BID SOLICITATION INFORMATION DATE: RFP/LOI#: Pre-Bid/Proposal .

Transcription

STATE OF RHODE ISLANDJUDICIAL PURCHASING OFFICE670 NEW LONDON AVENUECRANSTON, RHODE ISLAND 02920TELEPHONE: 401-275-6527FACSIMILE: 401-275-6530BID SOLICITATION INFORMATIONDATE: 2/2/2022RFP/LOI#:B2022008Pre-Bid/Proposal Conference:YesProject Name: New Judiciary Website/Intranet MigrationPre-Bid attendance mandatory: YesOpening Time and Date:Pre-Bid Date: 9:30a.m., March 2, 2022Place:10:00 a.m., March 28, 2022Purchasing Office, Room 1006670 New London AvenueCranston, RI 02920Pre-Bid Location: Fogarty Judicial Annex24 Weybosset StreetProvidence, RI 02903The successful bidder will be required to furnish all insurance documentation as outlined in theattached Judicial Purchasing Rules & Regulations and General Terms & Conditions of Purchase whichare available for inspection ingrules/PDFs/Purchasing-Rules-Reg.pdf.This solicitation is for the implementation of a new website for the Rhode Island Judiciary and migrationof the existing intranet to a Microsoft SharePoint Technologies (2019) infrastructure or similar software.Specific bid solicitation information begins on page 3 of this document.Proposals must be mailed or hand-delivered in a sealed envelope marked with the above RFP/LOI#and Project Name to:Rhode Island Traffic TribunalJudicial Purchasing, Room 1006670 New London Avenue, Cranston RI, 02920The Administrative Office of State Courts (the “AOSC”) reserves the right to award a contract pursuantto this RFP on the basis of cost alone, to accept or reject any or all bids, and to act in the best interestincluding, but not limited to, directly negotiating with any Vendor who submits a proposal in response tothis RFP and to award a contract based upon the results of those negotiations alone. Proposals foundto be technically or substantially nonresponsive at any point in the evaluation process will be rejectedand not considered further. The AOSC may, at the AOSC’s sole option, elect to require presentations(s)by bidders in consideration for an award.Questions concerning this solicitation may be e-mailed to the Supreme Court Purchasing Office atpurchasing@courts.ri.gov no later than March 11, 2022 at 12:00 p.m. Please reference the RFP/LOInumber on all correspondence. Answers to questions received, if any, will be posted on the internet asan Addendum to this bid solicitation.

THIS PAGE IS NOT A BIDDER CERTIFICATION FORMThis is a Request for Proposals (RFP), not an Invitation for Bid. Responses will be evaluatedon the basis of the relative merits of the proposal, in addition to price. There will be nopublic reading of the bids at the opening, only an announcement of vendors that bid.A bid tabulation will be posted on the Rhode Island Judiciary’s Purchasing page.INSTRUCTIONS AND NOTIFICATIONS TO BIDDERS Potential bidders are advised to review all sections of this RFP carefully and to followinstructions completely, as failure to make a complete submission as described hereinmay result in rejection of the proposal. All costs associated with developing or submitting a proposal in response to this RFP,or to provide oral or written clarification of its content, shall be borne by the bidder.The AOSC assumes no responsibility for these costs. Proposals are considered to be irrevocable for a period of not less than sixty (60) daysfollowing the opening date and may not be withdrawn except with the expresswritten permission of the Judicial Purchasing Committee. All pricing submitted will be considered to be firm and fixed unless otherwise indicatedherein. Proposals misdirected to other Judiciary locations or which are otherwise not receivedby the Judicial Purchasing Office by the time of opening, for any cause, will bedeemed late and will not be considered. For the purposes of this requirement, theofficial time and date shall be that of the time clock in the Judicial Purchasing Office. An award made pursuant to this RFP will be to a prime contractor who will assumeresponsibility for all aspects of the work. Joint venture and cooperative proposals willnot be considered, but subcontracts are permitted, provided that the use is clearlyindicated in the bidder's proposal and the subcontractor(s) proposed to be used areidentified in the proposal. Bidders are advised that all materials submitted to the AOSC for consideration inresponse to this RFP shall be considered to be public records as defined in Title 38,Chapter 2 of the Rhode Island General Laws, without exception, and may bereleased for inspection immediately upon request once an award has been made.Carla CicconePurchasing AgentRhode Island Supreme Court

BID/RFP SPECIFICATION SHEETPursuant to Article X (“Methods of Source Selection”) of the Judicial Purchasing Rules &Regulations, attached are the bid/request for proposal specifications for the followingproject.Project Name:New Judiciary Website/Intranet MigrationProject Number:B2022008Prepared by:Carla M. Ciccone — Purchasing AgentContents:1.0Overview2.0Scope of Work3.0Acknowledgement of Risk and Hold Harmless Agreement4.0Additional Insurance Requirements5.0Security6.0Proposal Content and Organization7.0Evaluation Criteria8.0Miscellaneous9.0Bid FormAppendix ABureau of Criminal Identification (BCI) Authorization FormAppendix BRhode Island Department of State, State Archives Division/Public RecordsAdministration Rules and Regulations for the Making and Management ofImaged Public RecordsAppendix CRhode Island Judiciary General Terms & Conditions of PurchaseCarla CicconePurchasing AgentRhode Island Supreme Court

1.0OverviewThe Administrative Office of State Courts (the AOSC) is seeking a vendor (the Vendor) todesign and implement a new public internet site for the Rhode Island Judiciary (theJudiciary) that will provide an intuitive interface and facilitate improved public servicefor all users, but particularly for self-represented litigants (SRL). The new website shouldbe a secure and reliable HTTPS-enabled environment with rapid download times that willallow users to navigate and quickly find resources and desired information using anyinternet-connected device, including full support for mobile devices (e.g. readable onany device). Self-help and information resources geared toward SRL should be fron tloaded where SRL most commonly visit the website. The website must also adhere to allAmericans with Disabilities Act (ADA) accessibility compliance standards andrequirements (including, but not limited to, Section 508 and World Wide Web Consortium(W3C) Priority 1 Checkpoints, accessible at http://www.w3c.org/TR/WCAG10/fullchecklist.html) and have Multilingual Resources. The Judiciary’s current website contentand internal intranet must be migrated onto the new website framework.Use of a Microsoft SharePoint Technologies (2019) infrastructure for this project ispreferred; notwithstanding, reliable alternative framework software that offers minimalcontent management effort and robust configuration tools will also be considered.The Judiciary reserves the right to buy additional software and services from the awardedVendor for up to thirty-six (36) months from date of award.2.0Scope of WorkA.Current Website InfrastructureThe Judiciary’s current website infrastructure is as follows: Web Address: https://www.courts.ri.gov.Webserver: Runs on a Microsoft SharePoint Server using SharePoint Foundation2013.Forefront Threat Management Gateway: Version 7.0.9193.540.IIS Web server version: 8.0.9200.16384.The Judiciary has a staging/development server as well as two load balancedproduction servers.Intranet Webserver: Runs on Windows Server 2012 R2.HTML pages designed using Microsoft FrontPage 2003 editor.B.Project Scope1.Site MigrationCarla CicconePurchasing AgentRhode Island Supreme Court

The selected Vendor shall be required to perform all the following: Complete migration of the Judiciary’s current website content onto a new, highlyavailable infrastructure based on the Microsoft SharePoint Technologies (2019)framework or a reliable alternative framework that offers minimal content managementeffort and robust configuration tools. The continued use of SharePoint is preferred(although other software technology that is as easy as SharePoint to manage will beconsidered) because SharePoint’s flexibility has enabled the Judiciary to managecontent with minimal reliance on external resources.o As part of the migration process, the selected Vendor’s SharePoint architect (orsimilar software) must be able to analyze all current customizations within theJudiciary’s current website, with the goal of migrating this functionality to standardSharePoint 2019 features (or similar software) where feasible. Automated contentmigration from the existing site to the new website is required once redesign iscomplete. Design and build a new website using an agile development approach, therebyenabling feedback and iterations to ensure the best final product. The new site musthave the following characteristics and capabilities:o Functionality among all major browsers and operating systems, including all thefollowing;Browsers:1. Firefox2. Chrome3. Safari4. EdgeOperating Systems:1. Microsoft Windows2. Apple OSX3. Linux4. Apple IOS5. Google Androido Readability on any internet-connected device, including PCs, laptops, tablets,and mobile phones.o Configurability that allows for delegated content management andapproval/publish processes.o Full compliance with all accessibility requirements, including all applicable ADAregulations and World Wide Web Consortium (W3C) Priority 1 Checkpoints,accessible at http://www.w3c.org/TR/WCAG10/full-checklist.html.o Robust search functionality.Carla CicconePurchasing AgentRhode Island Supreme Court

o Implementation of announcement services and content subscription services, toalert users of important news, site changes, etc.o Searchable PDFs, including searchable Opinions, Orders, and Decisions for eachindividual court.o Fillable Judicial Record Center Archives Request form that transmits directly to theJudicial Records Center for processing.o Real-time monitoring and alert services to notify key personnel if the site is notavailable.o As little custom coding as possible to allow Judiciary programmers to implementand maintain daily site updates/changes.o Upgrading the Microsoft Forefront Threat Management Gateway if SharePoint isused.o Provision of documentation, instruction, and training for both technical and nontechnical staff. This must include the following: Documentation is expected to be provided in such a form that would allowfor recreation of the installation and configuration work of the project.Instruction/training must allow staff to maintain the SharePoint 2019 (or similarsoftware) installation and configuration as documented. This includesinstructions/training tor backup and restore SharePoint (or similar software).The selected Vendor must test the backup and restore features forfunctionality/accuracy before the AOSC will accept the new website. The new website design must prioritize accessibility, navigability, and functionalityfor SRL. Features must include the following items as identified in a recent audit by theNational Center for State Courts:o Searching for “Rhode Island Courts” or “Rhode Island Judiciary” must bring up thenew website in Google and other search engines.o The website must be easy to use on a mobile device.o The links to the “ADA” and “Your Day in Court” should be listed prominently at thetop of the main landing page.o The link to the “Interpreters” section of the website should be listed prominently atthe top of the main landing page and should open into a drop-down menudisplaying in multiple languages. When a user interacts with the “Interpreters” link,a graphical or other indicator should appear explaining that the link providesresources for assistance in other languages.o The link to the “How Do I?” should be listed prominently at the top of the mainlanding page. The “How do I?” links should be reordered by the commonality ofthe question.o A landing page for links and contact information for other legal resources in theState of Rhode Island should be created, with a link listed prominently at the topof the main landing page. Priority/favoritism should not be given to any oneresource; rather, all information should be displayed in a directory format.Carla CicconePurchasing AgentRhode Island Supreme Court

In preparing a bid, each Vendor is expected to review the Judiciary’s current websiteand Intranet closely to ensure that the true project scope is identified, including anenumeration of the current site’s individual pages. Although the AOSC recognizes thatthere is a possibility that site migration onto a Microsoft SharePoint Technologies (2019)framework or similar software may cause minor discrepancies between the current siteand the new site, any such discrepancies must be identified prior to implementation. Hardware, software, and other licenses are the AOSC’s responsibility. The selectedVendor may assume in the bid that these will be available at project commencement.Each Vendor will include hardware and software requirements needed for the project inthe bid.2.Post-Migration Maintenance, Monitoring, and SupportFollowing migration of the Judiciary’s current site onto a new framework, the selectedVendor is expected to provide ongoing, proactive maintenance and monitoring of andsupport for both the Microsoft SharePoint Technologies (2019) framework or similarsoftware installation as well as the physical server(s) on which the software runs, to ensurethe proper and continuous operation of the new website consistent with the businesscritical nature of the websites. These services may include, but may not be limited to, thefollowing: SharePoint 2019 and Server;SharePoint 2019 tuning to optimize response times and end-user experience;SharePoint 2019 branding and templating;SharePoint 2019 web part design and programming; andSharePoint 2019 workflow design and programming.Such maintenance, monitoring, and support must be done with sufficient detail to ensurethat any issue impacting the presentation and/or response times of the site or theindividual components is immediately identified and addressed. The selected Vendormust be able to provide assistance within a reasonable timeframe depending on thepriority/urgency of the issue at hand. As a rule of thumb, the following response timesshall be expected: For issues impacting the operation of the whole main website and/or sub sites: respond within two (2) hours;For issues impacting individuals pages or page components (web parts):respond within five (5) hours;Answering specific and immediate questions: respond within one (1)workday;Making minor changes with system-wide appearance: respond within two(2) workdays; andCarla CicconePurchasing AgentRhode Island Supreme Court

All other issues: respond within five (5) workdays.In addition to the foregoing services, each Vendor is encouraged to explain in the bidany additional maintenance, monitoring, and/or support services the Vendor may beable to provide.C.Project TimelineThe AOSC recognizes the need to keep the time between project commencement anddelivery of the new website as short as possible in order to limit the time period duringwhich the current and new websites must be maintained simultaneously. Accordingly,the AOSC seeks a Vendor to complete the project in no more than six (6) months, to bedefined as the period between the day the selected Vendor commences the projectand the day the AOSC accepts the new website.Each bidder should provide a breakdown of the expected project timeline in its bid,preferably broken down into project phases. The total project timeline should not exceedsix (6) months in duration.D.Acceptance ProcessPrior to commencement of the project, the AOSC will work with the selected Vendor tocraft a comprehensive acceptance test plan that will be executed at appropriatemilestones during the project timeline. The acceptance test plan will determine to whatextent each milestone meets the agreed-upon acceptance criteria. The AOSC will notconsider the selected Vendor to have fully completed all obligations under this RFP unlessand until all project milestones have been satisfied in full.E.Vendor QualificationsThe selected Vendor must have a proven track record of successfully developingbusiness-driven web applications for customers similar to the AOSC and completingrelevant web implementation projects for at least the last three (3) years (five (5) years ofexperience or more is preferrable), preferably through leveraging Microsoft SharePointsoftware development technologies or similar software. Projects are regarded relevantwhen the Vendor was responsible for design, migration, management, andimplementation of the project and the project was completed successfully.The selected Vendor must have a qualified Microsoft SharePoint Team with proficiencyin site design, ADA compliance, World Wide Web Consortium (W3C) Priority 1Checkpoints (accessible at SharePoint site creation and configuration, and SharePoint implementation within anenterprise environment. The selected Vendor must provide an experienced websitedesigner who will review the findings of the AOSC’s most recent website audit to validatethese against the current website infrastructure. The website designer should proposeCarla CicconePurchasing AgentRhode Island Supreme Court

website template options for the AOSC to review, preferably based upon the most upto-date sites employed by other state judiciaries.Experience with Web Migration Projects Project ManagementThe selected Vendor shall be responsible for providing project management for the fullduration of the project. The Vendor must ensure that the same project manager remainsassigned to this project for the full duration of the project.When the project manager must be replaced due to unforeseen circumstances orcircumstances out of the control of the selected Vendor, the Vendor remains responsibleto meet project schedules/planning milestones/deadlines and/or comply with anycontract term. Project PlanningThe selected Vendor shall be responsible for setting an initial project plan with milestonesand deadlines, mutually agreed upon by AOSC and the Vendor. Throughout the project,the Vendor shall continuously maintain the project plan and report weekly on progress.The Vendor is required to immediately notify the AOSC whenever any milestone ordeadline cannot be met, and work with the AOSC to develop options to resolve theproblem(s). Project StaffingThe selected Vendor may only use the Vendor’s own employees (those under the directcontract with Vendor) for staffing this project. Personnel assigned to this project must beable to read, write, and communicate effectively with the AOSC and staff in English.The AOSC recognizes that the project as described in this RFP will require a multi-personstaffing effort with different roles and skill sets to meet set milestones/deadlines and theagreed-upon project completion date. The selected Vendor shall be required to staffthis project with both quality (employees with the required skill sets) and quantity (therequired number of employees to meet milestones/deadline and the agreed-uponcompletion date). In addition, the selected Vendor is expected to keep project staffingconsistent throughout the duration of the project. If, for any circumstance either withinor outside the control of the Vendor, a project staffing change must be made, theVendor shall be required to inform the AOSC immediately and shall remain responsiblefor meeting project schedules/planning milestones/deadlines and/or comply with anycontract term.Carla CicconePurchasing AgentRhode Island Supreme Court

Each bidding Vendor should provide the names and resumes of those employees thatthe Vendor would likely assign to this project, along with a detailed description of theparticular role(s) each such employee would play in completing the project. Project DocumentationThroughout the duration of the project, the selected Vendor shall be required to fullydocument all work performed for the AOSC in general, and of installation andconfiguration changes in particular. All such documentation must be provided or madeaccessible to the AOSC in a format that allows the AOSC to incorporate this into theAOSC’s own documentation system. Documentation is regarded as an integral part ofproviding services to the AOSC and is therefore a compulsory component in thecompletion of any work performed pursuant to this RFP.2.Post-Migration Maintenance, Monitoring, and SupportFollowing migration of the Judiciary’s current site onto a new framework, the selectedVendor is expected to provide ongoing, proactive maintenance and monitoring of andsupport for both the Microsoft SharePoint Technologies (2019) framework or similarsoftware installation as well as the physical server(s) on which the software runs, to ensurethe proper and continuous operation of the new website consistent with the businesscritical nature of the websites. These services may include, but may not be limited to,the following: SharePoint 2019 and Server; SharePoint 2019 tuning to optimize response times and end -userexperience; SharePoint 2019 branding and templating; SharePoint 2019 web part design and programming; and SharePoint 2019 workflow design and programming.Such maintenance, monitoring, and support must be done with sufficient detail to ensurethat any issue impacting the presentation and/or response times of the site or theindividual components is immediately identified and addressed. The selected Vendormust be able to provide assistance within a reasonable timeframe depending on thepriority/urgency of the issue at hand. As a rule of thumb, the following response timesshall be expected: For issues impacting the operation of the whole main website and/or subsites: respond within two (2) hours; For issues impacting individuals pages or page components (web parts):Carla CicconePurchasing AgentRhode Island Supreme Court

respond within five (5) hours; Answering specific and immediate questions: respond within one (1)workday; Making minor changes with system-wide appearance: respond within two(2) workdays; and All other issues: respond within five (5) workdays.In addition to the foregoing services, each Vendor is encouraged to explain in the bidany additional maintenance, monitoring, and/or support services the Vendor may beable to provide.C.Project TimelineThe AOSC recognizes the need to keep the time between project commencementand delivery of the new website as short as possible in order to limit the time periodduring which the current and new websites must be maintained simultaneously.Accordingly, the AOSC seeks a Vendor to complete the project in no more than six (6)months, to be defined as the period between the day the selected Vendorcommences the project and the day the AOSC accepts the new website.Each bidder should provide a breakdown of the expected project timeline in its bid,preferably broken down into project phases. The total project timeline should notexceed six (6) months in duration.D.Acceptance ProcessPrior to commencement of the project, the AOSC will work with the selected Vendor tocraft a comprehensive acceptance test plan that will be executed at appropriatemilestones during the project timeline. The acceptance test plan will determine to whatextent each milestone meets the agreed-upon acceptance criteria. The AOSC will notconsider the selected Vendor to have fully completed all obligations under this RFPunless and until all project milestones have been satisfied in full.E.Vendor QualificationsThe selected Vendor must have a proven track record of successfully developingbusiness-driven web applications for customers similar to the AOSC and completingrelevant web implementation projects for at least the last three (3) years (five (5) yearsof experience or more is preferrable), preferably through leveraging MicrosoftSharePoint software development technologies or similar software. Projects areregarded relevant when the Vendor was responsible for design, migration,management, and implementation of the project and the project was completedsuccessfully.Carla CicconePurchasing AgentRhode Island Supreme Court

The selected Vendor must have a qualified Microsoft SharePoint Team with proficiencyin site design, ADA compliance, World Wide Web Consortium (W3C) Priority 1Checkpoints (accessible at SharePoint site creation and configuration, and SharePoint implementation within anenterprise environment. The selected Vendor must provide an experienced websitedesigner who will review the findings of the AOSC’s most recent website audit to validatethese against the current website infrastructure. The website designer should proposewebsite template options for the AOSC to review, preferably based upon the most upto-date sites employed by other state judiciaries.Experience with Web Migration Projects Project ManagementThe selected Vendor shall be responsible for providing project management for the fullduration of the project. The Vendor must ensure that the same project managerremains assigned to this project for the full duration of the project.When the project manager must be replaced due to unforeseen circumstances orcircumstances out of the control of the selected Vendor, the Vendor remainsresponsible to meet project schedules/planning milestones/deadlines and/or complywith any contract term. Project PlanningThe selected Vendor shall be responsible for setting an initial project plan withmilestones and deadlines, mutually agreed upon by AOSC and the Vendor.Throughout the project, the Vendor shall continuously maintain the project plan andreport weekly on progress. The Vendor is required to immediately notify the AOSCwhenever any milestone or deadline cannot be met, and work with the AOSC todevelop options to resolve the problem(s). Project StaffingThe selected Vendor may only use the Vendor’s own employees (those under thedirect contract with Vendor) for staffing this project. Personnel assigned to this projectmust be able to read, write, and communicate effectively with the AOSC and staff inEnglish.The AOSC recognizes that the project as described in this RFP will require a multi-personstaffing effort with different roles and skill sets to meet set milestones/deadlines and theagreed-upon project completion date. The selected Vendor shall be required to staffCarla CicconePurchasing AgentRhode Island Supreme Court

this project with both quality (employees with the required skill sets) and quantity (therequired number of employees to meet milestones/deadline and the agreed-uponcompletion date). In addition, the selected Vendor is expected to keep project staffingconsistent throughout the duration of the project. If, for any circumstance either withinor outside the control of the Vendor, a project staffing change must be made, theVendor shall be required to inform the AOSC immediately and shall remain responsiblefor meeting project schedules/planning milestones/deadlines and/or comply with anycontract term.Each bidding Vendor should provide the names and resumes of those employees thatthe Vendor would likely assign to this project, along with a detailed description of theparticular role(s) each such employee would play in completing the project. Project DocumentationThroughout the duration of the project, the selected Vendor shall be required to fullydocument all work performed for the AOSC in general, and of installation andconfiguration changes in particular. All such documentation must be provided or madeaccessible to the AOSC in a format that allows the AOSC to incorporate this into theAOSC’s own documentation system. Documentation is regarded as an integral part ofproviding services to the AOSC and is therefore a compulsory component in thecompletion of any work performed pursuant to this RFP.3.0Acknowledgment of Risk and Hold Harmless AgreementIn addition to the indemnity provisions in the General Terms & Conditions of Purchase andto the fullest extent permitted by law, the selected Vendor, its officers, agents, servants,employees, parents, subsidiaries, partners, directors, attorneys, insurers, and/or affiliates(“Releasors”) agree to release, waive, discharge, and covenant not to sue the AOSC, itsofficers, agents, servants, and/or employees (“Releasees”) from any and all liability,claims, cross-claims, rights in law or in equity, agreements, promises, demands, actions,and causes of action whatsoever arising out of or related to any loss, damage, expenses(including, without limitation, all legal fees, expenses, interest, and penalties) or injury(including death), of any type, kind, or nature whatsoever, whether based in contract,tort, warranty, or other legal, statutory, or equitable theory of recovery, which relate to orarise out of the Releasors’ use of or presence in and/or on judicial property. The Releasorsagree to defend, indemnify, and hold harmless the Releasees from: (a) any and allclaims, loss, liability, damages, and/or costs by any person, firm, corporation , or otherentity claiming by, through, or under Releasors in any capacity whatsoever, including allsubrogation claims and/or claims for reimbursement (including any court costs andattorney’s fees) that may incur due to Releasors’ use of or presence in a nd on judicialproperty; and (b) any and all legal actions, including third -party actions, cross-actions,and/or claims for contribution and/or indemnity with respect to any claims by any otherCarla CicconePurchasing AgentRhode Island Supreme Court

persons, entities, or parties, which relate to or arise out of Releasors’ use of or presence inand on judicial property.The Releasors acknowledge the risks that may be i

of the existing intranet to a Microsoft SharePoint Technologies (2019) infrastructure or similar software. Specific bid solicitation information begins on page 3 of this document. Proposals must be mailed or hand-delivered in a sealed envelope marked with the above RFP/LOI# and Project Name to: Rhode Island Traffic Tribunal