California Health and Human Services Agency

Office of Systems Integration

2535 Capitol Oaks Drive, Suite 120

Sacramento, CA 95833

EDMUND G. BROWN JR.

Governor

Request for Offer # 32587

Child Welfare Digital Services – Data Conversion Project Management Services

Responses to Questions Set #01

Item # / Vendor Question / State’s Response
1 / On the CWDS website ( under open procurements, this RFO is listed as CMAS or IT-MSA. However, when reading through the RFO, the State is requesting only an IT-MSA. Is a CMAS acceptable LPA for this RFO? / IT-MSA only. Website updated.
2 / The RFO mentions that remote work is acceptable with approval from the State. Can you please confirm that the PM can work in a location other than Sacramento? / The State expects that all services will be performed onsite at the Project office, but reserves the right to allow remote work if deemed necessary.
3 / Is there an incumbent for this contract? If so, can you share incumbent information (e.g. contract value, incumbent name, etc)? / Yes. $335,104.00. Natoma Technologies, Inc.
4 / Do you require ONLY references from the consultant or are references required for the company? / Only staff references are required.
5 / For Attachment II-C Staff Resume Table, can the same Project Description section be used for multiple Mandatory Qualifications (MQs)? / Yes.
6 / For Attachment II-C Staff Resume Table, can the same Reference Contact be used for multiple Mandatory Qualifications (MQs)? / Yes.
7 / MQ#4 indicates a requirement for a “Possession of a Bachelor’s Degree in an IT-related field from an accredited college or university.” Can relevant experience be used in place of MQ#4? If so, what type and how much relevant experience is needed to satisfy this requirement? / See Addendum 1.
8 / Section III Statement of Work subsection 6.A.3 indicates payment for deliverable(s)/services will be withheld of the State does not accept the deliverable(s). How will this be executed as the Invoice section of the RFO indicates invoices will be submitted monthly and payment to the Contractor will be made on a time and materials basis? / Payment to the Contractor will be made on a time and materials basis per the hourly labor classifications set forth in the Contract for all labor related costs.Invoices shall be submitted monthly, in arrears, not later than 30 days after the end of the billing period.
Statement of Work section 6.A.3 provides, “If the State does not accept the deliverable(s) or services in the executed Agreement, payment for the deliverable(s)/services shall be withheld by the State and the Contractor will be notified. The Contractor shall take timely and appropriate measures to correct or remediate the reason(s) for non-acceptance and demonstrate to the State that the Contractor has successfully completed the scheduled work for each deliverable/service before payment is made.”
9 / Three deliverables on the RFO are marked, “As Needed”. What will be the process to modify a deliverable to become needed? / Per the project schedule
10 / In Section III – Statement of Work subsection 11.A.5 references “State Administrative Manual 5300-5399” How can we obtain access to the State Administrative Manual 5300-5399? / A link to the State Administrative Manual can be found on the Department of General Services website:
11 / Is the $540,800 - a one year or two year cost? And is each extension at the same price? / Two-year cost.
12 / There was a previous similar RFP by same title awarded in Feb17. Is this in continuance with earlier similar work done. If so, do we have all necessary artefacts on work done earlier / Continuance with all artifacts delivered to date
13 / At what stage of readiness is CWS-NS system for production use. Is there any dependency on this for data migration / No dependency. CWS-NS currently does not have any production data.
14 / In high level system architecture diagram, please elaborate on specific interfacing shown between old CMS, FAS systems and new NS system / Fields in CWS-NS that exist in either CWS/CMS or LIS will continue to read/write to those legacy databases.
15 / We assume all systems mentioned are transactional in nature If so, is there a separate datawarehouse system also envisaged as part of this data migration project / Yes, but the scope of this contract will be as a contributor only.
16 / Is there any preference for tool based vs hand coded scripts for data migration / The State is interested in the approach that the Offerorfeels is best practice.
17 / What are the current ETL tools the department is using in this project and is there a tool preference because of investments in a particular technology. Example – Infosphere, Data Stage, Informatica, SSIS etc. / There are currently no ETL tools in use. As part of the Data Conversion process a tool will be evaluated and selected by the State.
18 / What are the sizes of ADABAS and DB2 databases? What is the monthly average growth of these databases? / DB2 database is 2.33TB. ADABAS database is 16.7GB. Growth for both databases are minimal.
19 / Will CWS-NS Vision be Linux Based system and what is the choice of database? / Linux and PostgreSQL
20 / How many environments of the current application do you have – test, development and production? / For CWS/CMS: 3 Dev, 8 Test, and 3 Prod.
21 / RFO mentions about Data quality. Is there a summary understanding of all data quality issues, that need resolution at this stage or is this an activity planned during migration / Part of the data conversion effort
22 / Project anticipated term dates mentions Feb 7,2018 through Feb 6,2019. However, cost sheet mentions core term through Feb 6,2018 and Feb7,2018 through Feb,6,2019 as optional / See Addendum 1.
23 / Mandatory qualification mentions experience in data conversion from Legacy mainframe. Do experience in migration projects involving other databases be considered equivalent to this or Mainframe migration experience is essential / Mainframe is the requirement
24 / How many team members will be associated with this project and what are their current roles roles? Will they be directly reporting to the PM? / Analysis for this effort is currently underway. It will be a combination of CWDS and County resources
25 / What are the other tools used in the department example data modeling, scheduling, data profiling and cleansing? / Sparx EA for modeling, Pandora for profiling, and currently no tool for cleansing.
26 / On The Resource to supply to the opportunity:
  • Can we Supply up to two(2) candidates for review OR do we have to supply two(2) candidates to review?
/ The State is seeking one Full-Time Equivalent(FTE) resource.
27 / Each Resource:
  • Can NOT be a current person on our staff roster?
  • Can NOT be from one our clients?
/ The State is seeking one FTE resource. Contractors may not subcontract 100 percent of the tasks of the Statement of Work.
28 / References for FTE:
  • Can NOT be from participating firm? (Submitting to the opportunity)?
  • Can NOT be from one of our current or past customers?
  • Must match one or more companies where the FTE has worked in the past?
/ See addendum 1.
29 / The MQ information in the spreadsheet ( in Red) is what is required for the FTE? ( seems to match the SOW information) / Yes.
30 / The MQ states 3+ years experience for the opportunity - if the candidate has 7+ years - will a diploma be required? At what point of experience is a diploma NOT required? / See Addendum 1.
31 / The MSA IT Qualification - How are you leveraging this information with the MQ for this opportunity? / The proposed staff resource must meet both the DGS MSA-IT Classification education and experience requirements and the RFO Mandatory Qualifications in order to be considered for award. See Addendum 1.
32 / MQ for the firm:
  • Three (references) where our firm has delivered similar work ?
  • Does any of the references have to match those of the references for the proposing FTE?
/ Firm references are not required.
33 / Some information on how we process moving from one legacy system to a modernized system and moving the data is confidential - should we note that in this document or supply separate doc? / Section II, Administrative and Technical Requirements, Subsection 1.d provides:
“Any documentation submitted that has been marked “confidential” or “proprietary” shall be noted in the Vendor’s Response. However, marking a document "confidential" or "proprietary" in a Response will not prevent that document from being released as a public record, unless a court of competent jurisdiction has ordered the State to not release the document. All documents submitted in response to this RFO will become the property of the State of California and are subject to the California Public Records Act, GC section 6250 et seq., the California Evidence Code and other applicable state and federal laws.”
34 / The rates we have quoted in our MSA document for this level is the rate that should be included in this opportunity? / Rates quoted for the MSA are the maximum rates that can be charged. Offerors may submit lower rates, and in no case will an Agreement resulting from this RFO exceed $540,800.00 inclusive of the Core Term and Optional Year.
35 / Is Migration team already constituted and project manager has to manage the deliverables and team? / No. This will be a future procurement.
36 / Is Project Manager directly responsible for all the deliverables mentioned in task 2 section? / Yes
37 / Is this bid based on Time and Material? / Payment to the Contractor will be made on a time and materials basis per the hourly labor classifications set forth in the Contract for all labor related costs.
38 / Is it linked to deliverable specified in the bid? / Payment to the Contractor will be made on a time and materials basis per the hourly labor classifications set forth in the Contract for all labor related costs.
39 / What is the size/complexity of application database. / DB2 database is 2.33TB. ADABAS database is 16.7GB. Growth for both databases are minimal.
40 / Is Budget already approved for rest of the roles/work? / Yes
41 / Are all the tools/software already procured? / No
42 / Is there an incumbent providing these services in the recent past or is this a new requirement? / There is an incumbent.
43 / On theATTACHMENT II-C - STAFF RESUME TABLE, the role is mentioned as "Solutions Architect". Can we change it to "Project Manager"? / See Addendum 1.
44 / Is there an incumbent for this project? / Yes.
45 / Can we submit previously submitted signed candidate references again? / Yes, but only if the previous reference forms validate the same experience required to meet the MQs in this RFO, otherwise, new Staff Reference Forms are required.
46 / Do candidate should have a PMP certification? / Review IT-MSA for candidate classification requirements.
47 / The above-referenced procurement is for a Project Manager for Data Conversion for the CWS-NS project. There is also an anticipated RFO for 2018 for Data Conversion Services. I am wanting to know about conflict of interest. If our company would win this contract would we be excluded from bidding on the Data Conversion Services solicitation that is due to come out next year? / It is not the intent of the Office of Systems Integration (OSI) to preclude the winning vendor from any future OSI procurements. However, vendors are advised that there are a variety of state and federal conflict of interest and related laws that may apply to the winning vendor that may impact their ability to perform other work for the State of California. These laws include, but are not limited to, the Political Reform Act (Government Code section 81000, et. seq.); Government Code section 1090, et. seq.; Government Code section 87400, et. seq.; Public Contract Code section 10365.5; and Code of Federal Regulations, title 2, section 200.319. Determining the applicability of these laws and provisions to future services is fact-specific to the other work to be performed for the State.

-1-