Top Banner
12 ATTACHMENT 5 - Overview of the RFP Process ATTACHMENT 5 88 RFP-13-021-O
49

12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

Jul 08, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

12 ATTACHMENT 5 - Overview of the RFP Process

ATTACHMENT 5 88 RFP-13-021-O

Page 2: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

OVERVIEW OF THE RFP PROCESS

1. The RFP is issued pursuant to Subchapter 6 of HAR Chapter 3-122, implementing HRS §103D-303.

2. The procurement process begins with the issuance of the RFP and the formal response to any written questions or inquiries regarding the RFP. Changes to the RFP will be made only by Addendum.

3. Proposals shall be received on HIePRO. The register of proposals and Offerors’ proposals shall be open to public inspection after posting of the award. All proposals and other material submitted by Offerors become the property of the State and may be returned only at the State’s option.

4. The Procurement Officer, or an evaluation committee approved by the Procurement Officer, shall evaluate the proposals in accordance with the evaluation criteria in Section Four.

5. Proposals may be accepted on evaluation without discussion. However, if deemed necessary, prior to entering into discussions, a "priority list" of responsible Offerors submitting acceptable and potentially acceptable proposals shall be generated. The priority list may be limited to a minimum of three responsible Offerors who submitted the highest-ranked proposals. The objective of these discussions is to clarify issues regarding the Offeror’s proposal before the BAFO is tendered.

6. If during discussions there is a need for any substantial clarification or change in the RFP, the RFP shall be amended by an addendum to incorporate such clarification or change. Addenda to the RFP shall be distributed only to priority listed Offerors.

7. Following any discussions, Priority Listed Offerors will be invited to submit their BAFO, if required. The Procurement Officer or an evaluation committee reserves the right to have additional rounds of discussions with the top three (3) Priority Listed Offerors prior to the submission of the BAFO.

8. The date and time for Offerors to submit their BAFO, if any, is indicated in Section 1.04, RFP Schedule and Significant Dates. If Offeror does not submit a notice of withdrawal or a BAFO, the Offeror’s immediate previous offer shall be construed as its BAFO.

9. After receipt and evaluation of the BAFOs in accordance with the evaluation criteria in Section Four, the Procurement Officer or an evaluation committee will make its recommendation. The Procurement Officer will award the contract to the Offeror whose proposal is determined to be the most advantageous to the State taking into consideration price and the evaluation factors set forth in Section Four.

ATTACHMENT 5 89 RFP-13-021-O

Page 3: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 5 90 RFP-13-021-O

10. The contents of any proposal shall not be disclosed during the review, evaluation, discussion, or negotiation process. Once award notice is posted, all proposals, successful and unsuccessful, become available for public inspection. Those sections that the Offeror asserts are confidential and/or proprietary should be identified by the Offerors and may be excluded from access.

11. The Procurement Officer or an evaluation committee reserves the right to determine what is in the best interest of the State for purposes of reviewing and evaluating proposals submitted in response to the RFP. The Procurement Officer or an evaluation committee will conduct a comprehensive, fair and impartial evaluation of proposals received in response to the RFP.

12. The RFP, any addenda issued, and the successful Offeror's proposal shall become a part of the contract. All proposals shall become the property of the State of Hawaii.

Page 4: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

13 ATTACHMENT 6 - Glossary of Terms and Acronyms Specific to this RFP

ATTACHMENT 6 91 RFP-13-021-O

Page 5: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

GLOSSARY OF TERMS AND ACRONYMS

STANDARD TERMS AND ACRONYMS AG Department of the Attorney General, State of Hawaii BAFO Best and Final Offer CA Contract Administrator CCITT Center for the Commercialization of Innovative

Transportation Technology CD Compact Disk CGA Contracting Government Agency CJI Criminal Justice Information CPO Chief Procurement Officer CSA CJIS Systems Agencies CSO CJIS Systems Officer DAGS Department of Accounting and General Services,

State of Hawaii DHS Department of Human Services, State of Hawaii DNS Domain Name Server DR Disaster Recovery EC Evaluation Committee FAQs Frequently Asked Questions GC General Conditions, form AG-008 dated: 4/15/2009 GET General Excise Tax GP General Provisions HAR Hawaii Administrative Rules HCE Hawaii Compliance Express HIePRO State of Hawaii eProcurement System HRS Hawaii Revised Statutes HST Hawaii Standard Time IBM International Business Machines ICSD Information and Communication Services Division,

DAGS IEEE Institute of Electrical and Electronics Engineers IFL Integrated Facility for Linux

ATTACHMENT 6 92 RFP-13-021-O

Page 6: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 6 93 RFP-13-021-O

IO Input/Output IP Internet Protocol IRS Internal Revenue Service IT Information Technology Judiciary Judiciary of the State of Hawaii Linux A Unix Operating System Variant LPAR Logical Partition NCJA Noncriminal Justice Agency NGN Next Generation Network; State of Hawai‘i’s high-

speed backbone providing connectivity to numerous State of Hawai‘i Departments and other government agencies

PPMO Planning and Project Management Office, ICSD, DAGS

Procurement The contracting officer for the State of Hawaii, State Officer Procurement Office RFP Request For Proposals SOH State of Hawaii SSB Systems Services Branch, ICSD, DAGS, SOH SPO State Procurement Office, DAGS, SOH State All agencies participating in this agreement STATE PM The designated IT lead manager or designee of the

State USPS United States Postal Service

Page 7: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions

ATTACHMENT 7 94 RFP-13-021-O

Page 8: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

1. Lease of Equipment Lessor agrees to lease to Lessee, and Lessee agrees to hire from Lessor, the equipment more fully described in the Approved Equipment Schedule attached here to (“Equipment”), and executed by the parties concurrently herewith and which may be, from time to time, hereafter executed by Lessee and accepted by Lessor.

2. Term of Lease The term of this Agreement, as to all Equipment designated on the Approved Equipment Schedule, shall commence on the Acceptance Date for the equipment, and shall continue for Sixty (60) months from the Acceptance Date. This Agreement may be terminated by either party giving the other written notice three (3) months prior to the termination date. Lessee’s notice of termination shall be mailed to the Lessor’s address listed on the Offer Form submitted as part of the Offeror’s proposal. Any notice of termination given by either party under this paragraph may not be revoked, without the written consent of the other party. Lessor’s notice of termination shall be mailed or delivered to Lessee’s Procurement Officer at:

State Procurement Office Department of Accounting and General Services 1151 Punchbowl Street, Room 416 Honolulu, HI 96813

3. Rental and Payment The monthly payment due from the Lessee to Lessor for the Equipment is set forth in the Approved Equipment Schedule. Rental shall begin on the Acceptance Date and shall be due and payable by the Lessee on the receipt of an invoice issued by the Lessor. If the Acceptance Date is not the first day of the calendar month, the first month’s rent shall be prorated from the Acceptance Date.

4. Delivery and Installation Lessor shall arrange for delivery of the Equipment to the installation site designated by the Lessee as specified and required by the RFP specifications. Lessee shall undertake, at its own expense, to prepare and make available the installation site for each unit of Equipment unless such preparation is a requirement of the Lessor to perform which includes, but is not limited to electrical work needed to “plug-in” Equipment to an electrical power source. After delivery, Lessor shall install or cause to be installed, the Equipment, subject to the requirements of this RFP. Upon installation, Lessor shall notify Lessee that the Equipment is installed and ready for use, the installation shall be deemed to be completed when after the Equipment and Software successfully complete Acceptance testing and the Lessee accepts the equipment as specified by the requirements of the RFP.

ATTACHMENT 7 95 RFP-13-021-O

Page 9: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

5. Shipment The rental payments shown on the Approved equipment Schedule attached hereto and all shipments made hereunder are F.O.B at the plant of each Equipment manufacturer identified in the Approved Equipment Schedule. All cost associated with shipment including but not limited to drayage and cost associated with shipment specified and required by this RFP shall be paid by the Lessor.

6. Title and Ownership All Equipment leased hereunder is and shall remain the property of Lessor or its assigns and Lessee’s interest therein is only that of Lessee. Lessee agrees that it will not pledge, loan, mortgage, or attempt in any manner to dispose of the Equipment or to suffer any liens, encumbrances, or legal process to be incurred or levied on the Equipment. Lessor may affix tags, decals or plates to the Equipment indicating Lessor’s ownership and Lessee shall not permit their removal or concealment. Lessor or its agents shall have free access to the Equipment upon request to leave during reasonable times during Lessee’s business hours for the purpose of inspection and for any other purpose of inspection and for any other purpose contemplated in the contract associated with this RFP. Lessor shall comply with all of Lessor’s security requirements.

7. Location of Equipment Lessee shall at times keep the Equipment in its sole possession and control. The Equipment shall not be moved from the State’s Computer Center without the prior written consent of Lessor which shall not be unreasonably withheld.

8. Maintenance and Repairs The Lessor shall include for the term of this lease, maintenance necessary to keep the equipment in good working order and condition and make all necessary adjustments, repairs, and replacements. Upon termination of this lease, Lessor shall, at its own expense, take possession of the Equipment and remove it from Lessee’s premises. The Lessee shall keep the Equipment in a facility with the stated capacity specified in the RFP associated with this lease.

9. Default and Repossession In the event that Lessee shall default in making any payment due or in performing any other obligation required to be performed by Lessee and if such default remains uncured for a period of thirty (30) days after written notice from Lessor, then Lessor shall have among its rights, the right to terminate this Contract and repossess the Equipment. In the event of termination, Lessor shall have the right to enter Lessee’s premise upon written notice to Lessee during the State’s normal business hours for the purpose of such repossession and Lessee herby consents to such entry.

ATTACHMENT 7 96 RFP-13-021-O

Page 10: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

10. Risk of Loss After the Equipment has been accepted by Lessee, Lessee shall take good care of the Equipment and shall be responsible for any loss or damage to the Equipment. During the term of this lease, Lessee shall, at its own expense, keep in effect an all risk policy covering the Equipment for not less than its original cost to Lessor, unless the State’s Risk Management Agency states this can be done. Lessor shall secure insurance for the Equipment during shipment to Lessee’s premises and until the Equipment has been accepted by Lessee.

11. Warranty Lessor warrants that the Equipment delivered hereunder shall be free from defects in material or workmanship for a period of ninety days (90) after the date of Acceptance. Lessor shall repair, or shall cause to be repaired, all Equipment subject to warranty. Lessor’s sole responsibility under the warranty shall be, at Lessor’s option, to either repair or replace any component which fails during the warranty period due to defect in workmanship and/or material. The above warranty is contingent upon the proper use of the Equipment and does not cover equipment which has been modified without Lessor’s approval, or which has been subjected to unusual physical or electrical stress, or on which the original identification marks have been removed. THE ABOVE IS A LIMITED WARRANTY AND IT IS THE ONLY WARRANTY MADE BY THE LESSOR. LESSOR MAKES AND LESSEE RECEIVES NO WARRANTY EXPRESS OR IMPLIED AND THERE IS EXPRESSLY EXCLUDED ALL WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. LESSOR SHALL HAVE NO LIABILITY WITH RESPECT TO ITS OBLIGATION UNDER THIS AGREEMENT FOR CONSEQUENTIAL, EXEMPLARY OR INCIDENTAL DAMAGES EVEN IF IT HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. THE STATED EXPRESS WARRANTY IS IN LIEU OF ALL LIABILITIES OR OBLIGATIONS OF LESSOR FOR DAMAGES ARISING OUT OF OR IN CONJUNCTION WITH THE DELIVERY, USE OR PERFORMANCE OF THE EQUIPMENT.

12. Quiet Possession Lessor agrees that Lessee shall quietly possess the Equipment subject to and in accordance with the provisions hereof so long as Lessee is not in default hereunder.

13. Infringement Indemnity The Lessor agrees to the provisions of the General Conditions of the State of Hawaii, or GC as identified in the RFP Section 1.1, Terms and Acronyms Used Herein, including but not limited to GC Paragraph 7,

ATTACHMENT 7 97 RFP-13-021-O

Page 11: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

Indemnification and Defense; 8, Cost of Litigation, 26, Ownership Rights and Copyright; and 33, Patented Articles.

14. Taxes Lessee shall, in addition to the other amounts payable under this Agreement, pay all sales and other taxes, federal, state, or otherwise, however designated which are levied or imposed by reason of the transaction contemplated by this Agreement. Without limiting the foregoing, Lessee shall promptly pay to Lessor an amount equal to any such items actually paid, or required to be collected or paid by Lessor.

15. Termination Lessor shall have the right to terminate this Agreement: (a) Upon ninety (90) days’ written notice in the event that Lessee, its

officers or employees violates any provision of this Agreement including, but not limited to, payment;

(b) In the event Lessee terminates or suspends its business; (c) In the event Lessee becomes insolvent, makes an assignment for the

benefit of creditors, suffers or permits the appointment of a receiver, trustee in bankruptcy, or similar official for any substantial part of its business or assets;

(d) In the event Lessee shall avail itself of or become subject to any bankruptcy proceeding under the Federal Bankruptcy Code or any statute or any state relating to insolvency or the protection of the rights of creditors.

16. General 16.1 Modification This Lease may not be modified or altered except by a written instrument duly executed by both parties. 16.2 Governing Law This Lease and performance hereunder shall be governed by and construed in accordance with the laws of the State of Hawai’i. Any and all proceedings relating to the subject matter hereof shall be maintained in the State courts of competent jurisdiction in Honolulu, Hawai’i. 16.3 Enforceability If any provision of this Lease shall be held to be invalid, illegal or unenforceable, the validity and enforceability of the remaining provisions shall in no way be affected or impaired thereby. 16.4 Assignment The Lessee may not assign without the prior written consent of the Lessor, which shall not be unreasonably withheld, its rights, duties or obligations

ATTACHMENT 7 98 RFP-13-021-O

Page 12: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 7 99 RFP-13-021-O

under this Agreement to any person or entity, in whole or in part. The transfer of the equipment to any other department or agency of the State, to be used as described in the RFP, will not constitute an assignment requiring Lessor’s consent. 16.5 No Waiver The waiver or failure of either party to exercise in any respect any right provided herein shall not be deemed a waiver of any further right hereunder. 16.6 General Conditions The Lessor agrees that GC as included by the RFP is made part of the lease.

Page 13: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

15 ATTACHMENT 8 - Part H: DHS Inclusions

ATTACHMENT 8 100 RFP-13-021-O

Page 14: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

DHS Detailed Hardware Configuration Product Description QTY

2096-R07 IBM System z9 Business Class 1

0084 HMC w/Dual EN 1

0089 SE-Ethernet Switch 1

0114 Cargo Cage Airflow Cd 17

0155 Orbit CEC 1

0160 Fan-out Card 2

0161 MBA Fan-out Airflow 6

0323 STI-A8 Card Mother 2

0325 STI-MP Card Daughter 4

0870 Crypto Express2-1P 2

1115 Model R07 1

1508 8 GB Memory Card 8

2323 16 Port Escon 3

2324 ESCON Channel Port 9

2908 64GB LICC Enabled Memory 1

3067 Support Element w/ Dual E 2

3322 FICON Express4 SX 2

3364 OSA-Express2 GbE LX 2

3366 OSA-Express2 1000BASE-T E 4

3863 CPACF Enablement 1

4937 1-Way Processor J01 1

5837 J01 Capacity Marker 1

6094 17 inch Flat Panel 1

7849 CP-J 1

7866 IFL 2

8987 14 ft 250v 3 PH Cord 1

9967 Site Tool Kit 1

2424-931 System Storage DS8100 1

0031 R6 Capable Indicator 1

0700 OEL Indicator 1

0702 FICON Attach Indicator 1

0720 PTC Indicator 1

0805 5.1 to 10.0 TB capacity 1

ATTACHMENT 8 101 RFP-13-021-O

Page 15: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

0900 Non-Standby CoD 1

0934 IBM System z Indicator 1

1050 Battery Assembly 2

1090 Line Cord (us/LA/AP/Canada) 1

1100 Management Console Internal 1

1210 Disk Enclosure 2

1211 Disk Drive Cable Group 1 1

1300 I/O Enclosure 2

1312 RIO-G Cable Group 2 1

1410 50 um Fiber Cable (LC) 8

2216 146 GB 15K Drive Set 4

3011 Device adapter Pair 1

3113 4GB SW FCP/FICON Adapter 2

4011 16 GB Processor Memory 1

7003 OEL – 10 TB Indicator 1

7090 OEL – FICON/ESCON indicator 1

7203 PTC – 10 TB indicator 1

9090 AC Voltage: 200V- 240V 1

9100 MC Keyboard – US English 1

399-LFA DS8000 Function Authorization 1

0934 IBM z System Indicator 1

7003 OEL – 10 TB Unit 1

7090 FICON Attachment 1

7203 PTC – 10 TB Unit 1

2805-MC2 System Storage Productivity 1 Center

0018 TotalStorage Productivity 1 Center order via AAS

1170 Power Cord, Standard Rack 1

1171 Power Cord, Group 1, USA, Can 1 BRA, JPN, MEX, PHL, SAU, TWN

9100 Console Keyboard/Display/Drawer 1

5608-B01 IBM TotalStorage Productivity 1 Center Basic Edition V3.3.1

0001 per Servers 1

5809 CD-ROM Multilingual 1

ATTACHMENT 8 102 RFP-13-021-O

Page 16: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

5608-B02 IBM TotalStorage PCBE 1Yr SW 1 Maintenance Registration/Renewal

0001 Per Servers SW Maintenance 1 No Charge Registration

3584-L23 TS3500 Tape Library 1

1461 Additional LC/LC Patch Panel Cable 6

1513 3592 Fibre Drive Mounting Kit 6

1643 Intermediate Capacity on demand 1

1644 Full Capacity on Demand 1

1690 Advanced Library Management System 1

2710 Remote Support Facility 1

2715 Console Attachment 1

8802 3592 Cleaning Cartridge 2

9217 Attach 3953 LM 1

9680 Plant Install 3592 E05 in 3584 6

9700 No Host Cables From Plant 1

9900 Encryption Configuration 1

9972 Dual 4.3 Pwr Cord Non-Watertight 1

3592-C06 TS1120 Tape Controller 1

2715 Console Attachment 1

3441 FICON SW Attachment 2

3478 Dual Ported Fibre Adapters 1

9000 zSeries ESCON/FICON Attach 1

9478 3592 Drive Attach to C06 1

9595 CU Encryption Configuration/Plant 1

9762 50-Micron LC/LC Fibre 31m Cable 2

9888 Plant Install C06 in 3953-F05 1

3592-E05 IBM TS1120 Tape Drive 6

6013 13 Meters LC/LC Fibre Channel Cable 12

9000 zSeries ESCON/FICON 6

9592 Encryption Capable – Plant 6

9677 Plant Install 3592 in 3584 6

3953-F05 IBM TotalStorage Library Controller 1 Frame

1903 Dual AC Power 1

1904 Redundant AC Power 1

ATTACHMENT 8 103 RFP-13-021-O

Page 17: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

2721 TS3000 Console 1

3488 4GB Fibre Channel Switch 2

4888 FC Switch Mount Kit 1

5505 Base User Interface 1

5510 Plant Install KVM Switch 1

5879 Plant Install 3592-C06 1

9954 NEMA L6-30 Power Cord 1

3953-L05 IBM TotalStorage Library Manager 1

9048 Library Manager Performance 1 Enhancement – Plant

9065 Plant Install 3953 L05 1

ATTACHMENT 8 104 RFP-13-021-O

Page 18: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

SOFTWARE Operating System Software

5694A01 z/OS Vx Base

5694A01 z/OS Vx Infoprint Server

5694A01 z/OS Vx RMF

5694A01 z/OS Vx SDSF

5694A01 z/OS Vx Security Server

IBM Middleware and Third Party Software Listing IBM Middleware Enterprise COBOL (IBM Enterprise License Agreement)

CICS Transactions Serve (IBM Enterprise License Agreement)

PSF (IBM Enterprise License Agreement)

NETVIEW (IBM Enterprise License Agreement)

ISPF

SMP/E

ASSEMBER H

TSO E

DFSMS/MVS

RACF

ACF/VTAM

ACF/NCP

ACF/SSP MVS

Third Party Software

ADAPREP OS/MVS SPL

MNT FAST PACK PROG PROD SEA

FDR/DSF INNOVATION

KOMMAND PACE TECH.

ONLINE HELP FACILITY SDS

AUTOMONITOR/CICS MVS UNICOM

MONITOR ASG

CICS/AUTOINSTALL MCKINNEY

SUSE for zLinux Novell

Connect: Direct Sterling Software

N2O Treehouse Software

Securitre Treehouse Software

ATTACHMENT 8 105 RFP-13-021-O

Page 19: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 8 106 RFP-13-021-O

CA Products Unicenter CA-APAS Insight Monitor for Adabas

BrightStor CA-Dynam /TLMS Tape Management

Advantage CA-Earl

Advantage CA-InterTest for CICS

Advantage CA-Optimizer /II

AllFusion CA-Panvalet

AllFusion CA-Panvalet Option for ISPF

Unicenter CA-PLEU Protection Log Extract Utility for Adabas

Unicenter CA-Scheduler Job Management

Unicenter CA-Sort

Unicenter CA-SRAM

Unicenter CA-SYSVIEW Realtime Performance Management

EasyProclib

TELEVIEW

SAGA Software Event Replicator

ADABAS

ADABAS Online Services

Natural version

Natural Security

Predict

Event Replicator for ADABAS

Entire-X Communicator

Page 20: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

16 ATTACHMENT 9 - Part I: ICSD Inclusions

ATTACHMENT 9 107 RFP-13-021-O

Page 21: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ICSD Detailed Hardware Configuration Product Description QTY

2096-R07 IBM System z9 Business Class 1

0084 HMC w/Dual EN 2

0089 SE-Ethernet Switch 1

0114 Cargo Cage Airflow Cd 20

0155 Orbit CEC 1

0160 Fan-out Card 2

0161 MBA Fan-out Airflow 6

0323 STI-A8 Card Mother 2

0325 STI-MP Daughter 4

1115 Model R07 1

1504 4GB Memory Card 4

2323 16 Port ESCON 6

2324 ESCON Channel Port 22

2699 Memory Airflow 4

2902 16GB LICC Enabled Memory 1

3067 Support Element w/Dual E 2

3318 FICON Expresse4-2C SX 2

3366 OSA-Express2 1000BASE-T E 2

3863 CPACF Enablement 1

4922 2-Way Processor F02 1

5822 F02 Capacity Marker 1

6094 17 inch flat panel 2

7845 CP-F 2

7866 IFL 2

8987 14 ft 250v 3 PH Cord 1

9967 Site Tool Kit 1

2424-931 System Storage DS8100 1

0700 OEL Indicator 1

0702 FICON Attach Indicator 1

0720 PTC Indicator 1

0780 PAV Indicator 1

0805 5.1 to 10.0 TB Capacity 1

0900 Non-Standby CoD 1 ATTACHMENT 9 108 RFP-13-021-O

Page 22: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

0934 IBM System x Indicator 1

1050 Battery Assembly 2

1055 Extended PLD 1

1090 Line Cord (US/LA/AP/Canada) 1

1100 Management Console Internal 1

1210 Disk Enclosure Pair 2

1211 Disk Drive Cable Group 1 1

1300 I/O Enclosure Pair 2

1312 RIO-G Cable Group 2 1

1410 50 um Fibre Cable (LC) 8

1801 RM Ethernet Adapter Pair 1

2216 146 GB 15K Drive Set 3

2999 Disk Enclosure Filler 1

3011 Device Adapter 1

3113 4GB SW FCP/FICON Adapter 2

4011 16 GB Processor Memory 1

7003 OEL – 10 TB Indicator 1

7090 OEL – FICON/ESCON indicator 1

7203 PTC – 10 TB indicator 1

7803 PAV – 10 TB indicator 1

9090 AC Voltage: 200V – 240V 1

9100 MC Keyboard – US English 1

2399-LFA DS8000 Function Authorization 1

0934 IBM System z Indicator 1

7003 OEL – 10 TB Unit 1

7090 FICON Attachment 1

7203 PTC – 10 TB Unit 1

7803 PAV – 10 TB Unit 1

2028-E09 McData EFCM 9.0 1

7379 EFCM Enterprise – 1 year m&S 4 Extension

8033 EFCM Enterprise Base (New) 1

2109-C36 IBM TotalStorage Cabinet C36 1

9240 Quantity of 2109-M48 Installed 1 In C36

ATTACHMENT 9 109 RFP-13-021-O

Page 23: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

9300 U.S. English 1

9800 Single Phase (US.Canada) Cord 1

2109-M48 IBM TotalStorage SAN256B – 256 1 Port

2414 4 Gbps SW SFP Transceiver – 4 16 Pack

3432 32port 4 Gbps M48 Switch Blade 2

5425 Fiber Cable LC/LC 25m 50u 16 Multimode – 4 Pack

7840 M48 Two Additional Power 1 Supplies

9241 First M48 Installed in 2109-C36 1

2805-MC2 System Storage Productivity 1 Center

0017 TotalStorage Productivity 1 Center order via PA

1170 Power Cord, Standard Rack 1

1171 Power Cord, Group 1, USA, CAN 1 BRA, JPN, Mex, PHL, SAU, TWN

9100 Console Keyboard/Display/Drawer 1

34600 Optica 34600 FXBT ESCON to 60

149510-040 Bus/Tag Y-cable 78pin to Bus/Tag 56 Converter

02-JJ-6P-13M MTRJ-MTRJ jumper, 62.5 micron, 56 Plenum, 13 meters (43ft)

34621 19in Converter rack mounting 7 Assembly (holds up to 8 converters)

34623 Rack mounting bracket for 34600 56 (one required for each 34600)

34627 Rack extender bracket – pair (for 7 23in or 24in rack mounting)

149515 78pin D-shell turnaround plug for 2 Parallel wrap testing

POWER-8 8-position power strip, rack 7 Mountable, 15amp

3584-L23 TS3500 Tape Library 1

1515 3592 Fibre Drive Mounting Kit 4

1643 Intermediate Capacity on Demand 1

1690 Advanced Library Management System 1

ATTACHMENT 9 110 RFP-13-021-O

Page 24: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

1950 Power Distribution Unit 1

2710 Remote Support Facility 1

2715 Console Attachment 1

4871 TS7700 BE SW Mounting Hardware 1

4872 TS7700 BE 4Gb Switch 1

9217 Attach to 3953 LM/TS7700 1

9683 Plant Install 3592 E06 in 3584 4

9700 No Host Cables From Plant 1

9900 Encryption Configuration 1

9954 Nema L6-30 Power Cords 1

3592-E06 IBM TS1130 Tape Drive 4

9000 zSeries ESCON/FICON Attach 4

9677 Plant Install 3592 in 3584 4

3952-F05 Tape Frame 1

1903 Dual AC Power 1

1904 Redundant AC Power 1

2732 TS3000 System Console 1

2733 Internal Modem 1

5628 Plant Install 3957-V06 1

5640 Plant Install 3956-CC8 1

5759 Integrated Control Path 1

7312 TS7700 Base Frame 1

9954 NEMA L6-30 Power Cord 1

3956-CC8 TS7740 Cache Controller 1

7123 9.6 TB Fibre Storage 1

9352 Plant Install in F05 1

3957-V06 TS7740 Virtualization Engine 1

203 50 Micron LC/LC 31 Meter 2

1032 1Gb Grid Dual Port Copper Connection 2

2715 Console Attachment 1

3441 FICON Short Wavelength Attachment 2

5240 Dual Port FC HBA 1

5267 1 TB Cache Enablement 1

5268 100 MB/sec Increment 1

9000 Mainframe Attachment 1 ATTACHMENT 9 111 RFP-13-021-O

Page 25: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

9219 TS3500 Attach 1

9350 Plant Install V06 in F05 1

9461 8GB Memory Upgrade - Plant 1

9900 Encryption Configuration 1

2096-R07 IBM System z9 000008C82 1 Business Class

3318 FICON Express4-2C SX 1

3745 Communications Controller 1

ATTACHMENT 9 112 RFP-13-021-O

Page 26: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

Software Database Related Software on the mainframe

Database Software Vendor Latest Version Version Installed

Natural SoftwareAG 8.2.2.2 4.2.7

Adabas Online System (AOS) SoftwareAG 8.2.4.1 8.2.4

Adabas Replicator SoftwareAG 3.3.2.1 3.3.2.1

Natural Construct SoftwareAG 5.3.1.0 5.3.1.0

Entirex Communicator SoftwareAG 8.2.2.0 8.1.1

Natural Optimizer Compiler SoftwareAG 8.2.2.0 4.2.7

Natural Security SoftwareAG 8.2.2.3 4.2.7

Predict SoftwareAG 4.6.1.11 4.6.1

Securitre TREEHOUSE Strv412 STRV412

N20 TREEHOUSE V5.2.1 fixc V521FIXC

DPS TREEHOUSE V5.1.1 fix E V511 FIXD

DB2 for z/OS IBM 10.1.0 8.1.0

DB2 Utilities Suite for z/OS IBM 10.1.0 8.1.0

QMF Classic Edition IBM 9.1.0 8.1.0

DB2 Query Management Facility for z/OS IBM 10.0.0 N/A

DB2 High Performance Unload for z/OS IBM 3.2.0 4.1.0

Tivoli OMEGAMON XE for DB2 Performance Expert on z/OS IBM 5.1.0 4.1

Software Currently Included With Lease 5694-A01 Z/OS V1 Base

5694-A01 GDDM PGF Feature

5694-A01 GDDM REXX Feature

5694-A01 RMF Feature

5694-A01 SDSF Feature

5694-A01 Security Server Feature

5655-G53 Enterprise Cobol z/OS&OS/390 AF

ATTACHMENT 9 113 RFP-13-021-O

Page 27: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

5655-018 CICS TS V2.2

5668-738 ACF/NCP V5 Tier 4

5668-854 ACF/NCP V4

5675-DB2 DB2 V7 UDB Server OS/390

5675-DB2 DB2 V7 QMF Feature

5688-197 IBM COBOL for MVS & VM(alt)

5697-B82 TME10 NETVIEW OS/390 (PSO)

Software Currently operational on IBM Mainframe TMON Allen Systems Group

Jobscan Allen Systems Group

Code-1 Pitney Bowes

PL/1 IBM

TSO PCF IBM

HIS (HOD) IBM

FDR Innovation Data Products

FDRCrypt Innovation Data Products

CICS Autoinstall MacKinney

Listcat MacKinney

CICS MAPR MacKinney

JSF Log MacKinney

KWIK-KEY MacKinney

PACE KOMMAND

SAS SAS

COBOL Report Writer SPC

SUSE for zLinux Novell

Automon CICS Unicom

HourGlass IBM

CCCA IBM

DCD III Marble Computer

MVS/Quick Ref Chicago Soft

XPAF Xerox

Computer Associates Software CA APAS (EOL)

CA SORT (EOL)

CA PLEU (EOL) ATTACHMENT 9 114 RFP-13-021-O

Page 28: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 9 115 RFP-13-021-O

CA TLMS

CA EARL

CA InterTest

CA Optimizer II

CA Panvalet

CA Scheduler

CA SPOOL

CA SPOOL Print Management Interface for MAS

CA SPOOL Print Management Option for VPI

CA SRAM

CA Sysview

CA Vision: Results

CA SPOOL Print Management Interface for Natural

CA Datacom

CA CAS9

CA Panvalet/ISPF

Novell SUSE for zLinux

Page 29: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

17 ATTACHMENT 10 - Part J: JUDICIARY Inclusions

ATTACHMENT 10 116 RFP-13-021-O

Page 30: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

Judiciary Detailed Hardware Configuration Product Description QTY

2096-R07 IBM System z9 Business Class 1

0084 HMC 1

0089 SE-Ethernet Switch 1

0114 Cargo Cage Airflow Cd 25

0155 Orbit CEC 1

0160 Fan-out 2

0161 MBA Fan-out Airflow 6

0323 STI-A8 Card Mother 1

0325 STI-MP Card Daughter 2

1115 Model R07 1

1502 2 GB Memory Card 8

4 GB Memory Card (IFL) 2

2323 16 Port ESCON 2

2324 ESCON Channel Port 6

2699 Memory Airflow 4

2901 8 GB LICCC Enabled Memory 1

3067 Support Element w/ Dual E 2

3322 FICON Express4 SX 2

3366 OSA-Express2 1000BASE-T 2

4909 1-Way Processor C01 1

5809 C01 Capacity Marker 1

6094 17 inch flat panel 1

7842 CP-C 1

7866 IFL 1

8987 14 ft 250v 3 PH Cord 1

9967 Site Tool Kit 1

34600 Optica 34600 FXBT ESCON to Bus/Tag 10 Converter

149510 Bus/Tag Y-cable, 78pin to Bus&Tag, 10 15ft

02-JJ-6P-13M MTRJ-MTRJ jumper, 62.5 micron, 10 Plenum, 13 meters (43 ft)

34621 19in converter rack mounting 2 Assembly (holds up to 8 converters)

ATTACHMENT 10 117 RFP-13-021-O

Page 31: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

34623 Rack mounting bracket for 34600 10 (one required for each 34600)

34625 Rack mounting filler plate 6 (one for each unused slot)

CAB-30 30inHX24inWX32inD Cabinet, holds 1 Up to 15 converters

POWER-8 8-position power strip, rack mountable 2 15amp

2101-200 STORAGE SOLUTIONS SYSTEMS 1

9006 INTEGRATE WITH DS6000/DS6800 Products Integrated in 2101-200 Rack 1

9188 SIDE MOUNT 1-PHASE PDUS-BASE 1

9300 LANGUAGE GROUP – US ENGLISH 1

9854 PWR CORDS, 1-PH NEMA L6-30 1

1750-522 IBM SYSTEM STORAGE DS6800 1

0603 3YR EXT WARRANTY INDICATOR 1

0800 INTEGRATE IN 2101-200 RACK 1

0947 OTHER OS 1

1211 MODEM COUNTRY GROUP M01 1

1320 SHORT WAVE SFP PAIR 2

1355 31M 50 MICRON LC – LC CABLE 4

2058 2GB -73 GB 15K DRIVE SET 2

2062 300 GB 15K Drive Set 2

2991 DISK DRIVE FILLER SET 2

5010 OEL – 1 TB 1

5210 PTC – 1 TB 1

5920 FICON ATTACHMENT 1

9019 ENGLISH TRANSLATION MATERIALS 1

1725-322 3yr ext warranty 1750-522 1

3592-C06 TS1120 Tape Controller 1

2720 TS3000 System Console 1

3062 Drive-to-Switch Cable/Rack 2

3441 FICON SW Attachment 2

3478 Dual Ported Fibre Adapters 1

4641 Install Controller in Rack 1

9000 zSeries ESCON/FICON Attach 1

ATTACHMENT 10 118 RFP-13-021-O

Page 32: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

9478 3592 Drive Attach to C06 1

9493 Direct Connect Drive/Plant 1

9595 CU Encryption 1 Configuration/Plant

9762 50-micron LC/LC Fibre 31m Cable 2

3592-E05 IBM TS1120 Tape Drive 1

4674 Install 3592 in RACK 1

4812 Right Drive Cradle in Rack 1

6013 13 Meter LC/LC Fibre Channel 1 Cable

9000 zSeries ESCON/FICON Attach 1

9592 Encryption Capable – Plant 1

9596 Encryption Configuration - 1

Plant

3592-E05 IBM TS1120 Tape Drive 1

4674 Install 3592 in Rack 1

4802 Right Drive Cradle in Rack 1

6013 13 Meter LC/LC Fibre Channel 1 Cable

9000 zSeries ESCON/FICON Attach 1

9592 Encryption Capable – Plant 1

9596 Encryption Configuration - 1 Plant

7014-T00 7014-T00 IBM RS/6000 Rack Model 1 T00

0205 Rack Content Specify: 1

3592/J1A/E05 – 10 EIA

6098 Side Panel For 1.8 or 2.0 Meter 2 Rack (Black)

6246 Front Trim Kit For 1.8 Meter 1 Rack (Black)

6654 7188/9188 PDU To 1 Wall,4.3M,24A,NEMA L6-30 Plug

9188 PDU Specify-Base/Side 1 Mount,Universal UTG0247 Connector

9300 US English Nomenclature 1

ATTACHMENT 10 119 RFP-13-021-O

Page 33: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

3745 Communication Controller 1

ATTACHMENT 10 120 RFP-13-021-O

Page 34: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

SOFTWARE Software Currently Included With Lease

Product Description

5648-A25 COBOL for OS/390 & VM V2R3

5648-063 ACF/NCP v7

5655-B17 PSF for Z/OS & OS/390 V3.4

5655-041 ACF/SSP Version 4 FOR MVS

5688-190 PPFA/370 V1

5688-191 IBM OGL/370 V1

5697-B82 Tivoli Netview for OS/390 V1

5697-E93 CICS TS for z/OS V2

5694-A01 Z/OS V1 Base V1.9

5694-A01 Z/OS V1 RMF

5694-A01 Z/OS V1 SDSF

5694-A01 Z/OS V1 Security Server

5694-A01 Z/OS V1 DFSMS DSS

5694-A01 Z/OS V1 DFSORT

5741-A05 z/VM Version 5 (V5.4)

Third Party Software COMPANY PRODUCT

Computer Associates CA PLEU V4.1

CA Top Secret Security V12

CA Spool V2R11

CA Spool Print Management Interface for HP Laser

CA Spool Print Management Option for VPI

CA Spool Print Management Interface for NJE

CA PANVALET V14.5

CA APAS / Insight Monitor for ADABAS V4.1

CA INTERTEST for CICS V7

CA Sort V7.1

Innovation Data FDR V5.4 Processing

ATTACHMENT 10 121 RFP-13-021-O

Page 35: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 10 122 RFP-13-021-O

Software AG ADABAS V7.4.4

NATURAL V4.1.4

NATURAL Security V4.1.4

Predict V4.4.1

Novell SUSE for zLinux

Page 36: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

18 ATTACHMENT 11 - Federal Requirements

IRS Required Contract Language for Technology Services

FBI Security Requirements

ATTACHMENT 11 123 RFP-13-021-O

Page 37: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

IRS REQUIRED CONTRACT LANGUAGE FOR TECHNOLOGY SERVICES I. PERFORMANCE: In performance of this contract, the contractor agrees to comply with and assume responsibility for compliance by his or her employees with the following requirements:

(1) All work will be done under the supervision of the contractor or the contractor's employees.

(2) Any return or return information made available in any format shall be used only for the purpose of carrying out the provisions of this contract. Information contained in such material will be treated as confidential and will not be divulged or made known in any manner to any person except as may be necessary in the performance of this contract. Disclosure to anyone other than an officer or employee of the contractor will be prohibited.

(3) All returns and return information will be accounted for upon receipt and properly stored before, during, and after processing. In addition, all related output will be given the same level of protection as required for the source material.

(4) The contractor certifies that the data processed during the performance of this contract will be completely purged from all data storage components of his or her computer facility, and no output will be retained by the contractor at the time the work is completed. If immediate purging of all data storage components is not possible, the contractor certifies that any IRS data remaining in any storage component will be safeguarded to prevent unauthorized disclosures.

(5) Any spoilage or any intermediate hard copy printout that may result during the processing of IRS data will be given to the agency or his or her designee. When this is not possible, the contractor will be responsible for the destruction of the spoilage or any intermediate hard copy printouts, and will provide the agency or his or her designee with a statement containing the date of destruction, description of material destroyed, and the method used.

(6) All computer systems receiving, processing, storing, or transmitting Federal tax information must meet the requirements defined in IRS Publication 1075. To meet functional and assurance requirements, the security features of the environment must provide for the managerial, operational, and technical controls. All security features must be available and activated to protect against unauthorized use of and access to Federal tax information.

(7) No work involving Federal tax information furnished under this contract will be subcontracted without prior written approval of the IRS.

(8) The contractor will maintain a list of employees authorized access. Such list will be provided to the agency and, upon request, to the IRS reviewing office.

(9) The agency will have the right to void the contract if the contractor fails to provide the safeguards described above.

II. CRIMINAL/CIVIL SANCTIONS: (1) Each officer or employee of any person to whom returns or return information is or may be disclosed will be notified in writing by such person that returns or return

ATTACHMENT 11 124 RFP-13-021-O

Page 38: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein, and that further disclosure of any such returns or return information for a purpose or to an extent unauthorized herein constitutes a felony punishable upon conviction by a fine of as much as $5,000 or imprisonment for as long as 5 years, or both, together with the costs of prosecution. Such person shall also notify each such officer and employee that any such unauthorized further disclosure of returns or return information may also result in an award of civil damages against the officer or employee in an amount not less than $1,000 with respect to each instance of unauthorized disclosure. These penalties are prescribed by IRC sections 7213 and 7431 and set forth at 26 CFR 301.6103(n)-1.

(2) Each officer or employee of any person to whom returns or return information is or may be disclosed shall be notified in writing by such person that any return or return information made available in any format shall be used only for the purpose of carrying out the provisions of this contract. Information contained in such material shall be treated as confidential and shall not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. Inspection by or disclosure to anyone without an official need to know constitutes a criminal misdemeanor punishable upon conviction by a fine of as much as $1,000 or imprisonment for as long as 1 year, or both, together with the costs of prosecution. Such person shall also notify each such officer and employee that any such unauthorized inspection or disclosure of returns or return information may also result in an award of civil damages against the officer or employee [United States for Federal employees] in an amount equal to the sum of the greater of $1,000 for each act of unauthorized inspection or disclosure with respect to which such defendant is found liable or the sum of the actual damages sustained by the plaintiff as a result of such unauthorized inspection or disclosure plus in the case of a willful inspection or disclosure which is the result of gross negligence, punitive damages, plus the costs of the action. These penalties are prescribed by IRC section 7213A and 7431.

(3) Additionally, it is incumbent upon the contractor to inform its officers and employees of the penalties for improper disclosure imposed by the Privacy Act of 1974, 5 U.S.C. 552a. Specifically, 5 U.S.C. 552a(i)(1), which is made applicable to contractors by 5 U.S.C. 552a(m)(1), provides that any officer or employee of a contractor, who by virtue of his/her employment or official position, has possession of or access to agency records which contain individually identifiable information, the disclosure of which is prohibited by the Privacy Act or regulations established thereunder, and who knowing that disclosure of the specific material is prohibited, willfully discloses the material in any manner to any person or agency not entitled to receive it, shall be guilty of a misdemeanor and fined not more than $5,000.

(4) Granting a contractor access to FTI must be preceded by certifying that each individual understands the agency's security policy and procedures for safeguarding IRS information. Contractors must maintain their authorization to access FTI through annual recertification. Theinitial certification and recertification must be documented and placed in the agency's files for review. As part of the certification and at least annually afterwards, contractors should be advised of the provisions of IRC Sections 7431, 7213, and 7213A (see Exhibit 6, IRC Sec. 7431 Civil Damages for Unauthorized Disclosure of Returns and Return Information and Exhibit 5, IRC Sec. 7213 Unauthorized Disclosure of Information). The training provided before the initial certification and annually thereafter must also cover the

ATTACHMENT 11 125 RFP-13-021-O

Page 39: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

incident response policy and procedure for reporting unauthorized disclosures and data breaches. (See Section 10) For both the initial certification and the annual certification, the contractor should sign, either with ink or electronic signature, a confidentiality statement certifying their understanding of the security requirements.

III. INSPECTION: The IRS and the Agency shall have the right to send its officers and employees into the offices and plants of the contractor for inspection of the facilities and operations provided for the performance of any work under this contract. On the basis of such inspection, specific measures may be required in cases where the contractor is found to be noncompliant with contract safeguards.

ATTACHMENT 11 126 RFP-13-021-O

Page 40: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

FBI REQUIREMENTS

5.12.1 Personnel Security Policy and Procedures 5.12.1.1 Minimum Screening Requirements for Individuals Requiring Access to CJI: 1. To verify identification, a state of residency and national fingerprint-based record checks shall be conducted within 30 days of assignment for all personnel who have direct access to CJI and those who have direct responsibility to configure and maintain computer systems and networks with direct access to CJI. When appropriate, the screening shall be consistent with: (i) 5 CFR 731.106; (ii) Office of Personnel Management policy, regulations, and guidance; and (iii) agency policy, regulations, and guidance. (See Appendix J for applicable guidance regarding noncriminal justice agencies performing adjudication of civil fingerprint submissions.) Federal entities bypassing state repositories in compliance with federal law may not be required to conduct a state fingerprint-based record check.

2. All requests for access shall be made as specified by the CSO. The CSO, or their designee, is authorized to approve access to CJI. All CSO designees shall be from an authorized criminal justice agency.

3. If a felony conviction of any kind exists, the hiring authority in the Interface Agency shall deny access to CJI. However, the hiring authority may ask for a review by the CSO in extenuating circumstances where the severity of the offense and the time that has passed would support a possible variance.

4. If a record of any other kind exists, access to CJI shall not be granted until the CSO or his/her designee reviews the matter to determine if access is appropriate.

5. If the person appears to be a fugitive or has an arrest history without conviction, the CSO or his/her designee shall review the matter to determine if access to CJI is appropriate.

6. If the person is employed by a NCJA, the CSO or his/her designee, and, if applicable, the appropriate board maintaining management control, shall review the matter to determine if CJI access is appropriate. This same procedure applies if this person is found to be a fugitive or has an arrest history without conviction.

7. If the person already has access to CJI and is subsequently arrested and or convicted, continued access to CJI shall be determined by the CSO. This does not implicitly grant hiring/firing authority with the CSA, only the authority to grant access to CJI.

8. If the CSO or his/her designee determines that access to CJI by the person would not be in the public interest, access shall be denied and the person's appointing authority shall be notified in writing of the access denial.

9. Support personnel, contractors, and custodial workers with access to physically secure locations or controlled areas (during CJI processing) shall be subject to a state and national fingerprint-based record check unless these individuals are escorted by authorized personnel at all times.

It is recommended individual background re-investigations be conducted every five years unless Rap Back is implemented.

ATTACHMENT 11 127 RFP-13-021-O

Page 41: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 11 128 RFP-13-021-O

5.12.1.2 Personnel Screening for Contractors and Vendors In addition to meeting the requirements in paragraph 5.12.1.1, contractors and vendors shall meet the following requirements:

1. Prior to granting access to CJI, the CGA on whose behalf the Contractor is retained shall verify identification via a state of residency and national fingerprint-based record check.

2. If a record of any kind is found, the CGA shall be formally notified and system access shall be delayed pending review of the criminal history record information. The CGA shall in turn notify the Contractor-appointed Security Officer.

3. When identification of the applicant with a criminal history has been established by fingerprint comparison, the CGA or the CJA (if the CGA does not have the authority to view CHRI) shall review the matter.

4. A Contractor employee found to have a criminal record consisting of felony conviction(s) shall be disqualified.

5. Applicants shall also be disqualified on the basis of confirmations that arrest warrants are outstanding for such applicants.

6. The CGA shall maintain a list of personnel who have been authorized access to CJI and shall, upon request, provide a current copy of the access list to the CSO.

Applicants with a record of misdemeanor offense(s) may be granted access if the CSO determines the nature or severity of the misdemeanor offense(s) do not warrant disqualification. The CGA may request the CSO to review a denial of access determination.

Page 42: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

19 ATTACHMENT 12 - Itemized List for Offerors Point Response

ATTACHMENT 12 129 RFP-13-021-O

Page 43: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ITEMIZED LIST FOR OFERORS POINT RESPONSE Offerors are required to provide additional details as specified below. In addition, all references to Proposal Sections are to RFP Section 3.19 PROPOSAL FORMAT SPECIFIC TO THE STATE’S REQUIREMENTS. 1 Section 1 (in its entirety)

The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

5 Section 5 (in its entirety) The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

6 Section 6 (in its entirety) The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

1.10 On Site Visit The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

2.1 Project Overview, Background and Purpose The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

2.5 General Installation The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

ATTACHMENT 12 130 RFP-13-021-O

Page 44: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

2.5.3 Services The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

2.5.4 Documentation The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

2.5.5 Maintenance The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

2.7 Project Manager The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

2.8 Quality of Equipment The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

2.9 Delivery Requirements The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

2.10 Maintenance Requirements The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should

ATTACHMENT 12 131 RFP-13-021-O

Page 45: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 12 132 RFP-13-021-O

be stated as “Exception taken” and include the exception in the Proposal Section 10.

2.16 Multiple Part Response The Offeror shall state their acceptance of the requirements detailed in this RFP section or provide information on the conditions of their acceptance. If the Offeror takes exception to this requirement, it should be stated as “Exception taken” and include the exception in the Proposal Section 10.

Page 46: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

20 ATTACHMENT 13 - Proposal Cost Worksheet Evaluation

ATTACHMENT 13 133 RFP-13-021-O

Page 47: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 13 134 RFP-13-021-O

PROPOSAL COST WORKSHEET EVALUATION Offerors shall have read the RFP Section 2.24 KNOWLEDGE AND SKILLS REQUIREMENTS. This table is provided only to provide information on the evaluation process.

No. Experiences (Knowledge, Skills, and Abilities) Max Points

Declared Experience

Calculated Points

CICS Transaction Server: Provide the number and version/release of software Offeror has experience with.

zOS: Provide the number of years Offeror has experience with.

SMP: Provide the number of years Offeror has experience with.

Hardware: Provide the number of years Offeror has experience with.

HMC: Provide the number of years Offeror has experience

Disaster Recovery: Provide the number of years Offeror has experience with.

Other Specific Knowledge Skills and Abilities (RFP Section 2.24.4)

Page 48: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

21 ATTACHMENT 14 - Sample Proposal Table of Contents

ATTACHMENT 14 135 RFP-13-021-O

Page 49: 12 ATTACHMENT 5 - Overview of the RFP Process · USPS United States Postal Service . 14 ATTACHMENT 7 - State Of Hawaii Lease Terms and Conditions . ATTACHMENT 7 94 RFP-13-021-O .

ATTACHMENT 14 136 RFP-13-021-O

Sample Proposal Table of Contents

1. Offer Form 2. Executive Summary 3. Firm’s Experience and Capability

a. Necessary Skills and Experience b. References c. Support Hours

4. Project Organization and Staffing a. Staffing b. Subcontractor c. Project Organization

5. Technical Solution a. Understanding of Requirements b. Maintenance and Support to be Provided c. Equipment d. Assumptions e. Potential Problems and Constraints f. Diagrams g. Project Plans and Schedule h. Point Response

6. Cost a. Proposal Cost Worksheet b. Supporting Documentation or Information

7. Lease Proposal 8. Technical Information 9. Litigation 10. Exceptions 11. Confidential Information (Submit as a separate file in HIePRO) 12. Attachments

Attachment A – Technical Information Required Attachment B – Offeror Attachments