Request for Quotes CHSB2008-002

Commonwealth of Massachusetts

Integrated Criminal Justice Information System (iCJIS) Mainframe Reduction Project

The Commonwealth of Massachusetts

EXECUTIVE OFFICE OF PUBLIC SAFETY and SECURITY

CRIMINAL HISTORY SYSTEMS BOARD

200 Arlington Street, Suite 2200, Chelsea, Massachusetts 02150

Request For QUOTES (RFQ)

CHSB2008-002

Commonwealth of Massachusetts

Integrated Criminal Justice Information System (iCJIS)

iCJIS Mainframe Reduction Project

issued: April 15, 2008

This Request for Quotes and all responses hereto, incluDing the winning bid, shall become public record as of the date the contract referenced herein is awarded and can be obtained from the Criminal History System Board by sending an e-mail to

POINT OF CONTACT:

Tracy Varano

Senior Project Manager

Criminal History Systems Board

200 Arlington Street, Suite 2200

Chelsea, MA 02150

Telephone: (617) 660-4731

Facsimile: (617) 660-4613

E-mail:

SECTION 1 – PURPOSE OF THIS PROCUREMENT 3

Executive Summary 3

Current Massachusetts CJIS Mainframe Environment 3

SECTION 2 – ACQUISITION METHOD TO BE USED FOR THIS CONTRACT 5

SECTION 3 – REQUEST FOR SINGLE OR MULTIPLE CONTRACTORS 5

SECTION 4 – USE OF THIS PROCUREMENT BY SINGLE OR MULTIPLE DEPARTMENTS 5

SECTION 5 – TOTAL ANTICIPATED DURATION OF CONTRACT + RENEWAL OPTION 5

SECTION 6 – TOTAL ANTICIPATED EXPENDITURES FOR DURATION OF THE CONTRACT 5

SECTION 7 – CONTRACT AND PERFORMANCE SPECIFICATIONS 7

Procurement Initiatives 7

Technologies to be used on this project 8

SECTION 8 – INSTRUCTIONS FOR SUBMISSION OF RESPONSES 10

SECTION 9 – DEADLINE FOR RESPONSES 12

SECTION 10 – RESPONSE FORMAT 13

SECTION 11 –RESPONSE EVALUATION 15

SECTION 12 – INFORMATION TECHNOLOGY (IT) STANDARDS 16

SECTION 13 – FINANCIAL TERMS 21

SECTION 14 – BACKGROUND CHECK REQUIREMENTS 22

SECTION 15 – MAINTENANCE AND SUPPORT 22

Procuring Department: / Criminal History System Board (CHSB)
Address: / 200 Arlington Street, Suite 2200, Chelsea, Massachusetts 02150
RFQ File Name: / ICJIS Mainframe Reduction Project
RFQ File Number: / CHSB2008-002
RFQ Point of Contact: / Tracy Varano
Telephone Number: / (617) 660-4731
Facsimile Number: / (617) 660-4613
E-mail Address: /

SECTION 1 – PURPOSE OF THIS PROCUREMENT

Executive Summary

The Criminal History Systems Board (CHSB) seeks to engage a qualified vendor from the statewide contract(s) ITS23 or ITS33 to assist the CHSB in its efforts to reduce the volume of transactions against its Criminal Justice Information System (CJIS) Unisys mainframe computer environment by re-engineering CJIS Web transactions and re-directing these messages and responses to alternative in-place systems/interfaces.

The goal of this effort is to reduce the total number of monthly mainframe transactions from approximately 24 million to 14 million. It is expected that by redirecting CJIS Web inquires and response away from the mainframe, the processing demands of the mainframe CPU will lessen dramatically.

The CHSB has identified a set of software engineering tasks and services the selected vendor must undertake and complete to assist the CHSB with meeting its goal of reducing the transaction volume.

All services must be completed, tested and implemented no later than September 12, 2008. There will be no exceptions.

Request for Quotes (RFQ) responses are due to the CHSB Tuesday, May 6, 2008, no later than 12:00 p.m. EDT.

Current Massachusetts CJIS Mainframe Environment

The backbone of the CJIS is a Unisys NX5800 model mainframe computer which is approximately eight (8) years old. The underlying software is approximately 800,000 lines of Common Business Oriented Language (COBOL) and Algorithmic Language (ALGOL) programming code some of which dates back to the late 1970’s and early 1980’s. About 600,000 lines of this COBOL code have been created over the last 20 years, much of which generated with a 4th generation COBOL generator. There are about 120 programs that represent the core transactions, and a few hundred support programs that maintain the underlying infrastructure.

The Criminal Offender Record Information (CORI) or Board of Probation (BOP) file is the primary operational CJIS database and is maintained in the proprietary Unisys DMS II database environment. The CORI database comprises a copy of the Criminal Activity Record Information (CARI) file and custodial offender records provided by the Department of Correction (DOC), Massachusetts Parole Board (MPB), Sex Offender Registry (SOR), the Department of Youth Services (DYS) and the U.S. Probation and Parole Service (USPPS). The CORI file is updated nightly from a File Transfer Process (FTP) batch process from the Massachusetts Administrative Office of the Trial Court (AOTC).

Additional data sources include the Massachusetts Registry of Motor Vehicles (RMV) driver and vehicle registration files, the Federal Bureau of Investigation (FBI) National Crime Information Center (NCIC) database and other state’s criminal, driver’s and vehicle files via National Law Enforcement Telecommunications System (Nlets). The CHSB has established Transmission Control Protocol (TCP)/Internet Protocol (IP) and IBM MQ series gateway server functionality to the NCIC, NLETS and the RMV, as well as web services to NLETS for several functions.

The CJIS enterprise application provides law enforcement users access to state and national criminal justice information systems via a terminal emulation environment to the mainframe and more recently a JAVA-based web-browser interface was deployed. The CJIS interfaces to four (4) major data sources: NCIC; NLETS; RMV and the AOTC.

The CJIS contains application logic (Q2 message key) that bundles a series of queries (vehicle, person, vehicle and person, VIN number …etc.) and returns responses from the mainframe, the RMV database and the NCIC database. The current CJIS Web architecture leverages the Q2 application logic to run these bundled queries; however the architecture serializes the input and output through a “handler” process. The success of the CJIS Web has resulted in a dramatic increase to the volume of transactions, thus the processing demands of the mainframe has also increased.


SECTION 2 – ACQUISITION METHOD TO BE USED FOR THIS CONTRACT

The acquisition method for this contract is a Project Based Service Contract.

SECTION 3 – REQUEST FOR SINGLE OR MULTIPLE CONTRACTORS

The contract resulting from this procurement will be awarded to a single contractor. Public employees should refer to the State Ethics Commission’s Conflict of Interest Law, M.G.L. c. 268A, and their rules and regulations, and/or consult with the State Ethics Commission, prior to submitting a response to this RFQ.

SECTION 4 – USE OF THIS PROCUREMENT BY SINGLE OR MULTIPLE DEPARTMENTS

This procurement is being conducted for the exclusive use of the CHSB.

SECTION 5 – TOTAL ANTICIPATED DURATION OF CONTRACT + RENEWAL OPTIONS

The initial contract resulting from this RFQ is expected to run six (6) months with up to five (5) one (1) year options to renew, contingent upon available funding and the procuring needs of the department. This option can only be exercised if the awarded ITS23 vendor is subsequently approved on ITS33.

SECTION 6 – TOTAL ANTICIPATED EXPENDITURES FOR DURATION OF THE CONTRACT

This is a fixed-fee project with a maximum project all-inclusive cost. The vendor’s response must include a cost proposal for the total fixed-fee cost for the engagement and must also provide a detailed explanation of all of the charges included in the fixed fee.

Travel expenses may be incurred separately from the fixed-fee rate. However, please note that the proposed fixed-fee plus estimated travel expenses will together comprise the all-inclusive cost for this project. Estimated travel expenses, NOT including commuting to and from the State work site, must be included with the vendor’s response. No travel expenses will be reimbursed without the prior written approval of the iCJIS Project Manager.

Payments will be made as defined in the final statement of work between the CHSB and the selected vendor. It is critical that all work is completed, tested, implemented and accepted by the CHSB by September 12, 2008. In order to ensure vendors meet this requirement, the CHSB will hold back forty- percent of the total negotiated cost until accepted by the CHSB. As an example, if the total award is $1 million, the CHSB will hold back $400,000 until all of the deliverables have been accepted by the CHSB.

The CHSB reserves the option to ask for a Best and Final Offer (BAFO) of vendors.

SECTION 7 – CONTRACT DELIVERABLES

Procurement Initiatives

The focus of this project is to redirect all CJIS Web and CJIS Extensible Markup Language (XML) transactions from the Q2 mainframe application logic. The tasks listed below represent the steps that must be undertaken by the vendor to achieve this objective. CHSB programming and technical staff will manage and work in conjunction with vendor staff to meet the project deadline.

Initiative 1: Re-platform the legacy Unisys DMS II Criminal Offender Record Information (CORI) – Board of Probation (BOP) database.

The vendor must supply the nature and design of the new data source, and the nature and mechanism for updating and reconciling the new data source with updates from the Court’s CARI-BOP file and the other contributors, such as the DOC, MPB, DYS and others.

Associated Tasks:

A.  Identify business requirements to re-platform the CORI/BOP database;

B.  Develop existing mainframe CARI/BOP table load process and load data into new database environment;

C.  Develop daily CARI/BOP records synchronization process into new database environment;

D.  Identify business requirements for NEWCORI to be implemented;

E.  Develop existing mainframe table load process and load data in new database;

F.  Develop daily NEWCORI records synchronization process into new database such as DOC, MPB, DYS, Probation, and US Probation files; and

G.  Develop BOP web services.

Initiative 2: Redirect CJIS Web – BOP transactions from the CJIS mainframe environment to the newly staged CORI/BOP database environment

Associated Tasks:

A.  Identify Q2 CJIS message function business requirements to be implemented; and

B.  Develop Q2 CJIS message function application.

Initiative 3: Redirect CJIS Web RMV transactions from the CJIS mainframe environment to the established RMV MQ series gateway.

Associated Tasks:

A.  Identify driver history transaction requirements to be used by CJIS Web consumers using the RMV gateway and Q2 logic;

B.  Develop driver history transaction using existing RMV gateway to be used by CJIS Web consumers;

C.  Develop RMV portion of Q2 logic; and

D.  Develop driver history web services.

Initiative 4: Redirect CJIS NCIC and NLETS web transactions from the CJIS mainframe environment to the established NCIC/NLETS TCP/IP, MQ Series gateways and/or NLETS web services.

Associated Tasks:

A.  Identify CJIS NCIC and Nlets Q2 redirect requirements;

B.  Develop NCIC portion of Q2 logic;

C.  Identify Law Enforcement Agency Processing System (LEAPS) Q2 redirect requirements; and

D.  Develop LEAPS portion Q2 logic.

Initiative 5: Redirect CJIS Web Warrant Management System (WMS) transactions from the CJIS mainframe environment to the WMS XML web service.

Associated Tasks:

A.  Identify WMS redirect requirements;

B.  Develop WMS synchronization process with AOTC and CJIS mainframe; and

C.  Develop WMS web services

Initiative 6: Re-architect existing interface to CJIS Web applications and CJIS XML mobile environment using web services model.

Associated Tasks:

A.  Identify CJIS Web applications and CJIS XML mobile requirements Implement web services into CJIS Web;

B.  Implement web services into CJIS Web Massachusetts State Police (MSP);

C.  Implement web services for XML vendors; and

D.  Implement web services for Massachusetts Instant Record Check System (MIRCS).

Technologies to be used on this project

·  Development

o  Must use Java-enabled programming;

o  XML schemas: Global Justice Data XML;

o  Simple Object Access Protocol (SOAP) messaging services and / or other newly developed programming techniques and protocols; and

o  Application generation tools.

·  Database options

o  Microsoft SQL;

o  MySql; or

o  Oracle.

·  Operating System

o  Must be Linux


SECTION 8 – INSTRUCTIONS FOR SUBMISSION OF RESPONSES

The Original Response package must include one (1) hard-copy printed version with original signatures in blue ink, ten (10) paper copies, and ten (1o) electronic copies on CD-ROM. Electronic versions of submissions must be submitted in two (2) formats: (1) Microsoft Word 6.0 or lower and Microsoft Excel, Version 7.0 or lower, and (2) Adobe™ PDF format. All RFQ-related materials submitted in electronic format must be identical to those submitted in hard-copy. In the event of a discrepancy between a paper submission and an electronic submission, the paper submission will prevail. Any CDs submitted must be labeled with the Bidder’s Name, Bidder’s Address, Bidder’s Contact Name, Telephone Number, E-mail Address, and RFQ CHSB2008-002. The bidder must guarantee that all electronic submissions are virus-free.

The original response should be double-sided and printed on recycled paper with a minimum post-consumer content of 30% or paper made with tree-free fibers (i.e. paper made from raw materials other than trees, such as kenaf). All responses should clearly indicate the level of recycled content contained in the paper being used. To document the use of such paper, a photocopy of the ream cover/wrapper should be included with the response. Unless absolutely necessary, all responses and copies should minimize or eliminate use of non-recyclable or non-reusable materials such as plastic report covers, plastic dividers, vinyl sleeves, and GBC binding. Three-ringed binders, glued materials, paper clips, and staples are acceptable. Respondents should submit materials in a format that allows for easy removal and recycling of materials. Respondents are also encouraged to use other products that contain recycled content in their response documents. Such products include, but are not limited to, folders, binders, paper clips, diskettes, envelopes, boxes, etc. Where appropriate, respondents should note hich products in their responses are made with recycled materials. Respondents should not submit any unnecessary samples, corporate brochures, attachments, or documents.

The completed package of Original Response and copies (paper and electronic) must be received at CHSB no later than Tuesday, May 6, 2008 at 12:00 p.m. EDT. It is anticipated that the selection of a contractor will be completed by Tuesday, May 13, 2008. Delivery of responses may be made by U.S. Postal Service, courier, or personal delivery. Faxed or electronic responses are not acceptable.

Proposals must be submitted to:

Tracy Varano

Senior Project Manager

Criminal History Systems Board

200 Arlington Street

Suite 2200

Chelsea, MA 02150

All packaging materials must be clearly labeled with the words “Commonwealth of Massachusetts Integrated Criminal Justice Information System (iCJIS) Mainframe Reduction Project, RFQ CHSB2008-002”.