October 03, 2018 REQUEST FOR PROPOSAL RP022-18 ITS .

Transcription

October 03, 2018REQUEST FOR PROPOSALRP022-18The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified providersfor the ITS Professional Staffing Resource on an Annual Contract with one option to renew for the Departmentof Information Technology Services.Proposals must be returned in a sealed container marked on the outside with the Request for Proposal number andCompany Name. Proposals will be received until 2:50 P.M. local time on Wednesday, November 14, 2018 at theGwinnett County Financial Services - Purchasing Division – 2nd Floor, 75 Langley Drive, Lawrenceville, Georgia30046. Any proposal received after this date and time will not be accepted. Proposals will be publicly opened andonly names of submitting firms will be read at 3:00 P.M. A list of firms submitting proposals will be available thefollowing business day on our website www.gwinnettcounty.com.A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday, October 17, 2018 at the GwinnettCounty Financial Services - Purchasing Division, 2nd Floor, 75 Langley Drive. All service providers are urged toattend. Questions regarding proposals should be directed to Terri Shirley, Purchasing Associate atterri.shirley@gwinnettcounty.com or by calling 770-822-7788, no later than Friday, October 19, 2018 at 3:00P.M. Proposals are legal and binding upon the bidder when submitted. One unbound original (stamped or markedoriginal), four (4) copies and one (1) copy in adobe PDF or a cd of the entire proposal package, should be submitted.Successful service provider will be required to meet insurance requirements. The Insurance Company should beauthorized to do business in Georgia by the Georgia Insurance Department, and must have an A.M. Best rating of A5 or higher.Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs oractivities. Any requests for reasonable accommodations required by individuals to fully participate in any openmeeting, program or activity of Gwinnett County Government should be directed to Susan Canon, Gwinnett CountyJustice and Administration Center, 770-822-8165.The written proposal documents supersede any verbal or written prior communications between the parties.Selection criteria are outlined in the request for proposal documents. Gwinnett County reserves the right to rejectany or all proposals to waive technicalities and to make an award deemed in its best interest.Award notification will be posted after award on the County website, www.gwinnettcounty.com and companiessubmitting a proposal will be notified via email.We look forward to your proposal and appreciate your interest in Gwinnett County.Terri ShirleyPurchasing Associate IIThe following pages should be returned as part of your proposal document:Appendix A, Staffing Specification Questionnaire, Pages 9-11References, Page 12Cost Proposal Schedule; Pages 13-16Ethics Affidavit, Page 66Contractor Affidavit & Agreement (E-Verify), Page 67

SECTION 1 – STATEMENT OF DIRECTION AND BACKGROUND INFORMATION1.1DEPARTMENTAL BACKGROUNDThe Gwinnett County Department of Information Technology Services (DoITS) provides electronic systems for all Gwinnett County businessfunctions and is responsible for the development, implementation, training, on-going system maintenance, and upgrades to a large number ofelectronic systems for the County’s business functions. For the contract period April 1, 2017 through March 31, 2018, DoITS contracted with21 service providers for approximately 4 million.1.2ENVIRONMENTGwinnett County utilizes the SAP comprehensive ERP module ECC 6.0 to accommodate Human Resources, Finance and Accounting,Industry Standard Utilities - Water, Projects System, Materials Management and Warehouse Management. The County also utilizes SAP’sCustomer Relationship Management (CRM 7.0), Supplier Relationship Management (SRM 7.0), Business Warehouse (BW 7.40), SolutionManager 7.1, and Business Objects (BOBJ 4.2).The County’s infrastructure is made up of the following:Network Environment:LAN/WAN and Data Center Network Infrastructure consists of the following: Local Area Networks and Wide Area Networks are primarily Cisco routers and switches, including ISR/ASR routers andCatalyst/Nexus switches utilizing Spanning Tree, Multicast, EIGRP, BGP, and Fabric Path with connectivity being either AT&TSwitched Ethernet (MPLS) or Private County Owned Fiber. Bandwidth ranges from 10/100 MB at small sites to 2 GB at larger sites tomultiple 10 GB’s connecting data centers. The County also has an extensive Wireless Infrastructure based on Cisco’s Wireless LAN Controllers across multiple data centers andproviding wireless connectivity to 100 locations. Wireless protocols include 802.11a, 802.11b/g/n, and 802.11ac. Security is Cisco firewalls both ASA and Fire Power Threat Defense Mode with web filtering, threat defense and intrusionsprevention capabilities. The County also utilizes Trend Micro’s Tipping Points for IPS, Netspective Web Filter Appliance andProofPoint Secure Mail Gateway. Citrix NetScaler’s for load balancing servers/applications as well as link load balancing of Internet circuits. Testing equipment includes Sniffers, protocol analyzers and Fluke DTX 1800 for electrical and optical testing. Monitoring and Management is via SolarWinds and Cisco Prime Infrastructure. Cisco’s Identity Services Engine (ISE) is used toprovide authentication and access layer access (NAC).Telecom Environment: Cisco VoIP phone system providing communication solutions to approximately 4,800 endpoints.Maintains 4 main CallCenter Managers.Administers Routing and Call Handling for 2 IVR’s as well as 14 call centersSupports Centrex and 1FB landlines to service analog needs throughout the county.Maintain and assign 8,380 Direct Inward Dialed numbers (DID)DID’s are delivered via monitored 20 PRI’s and plans are in place to add 2 SIP circuits.Support telephony needs to over 100 county physical locations.pg. 2

Systems and Storage Environment:IBM pSeries configuration: pSeries 800AIX v7.xIBM VIOHMCStorage Area Network: San Volume Controller (SVC)IBM v7000 and DS5300 series storageDCX San SwitchServer Operating Systems: Microsoft Server 2003/2008/2008r2/2012/2016AIX v7.xRed Hat 6.0/7.0Backup Technology: ComVault Backup SolutionVirtualization VMware ESXi v6.xVirtual CenterMessaging Applications: Exchange 2010 / 2016BlackBerry Enterprise ServerMicrosoft Core Application Support: Active DirectoryDNS, WINS, DHCPPrint ServerAntiVirus ServersDatabase Environment: SQL Server 2008, 2012, 2104, and 2016Oracle 10g, 11g, and 12cTOADSpotlight MonitoringSql Server Management Studiopg. 3

Application Environment:Internet/Intranet Environment: SharePoint Enterprise 2010, anticipate upgrading to 2016 in 2019Liferay DXP (Portal 7.0)JBoss Enterprise Application Platform 7.0.9 GAERP: SAP ECC EHP7 – SP16SAP CRM EHP3 – SP16SAP SRM EHP3 – SP16SAP BW EHP7 – SP16SAP Portal NetWeaver7.4 – SP16SAP MDM 7.1 – SP17/ NetWeaver 7.4 SP19SAP Business Objects 4.1Redwood Scheduler 8.0Orgplus 4.9.7Business Solutions Applications Environment: IBM FileNetKofax ImagingLucity Asset ManagementRemedyForceAssetWorks Fleet ManagementTax Appraisal and Billing SystemOracle FormsLand Information System: ArcGIS 10.5.1 AdvancedArcGIS ServerArcGIS GeoEvent ServerArcGIS Image ServerArcGIS OnlineArcGIS PortalAccela Civic Platform 9.3.1End User Computing Environment: 1.3Approximately 6,000 UsersStandard OS: Windows 7, Windows 10 EnterpriseHardware: Desktop, Laptops, Tablets (Manufacturers: Dell, HP, Microsoft) and ruggedized laptops (Panasonic)Both network and local printing environmentsSymantec Endpoint Protection v14 (anti-virus)FireAmp (Malware)Standard software includes: Microsoft Office 2010, Microsoft Office 365/2016, Microsoft Visio and Project, Adobe Acrobat, SAPGUI, Altiris Agent and department specific softwareBrowsers: IE 11, ChromeINTENTThe Gwinnett County Government is soliciting proposals from qualified service providers in response to this Request for Proposal (RFP) to providequalified IT professional staffing resources on an on-demand basis depending on the County's needs. Faced with a dynamically changing ITtechnology environment, increased workload, and expanding demand for IT related services, the County desires to establish annual contracts for eachIT resource with those firms who can provide the requested staffing on short notification and for lengths of service varying in duration. Staffingpg. 4

will be requested as needed by the County with expected delivery within five working days from the time of notification or within a time framethat is mutually agreed upon by the County and Contractor. The technical staffing resources being sought are defined in Appendix E.Gwinnett County reserves the right to add/remove positions and alter job descriptions, as necessary. Gwinnett County Government will havethe ability to add needed job descriptions without processing future change orders. Each selected service provider should have demonstratedsuccessful ability to provide the staffing skills required to meet the staffing needs of the County DoITS. References for a minimum of threeaccounts serviced of similar size and complexity as Gwinnett County Government should be supplied.This Request for Proposal (RFP) is seeking: 1.4A proven track record for providing highly qualified and specialized ITS consultants for long and short term needsCompetitive rates for highly qualified consultantsResponsivenessService provider’s commitment to providing highly qualified staffing resourcesSECURITY / PROCEDURESAll contractors are subject to a background check performed by Gwinnett County prior to their first day. Gwinnett County reserves the right topreclude any service provider’s employee from assignment for any reason that it deems is in its best interest and to conduct additionalbackground or credit checks including finger printing.All contractors must abide by Gwinnett County’s policies including those that relate to Information Security, and may be required to participatein annual security training. Failure to follow policy or attend training may result in termination.1.5HIRING PROCEDURESFor the firms that are chosen, the procedure for hiring is as follows: (Failure to comply with the defined procedure could result incancellation of contract)1.2.3.4.5.6.7.8.Gwinnett County (GC) DoITS Hiring Manager advises GC DoITS Administrative staff of a contract position that needs to be filled.A job description is created and sent out to all the vendors by the GC DoITS Administrative staff, requesting resumes. Any questionsregarding the job description should be directed to the GC DoITS Administrative staff who will relay them to the GC DoITS HiringManager. Contracted firms will have five (5) business days to respond via email. Any request received after the fifth business daymay not be accepted.GC DoITS Administrative staff will acknowledge receipt of all resumes and forward them to the GC DoITS Hiring Manager forconsideration and possible interview.Vendors will be notified of candidates chosen for interview. Interviews are conducted first by telephone followed by an in-personinterview.Once a candidate is selected, a conditional job offer is extended to the vendor, pending a possible background check.Vendor will be notified of results of background check (if applicable).Once the candidate has been approved for hire, the start date and bill rate will be verified by confirmation email to the vendor. GCDoITS Administrative staff will email all vendors to advise that a position has been closed or filled.The selected vendor will receive a purchase order shortly thereafter.NOTE: GC DoITS Administrative staff will send position requests to the contact information on record. It is the responsibility of allcontracted vendors to inform GC DoITS Administrative staff if there are changes in their contact personnel or email address. Provide contactpersonnel changes to GC DoITS Administrative staff by calling 770-822-8900.pg. 5

SECTION 2 – INSTRUCTIONS TO PROPOSERS2.1PROPOSAL FORMAT AND CONTENTThe submitted proposal package should be responsive to the specific range of issues elaborated in this request. Submission of excessive“boiler plate” information, including sales brochures is discouraged. In an effort to ensure our ability to evaluate and choose a successfulservice provider for this project, respondents should organize their proposal as follows:Table of ContentsSection 2.2Section 2.3Section 2.4Section 2.5Section 2.6AttachmentsIntroduction and Executive SummaryExperience and QualificationsResponse to specific QuestionsReferences of Similar ContractsCost Proposals (sealed in a separate envelope)Any referenced attachmentsService providers are requested to submit one (1) unbound original clearly marked (use binder clip or rubber band), five (5) bound copies,and one (1) disc in Adobe PDF format of the entire proposal package (without the cost proposal). Please label the disc with submittingservice provider name and reference the proposal number. Proposals should include the following as a minimum:2.2Introduction and Executive Summary2.2.1Provide a detailed introduction of your company and include the following:A. Company profileB. Number of years in business (minimum of 5 years required)C. Number of employees and organizational structureD. What is the total number of positions filled annually for 2015, 2016, and 2017?E. What percentage of your contractors were terminated before the end of their placement period in the last twelve months?F. Is your primary business providing highly skilled ITS staffing solutions?G. What is your primary core competency (for example SAP, GIS, Networks, etc.)?2.2.2Please provide any assumptions and/or exceptions not clearly identified as part of this RFP.2.3Experience and QualificationsThis section is your opportunity to briefly summarize your company’s policies and procedures relative to this RFP. Detail your company’scommitment and process for providing customer service including, but not limited to, providing highly qualified staffing resources, accurateand timely billing practices, and staff management once they have been contracted by Gwinnett County.2.4Response to Specific QuestionsService Providers desiring to respond to this RFP should complete the staffing specification forms in “Appendix A” identifying the types ofITS staffing skills they are able to provide (it is not required to fill every position listed).The Service Provider Questionnaire can be found in Appendix B.pg. 6

2.5Reference of Similar ContractsProvide a minimum of three (3) references on contracts of existing on-demand service contracts/agreements that are similar to what isdescribed in this RFP. If more than three references are submitted, references will be chosen at random for direct contact.Please verify contact information prior to submission (especially the telephone number and email address). Failure to verify contactinformation may result in a significant reduction in your firm’s reference scoring if we are unable to contact the reference firm.Use the Reference Matrix in Appendix C.2.6Cost ProposalPlease complete the Cost Proposal and place in a separate sealed envelope. The attached proposal schedule(Appendix D) should be used. Remember to submit cost proposal in a separate envelope.Proposer should provide a complete staff pricing list that includes an hourly salary range per skill set and indicate any circumstances wherediscounts may be applicable. Companies are encouraged to be resourceful and competitive with their hourly rates. Gwinnett County does notpay a differential rate for over 40 hours per week. Pricing quoted for all positions shall be an amount not to exceed price. The County reservesthe right to select individual positions from any response received.Hourly rates must be inclusive of all expenses including mobile devices. The County will supply all required desktop or notebook computersalong with any required software. A means of wireless communication is required and Gwinnett County must be provided with up-to-datewireless contact numbers for all professional staff furnished; there will be no markups or additional expenses allowed including travel andliving, etc.In the event Gwinnett County decides to renew the resulting contract, hourly rates may not be increased by more than the percentage quoted.2.7Selection Process and Evaluation FactorsThe proposal package will be evaluated based on their responsiveness to the criteria described below with those criteria’s values weightedas follows: (MAXIMUM 100 POINTS)DescriptionStep 1Maximum PointsStability and Experience (Total Up to 75 Points)Section 2.2 - Introduction and Executive Summary15Section 2.3 - Experience and Qualifications20Section 2.4 – Appendix B (Questions)20Section 2.5 - Appendix C (References)20Subtotal for Short ListStep 275Cost Proposal (Total Up to 25 Points)Section 2.6 Cost Proposal25Total100pg. 7

Step 1: The Evaluation Team will evaluate responses according to the criteria as described above and score and rank theproposals. The Evaluation Team may short list the highest ranking proposers.Step 2: Cost proposals of highest scoring or short listed firms will then be opened and scored and the results will be combined withthe results of Step 1 scoring. The Evaluation Team may short list the highest ranking proposers.Step 3: One or more service providers will be selected for each section in Appendix A (i.e., Infrastructure, Database, etc.) based ontheir overall average score from Section 2.7. The County anticipates selecting multiple service providers to be awarded the contract.The highest scoring service providers will be identified, and the selection committee will make a recommendation of contract award to thePurchasing Division. Gwinnett County may negotiate pricing with the highest scoring firm(s) for a best and final offer. Upon theCounty's award of the contract, the County will present an agreement for execution to the selected service providers. If execution of thisagreement with the one or more selected service providers is unsuccessful, the County may negotiate with the lower scoring serviceproviders and so on until satisfactory agreement has been reached.pg. 8

Appendix A – Staffing Specifications QuestionnaireComplete the matrix below to identify services that you would provide to Gwinnett County. Position descriptions can be foundin Appendix E.Position DescriptionsDo you providestaffing with thespecified Skill Set?YesNoInfrastructure 3.1.1Systems Analyst/ Administrator - Systems and Storage :Unix Team3.1.3Systems Analyst/ Administrator - Systems and Storage :Microsoft TeamVOIP Technician3.1.4VOIP Analyst3.1.5Network Analyst3.1.6Network Administrator3.1.7Network Engineer3.1.8Network Architect3.1.9Desktop Support – IT Systems Analyst III3.1.10Desktop Support – Altris Administrator3.1.11Service Desk – IT Systems Analyst III3.1.12Service Desk – Quality Assurance Analyst3.1.2Applications Database Administration3.2.1DBA3.3.1DevelopmentEnterprise Content Management Applications and EnterpriseContent Management Functional3.3.2SharePoint Administrator3.3.33.3.4SharePoint DeveloperSharePoint Business Systems Analyst3.3.5Oracle Forms and Reports AdministrationGIS3.4.1GIS Applications Development3.4.2GIS Analyst3.4.3Accela Automation Land Mgmt Administrationpg. 9

Position DescriptionsDo you provide staffingwith the specified SkillSet?Yes3.5.1SAPBasis3.5.2Middleware Developer3.5.3Security3.5.4ABAP Developer3.5.5WebDynPro Developer3.5.6SRM / MM Functional3.5.7ISU Functional3.5.8FI Functional3.5.9HR Functional3.5.10Payroll Functional3.5.11CRM Functional3.5.12BW/BI Developer3.5.13BOBJ 4.2 Report Writer3.6.1Web DevelopmentWeb Applications Developer3.6.2Web Applications Lead Developer / Architect3.7.1Strategic ServicesProject Manag

The County also utilizes Trend Micro’s Tipping Points for IPS, Netspective Web Filter Appliance and ProofPoint Secure Mail Gateway. Citrix NetScaler’s for load balancing servers/applications as well as link load balancing of Internet circuits.