Contractors to review at a reading room atMIA’s address as listed in the Key Information Summary Sheet. Master Contractors who review suchdocumentation will be required to sign a Non-Disclosure Agreement (Offeror) in the form ofAttachment 9. Please contact the TO Procurement Officer to schedule an appointment.

1.14.2NON-DISCLOSURE AGREEMENT (TO CONTRACTOR)Certain system documentation may be required by the TO in order to fulfill the requirements of the TOAgreement. The TO Contractor and TO Contractor Personnel who review such documents will berequired to sign a Non-Disclosure Agreement (TO Contractor) in the form of Attachment 11.1.15 LIVING WAGEThe Master Contractor shall abide by the Living Wage requirements under Title 18, State Finance andProcurement Article, Annotated Code of Maryland and the regulations proposed by the Commissionerof Labor and Industry.All TO Proposals shall be accompanied by a completed Living Wage Affidavit of Agreement,Attachment 12 of this TORFP.1.16 IRANIAN NON-INVESTMENTAll TO Proposals shall be accompanied by a completed Certification Regarding Investments in Iran,Attachment 15 of this TORFP.1.17 CONTRACT MANAGEMENT OVERSIGHT ACTIVITIESDoIT is responsible for contract management oversight on the CATS Master Contract. As part ofthat oversight, DoIT has implemented a process for self-reporting contract management activities ofTOs under CATS . This process typically applies to active TOs for operations and maintenanceservices valued at 1 million or greater, but all CATS TOs are subject to review.Attachment 11 is a sample of the TO Contractor Self-Reporting Checklist. DoIT may send initialchecklists out to applicable/selected TO Contractors approximately three months after the award datefor a TO. The TO Contractor shall complete and return the checklist as instructed on the form.Subsequently, at six month intervals from the due date on the initial checklist, the TO Contractor shallupdate and resend the checklist to DoIT.1.18 MERCURY AND PRODUCTS THAT CONTAIN MERCURYTHIS SECTION IS NOT APPLICABLE TO THIS TORFP.1.19 PURCHASING AND RECYCLING ELECTRONIC PRODUCTSTHIS SECTION IS NOT APPLICABLE TO THIS TORFP.1.20 DEFINITIONSAccessAn ability or means to read, write, modify, or communicatedata/information or otherwise use any information systemresourceBusiness DayMonday through Friday (excluding State holidays)HIPAAThe Health Insurance Portability and Accountability ActInformation SystemA discrete set of information resources organized for thecollection, processing, maintenance, use, sharing,dissemination, or disposition of information.

Information Technology (IT)All electronic information-processing hardware and software,including: (a) maintenance; (b) telecommunications; and (c)associated consulting servicesIPS/ IDS SystemIntrusion Prevention System/ Intrusion Detection SystemLocal TimeTime in the Eastern Time zone as observed by the State ofMaryland. Unless otherwise specified, all stated times shall beLocal Time, even if not expressly designated as suchNAICThe National Association of Insurance Commissioners.NISTThe National Institute of Standards and Technology.Normal State Business HoursNormal State business hours are 8:00 a.m. – 5:00 p.m. Mondaythrough Friday except State Holidays, which can be found at:www.dbm.maryland.gov – keyword: State Holidays.Notice to Proceed (NTP)A written notice from the TO Procurement Officer that workon the Task Order, project or Work Order shall begin on aspecified date. Additional NTPs may be issued by either theTO Procurement Officer or the TO Manager regarding the startdate for any service included within this solicitation with adelayed or non-specified implementation date.NTP DateThe date specified in an NTP for work on the Task Order,project or Work Order to begin.OfferorA Master Contractor that submits a proposal in response to thisTORFP.Personally Identifiable Information(PII)Any information about an individual maintained by the State,including (1) any information that can be used to distinguish ortrace an individual‘s identity, such as name, social securitynumber, date and place of birth, mother‘s maiden name, orbiometric records; and (2) any other information that is linkedor linkable to an individual, such as medical, educational,financial, and employment informationProtected Health Information (PHI)Information that relates to the past, present, or future physicalor mental health or condition of an individual; the provision ofhealth care to an individual; or the past, present, or futurepayment for the provision of health care to an individual; and(i) that identifies the individual; or (ii) with respect to whichthere is a reasonable basis to believe the information can beused to identify the individual.Security IncidentA violation or imminent threat of violation of computersecurity policies, Security Measures, acceptable use policies,or standard security practices. “Imminent threat of violation” isa situation in which the organization has a factual basis forbelieving that a specific incident is about to occur.Security or Security MeasuresThe technology, policy and procedures that a) protect and b)

control access to networks, systems, and data.Sensitive DataMeans PII; PHI; information about an individual that (1) canbe used to distinguish or trace an individual‘s identity, such asname, social security number, date and place of birth, mother‘smaiden name, or biometric records; (2) is linked or linkable toan individual, such as medical, educational, financial, andemployment information; or other proprietary or confidentialdata as defined by the State, including but not limited to“personal information” under Md. Code Ann., CommercialLaw § 14-3501(d) and Md. Code Ann., St. Fin. & Proc. § 101301(c).StateThe State of Maryland.SubcontractorAn agent, service provider, supplier, or vendor selected by theTO Contractor to provide subcontracted services or productsunder the direction of the TO Contractor or otherSubcontractors, and including any direct or indirectSubcontractors of a Subcontractor. Subcontractors are subjectto the same terms and conditions as the TO Contractor.Task Order (TO)The scope of work described in this TORFP.Task Order AgreementThe contract awarded to the successful Offeror pursuant to thisTask Order Request for Proposals, the form of which isattached to this TORFP as Attachment 3.TO ProposalAs appropriate, either or both an Offeror’s Technical orFinancial Proposal to this TORFP.TO Request for Proposals (TORFP)This Task Order Request for Proposal, including anyamendments / addenda thereto.Total Contract Firm Fixed PriceThe Offeror’s total proposed price for products/servicesproposed in response to this solicitation, included in the TOPrice Sheet, and used in the financial evaluation of TOProposals.Veteran-owned Small BusinessEnterprise (VSBE)A business that is verified by the Center for Verification andEvaluation (CVE) of the United States Department of VeteransAffairs as a veteran-owned small business. See Code ofMaryland Regulations (COMAR) 21.11.13 andhttp://www.vetbiz.gov.Work OrderA subset of work authorized by the TO Manager performedunder the general scope of this TORFP, which is defined inadvance of fulfillment, and which may not require a changeorder. Except as otherwise provided, any reference to the TOshall be deemed to include reference to a Work Order.Working Day(s)Same as “Business Day”

THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK

SECTION 2 - SCOPE OF WORK2.1PURPOSEThe MIA is issuing this CATS TORFP to obtain cyber security consulting services to include asecurity and compliance assessment based on industry best practices, security vulnerability andpenetration tests, a network assessment, incident response plans and recommendations on securityimprovements to mitigate cyber security risks for the MIA.All security vulnerability and penetration tests that have the potential to impact MIA businessoperations will need to be performed during non-business hours. Security vulnerability andpenetration tests will need to be scheduled with the MIA in advance.For the option years, if executed, MIA will identify each desired deliverable and by exercising one ormore options with an NTP to the TO Contractor to perform the work.The MIA intends to award this Task Order (TO) to one (1) Master Contractor that can best satisfy therequirements defined in Section 2.6 of this TORFP.2.2AGENCY BACKGROUNDThe MIA is an independent State Agency that regulates Maryland’s Insurance Industry and protectsconsumers by ensuring that insurance companies and health plans act in accordance with insurancelaws.2.2.1BUSINESS FUNCTIONSThe MIA implements laws and develops policies, procedures, and regulations that affect Maryland’sinsurance industry. The MIA’s vision is a State with competitive, stable, and viable insurance marketsin which insurance consumers are treated fairly. To achieve this vision, the MIA conducts thefollowing insurance regulatory activities:a. Investigates consumer complaintsb. Conducts financial examinations and audits on insurersc. Issues producer (agent and broker) licensesd. Licenses insurance companiese. Performs rate and form reviewsf. Performs market conduct examinationsg. Investigates insurance fraudh. Collects fees and fines as mandated by insurance law2.2.2PROJECT BACKGROUNDThe MIA’s computing infrastructure is redundant and highly available, secured with firewalls, a webapplication firewall, reverse proxies, an Intrusion Protection System / Intrusion Detection system( IPS/IDS) system, web security appliances, anti-virus software and anti-malware device appliances. TheState has conducted web application penetration tests on some of the Agency web applications, butMIA is undertaking this project to conduct a more thorough assessment of cyber securityvulnerabilities and is seeking a consultant to make recommendations about how to mitigate these risks.

2.3PROFESSIONAL DEVELOPMENTAny TO Personnel provided under this TORFP shall maintain any required professional certificationsfor the duration of the resulting TO.2.4REQUIRED POLICIES, GUIDELINES AND METHODOLOGIESThe TO Contractor shall comply with all applicable laws, regulations, policies, standards, andguidelines affecting information technology and technology projects, which may be created or changedperiodically.The TO Contractor shall adhere to and remain abreast of current, new, and revised laws, regulations,policies, standards and guidelines affecting security and technology project execution.The foregoing may include, but are not limited to, the following policies, guidelines andmethodologies that can be found at the DoIT actPolicies.aspx).A.B.C.D.The State of Maryland System Development Life Cycle (SDLC) methodologyThe State of Maryland Information Technology Security Policy and StandardsThe State of Maryland Information Technology Non-Visual Access StandardsThe TO Contractor shall follow project management methodologies consistent with the ProjectManagement Institute’s Project Management Body of Knowledge Guide.E. TO Contractor assigned personnel shall follow a consistent methodology for all TO activities.F. The State’s Information Technology Project Oversight Policies for any work performed under thisTORFP for one or more Major IT Development Projects (MITDPs)G. The MIA’s Information Technology Security Policy, which is attached to this TORFP asAttachment 182.5TO CONTRACTOR RESPONSIBILITIESThe TO Contractor shall provide staffing, testing equipment and scanning tools to fully supply thesecurity services identified in Section 2.6 of the TORFP.The TO Contractor shall propose exactly three (3) Key Personnel. MIA expects the three (3) KeyPersonnel to be available as of the start date specified in the Notice To Proceed (NTP).Resources furnished for security penetration testing shall have skills and certifications in security.2.6REQUIREMENTSThe following are specific requirements for this TO (fixed price). As mentioned in Section 2.1, eachdeliverable described is a separate option that may be exercised by MIA during the TO option periods:A) Security Assessment1. Review existing State and MIA security policies, procedures and infrastructure;2. Provide documentation on industry best practices for security policies, procedures andinfrastructure related to information security;3. Assess MIA security policies, procedures and infrastructure against industry best practicesand document deficiencies;4. Provide recommendations to mitigate deficiencies with MIA security policies, proceduresand infrastructure.

B) External Systems Test1. Conduct vulnerability scanning and validation against Internet-accessible IP addresses;2. Examine externally accessible equipment for vulnerability both from inside and outside(Internet) the tested network;3. Check network and server equipment versions and configurations;4. Provide documentation on test results and identify deficiencies;5. Provide recommendations to mitigate deficiencies and risks.C) Internal System / Network Test1. Conduct vulnerability scanning and validation against internal IP address ranges andconfiguration review of all internal systems;2. Examine equipment and systems for vulnerabilities;3. Check network and server equipment versions and configurations;4. Test the network traffic for unencrypted or decrypt-able passwords and accounts;5. Provide documentation on test results and identify deficiencies;6. Provide recommendations to mitigate deficiencies and risks.D) Computer Systems and Software Test1. Conduct analysis of Internet traffic to determine if any internal hosts have beencompromised;2. Examine equipment and systems for vulnerabilities;3. Check Operating System Configuration and software version (Windows and SUSE Linux);4. Test systems for malware (virus, Trojan, spyware);5. Check the privileges and user directory configuration (Active Directory and eDirectory);6. Che

Seating at the pre-proposal conference will be limited to two (2) attendees per company. Attendees should bring a copy of the TORFP. The pre-proposal conference will be summarized in writing. As promptly as is feasible subsequent to the pre-proposal conference, the attendance record and pre-proposal conference summary will be