Professional Documents
Culture Documents
Commonwealth of Massachusetts
Massachusetts Office of Information Technology
MassIT RFR 17-09
COMMBUYS Bid #: BD-17-1060-ITD00-ITD00-00000009177
Request for Responses (RFR)
Managed Services for Service Desk and Desktop Support Pilot
Revised August 8, 2016
Released on July 22, 2016
THIS RFR AND ALL RESPONSES HERETO INCLUDING THE WINNING BID SHALL
BECOME PUBLIC RECORD, AND CAN BE OBTAINED FROM THE MASSIT, LEGAL
UNIT BY SENDING AN EMAIL TO MICHELLE.BURWELL@STATE.MA.US. ANY PORTIONS OF
A RESPONSE THAT ARE LABELED AS CONFIDENTIAL WILL STILL BE CONSIDERED
PUBLIC RECORD
1. Table of Contents
1.
Table of Contents.................................................................................................................... 1
2.
3.
General Information......................................................................................................... 3
Eligible Bidders ............................................................................................................... 3
4.
5.
6.
Bidder Responses.................................................................................................................. 14
6.1.
6.2.
6.3.
6.4.
6.5.
7.
Procurement Process............................................................................................................. 16
7.1.
7.2.
7.3.
7.4.
7.5.
7.6.
7.7.
7.8.
8.
Commonwealth of Massachusetts
Page: 1 of 31
TABLE OF FIGURES
Figure 1: Managed Services Service Desk and Desktop Support Model ....................................... 4
TABLE OF TABLES
Table 1: Managed Service Deliverables ......................................................................................... 7
Table 2: EOPSS Locations............................................................................................................ 10
Table 3: 15 Month-Monthly Historical Call Volumes - Locations and Support Levels .............. 10
Table 4: 15 Month Duration - Calls by Ticket Classifications ..................................................... 11
Table 5: Hardware Currently in Place .......................................................................................... 12
Table 6: Expected Duration of Contract (Period of Performance) ............................................... 13
Table 7: Procurement Event Calendar .......................................................................................... 17
Table 8: Required Forms and Documents .................................................................................... 28
Table 9: Additional Bidder Documents to Submit ....................................................................... 29
Commonwealth of Massachusetts
Page: 2 of 31
2.2.
General Information
Purchasing Department
Address
Boston, MA 02108
Telephone Number
617-626-4540
E-Mail Address
Tracy.Williams@MassMail.State.MA.US
Procurement Category
IT Services
BD-17-1060-ITD00-ITD00-00000009177
Eligible Bidders
This RFR is open to all Bidders. Vendors on the General Services Administration (GSA) 70
Schedule, Category 132-51 will be given preference.
Interested Bidders must submit their bids through the Commonwealths online procurement
system, CommBUYS, per Sections 6.5 and 10.6 Appendix F herein.
Responses must be received no later than the response due date and time indicated in the
Event Calendar in Table 7 or they will not be evaluated.
Commonwealth of Massachusetts
Page: 3 of 31
3.1.
Establish industry standard Service Level Agreements (SLAs) and support models;
Have a support model that aligns with demand (Flexes up and down to match volume); and
The purpose of this RFR is to pilot Managed Services for Help Desk and Desktop Support to
augment current services of the Executive Office of Public Safety and Security (EOPSS).
Commonwealth of Massachusetts
Page: 4
Provisioning / De-provisioning;
Support Level 2:
Diagnose, troubleshoot and resolve issues associated with desktop hardware and software, LAN
devices, mobile devices, printers, and other peripherals;
Resolve issues that can be resolved by support team having remote access to user device;
Assist with infrastructure, network and telecommunication issues as directed by Level 3 and
other authorized personnel; and
Escalate issues that cannot be resolved by Level 2 to Level 3 (See Figure 1.)
Support Level 3:
Level 3 issues will be handed off via agreed upon procedure to EOPSS resources (See Figure
1.)
Commonwealth of Massachusetts
Page: 5
3.2.
The preferred Bidder will have expertise and experience in Managed Services for Service Desk and
Desktop Support by supplying both remote and on-site support for desktop, mobile device, printers,
peripherals, and LAN-related issues. To meet the goals stated for this pilot in Section 3.1 Goals for
Managed Services Pilot Project, the winning Bidder will provide the following services:
The winning Bidder will receive customer issues via phone or web self-service, or other
agreed upon methodology to resolve basic, Level 1, issues and triage with warm handoffs to
Level 2 or Level 3 as needed.
The winning Bidder will provide remote support and dispatch Level 2 resources as needed to
in-scope locations for onsite issue diagnosis, resolution and support tasks.
The winning Bidder will provide Service Desk ticket closure confirmation and survey
customer satisfaction post ticket closure;
The winning Bidder will perform break-fix hardware support for devices covered by a
warrantee and assist by ordering parts and performing repairs for out of warrantee hardware.
The winning Bidder will triage calls from Level 2 to Level 3 when break-fix hardware
support is required. Devices are covered by a warrantee and EOPSS Level 3 resources will
perform the onsite repair or replacement.
The winning Bidder will provision and de-provision users following mutually agreed to
procedures.
Develop and manage the project for transition of services from the Commonwealth to
winning Bidder;
Provide and configure Service Desk software to capture tickets and monitor responses that
includes a web portal for end user self-service ticket creation;
Commonwealth of Massachusetts
Page: 6
Remote Level 1 support at Service Levels to be agreed upon during contract negotiation;
Both remote and on-site Level 2 support for Commonwealth Agencys locations in
designated regions detailed in Table 2 at Service Levels to be agreed upon during contract
negotiation;
3.3.
The deliverables that are expected from this engagement are listed in Table 1.
Table 1: Managed Service Deliverables
Deliverables
Description
1.0
2.0
3.0
4.0
5.0
6.0
7.0
Commonwealth of Massachusetts
Page: 7
Deliverables
Description
8.0
9.0
10.0
SLA Reporting
Recommendations Reports
11.0
12.0
3.4.
Bidders must:
Have continuously operated as a corporate entity for a minimum of five (5) years preceding
the date of submission;
Currently operate call center support services from existing facilities located within the
United States for other federal and/or state agencies;
Have at least two years of experience providing the specific types of services solicited to a
minimum of 3 federal and/or state agencies;
Have at least three client references for the specific types of services solicited;
Be able to demonstrate the ability to provide services under mutually agreed to SLAs;
Have the capability to provide detailed accounting, billing, and performance reports to
MassIT and to EOPSS;
Be willing to sign Commonwealth of Massachusetts Terms & Conditions and all other
mandatory forms referenced in this RFR; and
Commonwealth of Massachusetts
Page: 8
4. EOPSS Background
The Executive Office of Public Safety and Security (EOPSS) facilitates policy development and
provides budgetary oversight of secretariat agencies, independent programs and several boards working
to prevent crime, increase homeland security preparedness, and ensure the safety of residents and
visitors in the Commonwealth.
EOPSS operates a consolidated information technology organization known as the Office of Technology
and Information Services (OTIS). OTIS is responsible for the support of approximately 10,000
employees and contractors housed at nearly 150 facilities across the Commonwealth. Additionally,
OTIS provides multiple tiers of support for its user community including but not limited to LAN and
desktop services, Wide Area Network (WAN) services, application and database management services,
portal services, e-mail administration, phone administration and support, information security, data
center operations, centralized help desk services and field technology support to agencies such as the
State Police, Massachusetts Emergency Management Agency, Department of Public Safety, Department
of Fire Services, the Department of Correction and Parole Board.
EOPSS maintains and operates an independent 24 x 7 x 365 help desk located at the Public Safety Data
Center located at the Massachusetts Information Technology Information Center (MITC) in Chelsea,
MA, while also maintaining and operating an independent WAN that is not part of MAGNet. It also
supports the Criminal Justice Information Services (CJIS) system and network that provides information
services to the Commonwealths local, county, state, federal and interstate law enforcement and justice
partners.
EOPSS agencies include the following, but not all are in scope for this procurement:
Department of Correction;
Department of Criminal Justice Information Services;
Department of Fire Services (DFS);
Department of Public Safety (DPS);
Department of State Police;
Mass Emergency Management Agency;
Municipal Police Training Committee;
National Guard;
Office of Grants and Research (OGR);
Officer of the Chief Medical Examiner;
Parole Board;
Sex Offender Registry Board; and
State 911 Department.
Commonwealth of Massachusetts
Page: 9
Agency
Name
Location
EPS
DPS
DPS
Milford, MA
DPS
Springfield, MA
DPS
Tewksbury, MA
OGR
DFS
By EOPSS Agency
Agency
Department of Fire Services (DFS)
Executive Office of Public Safety (EPS)
Office of Grants and Research (OGR)
Department of Public Safety (DPS)
Total
Ave /
Month
40
35
3
34
111
The tickets shown by location and Support Level in Table 3 are broken down in Table 4 by ticket
classification.
Commonwealth of Massachusetts
Page: 10
Ticket Classifications
Applications
Desktop
Email
Network/Network Security
Other
Telecom
User Administration
Grand Total
Microsoft;
Apple; and
Android.
Commonwealth of Massachusetts
Page: 11
EPS - Ashburton
DPS - Boston
OGR - Boston
DFS - Stow
DFS - Springfield
DFS - Mobile
DPS - Springfield
DPS - Tewksbury
DPS - Milford
Totals:
Total Workstations:
Total Printers:
Total Mobile:
PC
38
8
52
N/A
N/A
N/A
3
5
7
113
# Owned
Laptop Printer
14
26
35
41
3
4
N/A
25
N/A
2
N/A
N/A
N/A
1
N/A
3
N/A
2
52
104
PC
N/A
43
N/A
132
8
68
N/A
N/A
N/A
251
# Leased
Laptop
N/A
N/A
N/A
98
4
26
N/A
N/A
N/A
128
Leasing Company
Printer
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
0
N/A
HP Financial Services
N/A
HP Financial Services
HP Financial Services
HP Financial Services
N/A
N/A
N/A
544
104
68
7am-3pm
3pm-11pm
11pm-7am
Desktop personnel are located at the agency locations while the help-desk personnel are located
at the Public Safety Data Center in Chelsea, MA. These Public Safety Help Desk agents will
require training (See Table 1 Deliverable 7.0) by the winning Bidder in the proposed Service
Desk process and tools.
Commonwealth of Massachusetts
Page: 12
5. Procurement Information
5.1.
This Bid is issued under the following laws: MGL c. 7, 22; c. 30, 51, 52; and 801 CMR 21.00
(Goods and Services).
5.2.
Acquisition Method
5.3.
5.4.
Number of Options
Number of Years
1 year
5.5.
Up to 2 years each
Up to 5 years
The Commonwealth makes no guarantee that any services will be purchased from any Contract resulting
from this solicitation. Mass IT will not enter into a contract under this RFR the total cost of which will
exceed the threshold set forth in M.G.L. ch. 7 s. 53 as updated at
http://www.mass.gov/auditor/information-and-resources/for-public-agencies/the-commonwealthsprivatization-law-.html.
Commonwealth of Massachusetts
Page: 13
6.
Bidder Responses
6.1.
6.2.
Compliance Statement
A statement on Bidder letter head, signed by an authorized signatory under the pains and penalties of
perjury, that Bidder has complied with all laws of the Commonwealth relating to taxes, wage reporting
and withholding and remitting child support.
6.3.
Fully completed Appendix E Item 2 Business and Technical Response Template, posted on
CommBUYS with this RFR.
6.4.
Cost Response
a.
Fully completed Detailed Cost Tables set forth in Appendix E, Item 3, posted on
CommBUYS with this RFR.
b.
The cost proposal must be an all-inclusive bid, including all costs related to this
engagement, without limitation cost of the managed services, all travel and expenses.
The Commonwealth will not pay any costs and expenses not included in the cost
proposal.
Note that the Business and Technical Response (including the items requested in Section 6.3 Business
and Technical Response) must not include cost information. The cost information must be confined to
the Cost Response.
Commonwealth of Massachusetts
Page: 14
6.5.
Responses must be sent via the Create Quote functionality contained in CommBuys. For
instructions concerning how to submit a Quote, please see Appendix F - Instructions for Vendors
Responding to Bids.
Any submission which fails to meet the submission requirements of the RFR will be found nonresponsive without further evaluation unless the Commonwealths Strategic Sourcing Team
(CSST) , at its discretion, determines that the non-compliance is insubstantial and can be
corrected. In these cases, the CSST may allow the vendor to make minor corrections to the
submission.
Interested Bidders must submit their response using CommBuys. Bidders must allow enough time
to upload their bid documents prior to the end date and time listed in the calendar. Only bids fully
loaded will be accepted.
Useful Links:
Job aid on how to submit a quote: http://www.mass.gov/anf/docs/osd/commbuys/create-aquote.pdf
Webcast: How to Locate and Respond to a Bid in CommBuys, which will familiarize bidders
with CommBuys terminology, basic navigation, and provide guidance for locating bid
opportunities in CommBuys and submitting an online quote.
Bidder may contact the CommBuys Help Desk at CommBuys@state.ma.us or call during normal
business hours (8AM 5PM, Monday Friday) at 1-888-627-8283 or 617-720-3197 for assistance
with registration and access.
Commonwealth of Massachusetts
Page: 15
7. Procurement Process
7.1.
Evaluation Approach/Criteria
Bidders must submit responses that meet all the submission requirements of the RFR (See Section
6). Only responsive proposals that meet the submission requirements will be evaluated, scored, and
ranked by the CSST according to the evaluation criteria. Additional information may be requested
for evaluation purposes through requests for technical corrections, clarifications, and BAFOs (best
and final offers).
To be considered qualified for evaluation, RFR responses must include every document listed
and referenced in Appendix E.
Qualified responses shall be evaluated by the CSST and it shall select the Bidders whose
proposal, in the aggregate, provides the best business and financial value for the
Commonwealth. The criteria are listed below in descending order of importance with the most
important criterion listed first.
1. Likelihood that Bidders approach and project team will achieve the Commonwealths
goals set forth in section 3.1 and deliver the services sect forth in section 3.2 ;
2. Ability to complete all Deliverables in Section 3.3 Managed Services Deliverables;
3. Fit to Section 3.4 Mandatory Bidder Qualifications;
4. Cost Response;
5. Resource interviews;
6. References;
7. For vendors not on GSA Schedule 70 Category 132-51, SDP Commitment will be
weighted as 10% of the final score (See Section 8.8) (vendors on GSA Schedule 70
Category 132-51 will automatically receive the SDP points); and
8. Additional points will be awarded to vendors on GSA Schedule 7 Category 132-51.
Commonwealth of Massachusetts
Page: 16
7.2.
Procurement Calendar
Table 7 contains the procurement event calendar. Bidders are required to monitor CommBuys for
changes to the procurement calendar for this Bid. This schedule is estimated based on certain
assumptions and is subject to changed based on information emerging from the process.
Table 7: Procurement Event Calendar
Procurement Activity
Date
7/20/2016
7/22/2016
8/1/2016
8/8/2016
8/15/2016
8/29/2016
9/1/2016
TBD
TBD
It is the responsibility of the prospective Bidder and awarded Contractor to maintain an active
registration in CommBuys and to keep current the email address of the Bidders contact person and
prospective contract manager, if awarded a contract, and to monitor that email inbox for
communications from the CSST, including requests for clarification. MassIT and the
Commonwealth assume no responsibility if a prospective Bidders/awarded Contractors designated
email address is not current, or if technical problems, including those with the prospective
Bidders/awarded Contractors computer, network or internet service provider (ISP) cause email
communications sent to/from the prospective Bidder/Awarded contractor and MassIT to be lost or
rejected by any means including email or spam filtering.
Commonwealth of Massachusetts
Page: 17
7.3.
The Commonwealth will hold a Bidder Conference Call with prospective Bidders on the date
specified in the calendar above. MassIT will answer questions about the RFR requirements, the
mechanics of filing a Bid Response and the procurement process in general, to assist new Bidders in
navigating state procurement. Attendance is open to any interested party, and is optional. Written
minutes will be recorded and posted in CommBuys.
7.4.
MassIT reserves the right to make amendments to the Bid (RFR) after initial publication. It is each
Bidders responsibility to check CommBuys for any amendments, addenda or modifications to this
Bid, and any Bid Q&A records related to this Bid. MassIT and the Commonwealth accept no
responsibility and will provide no accommodation to Bidders who submit a Quote based on an outof-date Bid (RFR) or on information received from a source other than CommBuys.
7.5.
See the Quotes (Bid Responses) Deadline (Bid Opening) Date and Time indicated in the Event
Calendar (above).
7.6.
Interviews
The CSST may require Bidder Resources to participate, following their submission of a timely
response, in an interview via telephone, video teleconferencing, or in-person interviews at
Commonwealth offices in Boston, Massachusetts. These sessions are not opportunities to submit
new information or modify a Response. All interviews shall follow a predetermined process and all
Bidders Proposed Resources shall be asked a standard set of questions, as well as questions specific
to the Bidders unique bid. In addition, the Commonwealth reserves the right to ask any follow-up
questions needed to clarify the Bidders initial response to all such questions. The Cost Response
must not be discussed during the interviews. Failure of a Resource to agree to an interview may
result in the disqualification of a Bidder.
7.7.
The actual start date will be the Contract Effective Date which is the date the Contract is executed
by the parties.
7.8.
Miscellaneous
7.8.1. General
By submitting a proposal in response to this RFR, Bidders agree to the following terms:
1.
All bids submitted in response to this RFR must be valid for a minimum of ninety (90)
calendar days.
Commonwealth of Massachusetts
Page: 18
3.
The Agency will not pay any costs related to Bidders bid submission / demonstrations /
presentations.
4.
With respect to any online tools such as ticketing systems, Bidders may only propose
fully released product versions (e.g., not alpha or beta release) by the RFR response
deadline.
7.8.4. Limitations.
This RFR does not commit the Commonwealth or MassIT to approve a Statement of Work.
MassIT reserves the right to accept or reject any and all proposals received as a result of this
RFR and to contract for some, all or none of the products and services as a result of this RFR.
MassIT further reserves the right to negotiate with any or all qualified bidders and to cancel in
part or in its entirety this RFR if it is in the best interest of MassIT or the Commonwealth of
Massachusetts to do so.
Commonwealth of Massachusetts
Page: 19
Commonwealth of Massachusetts
Page: 20
8. Other Terms
8.1.
The Commonwealth is interested in entering into a service level agreement (SLA) performance
based contract and requires that the winning Bidder provide transition and ongoing services that
baseline existing SLA metrics, and propose Managed Services Provider SLA benchmarks that can be
assessed and reported. MassIT requires that the proposed SLAs include the award of credits to the
Commonwealth in the case of the winning Bidder falling below the service levels, and incentive
payments to the winning Bidder, in response to the winning Bidder meeting and/or exceeding SLA
metrics on a monthly basis.
During the initial year of the Contract, although the winning Bidder must measure and report service
levels, SLAs will not be enforced by MassIT and will not result in traditional SLA credits for
MassIT. MassIT will conduct pilot checkpoints (true-ups) at the 3, 6, 9 and 12-month milestone
dates, and MassIT will at that time assess the appropriateness of the SLA metrics and the degree to
which the winning Bidder has met them. Thereafter the financial consequences of the agreed upon
SLAs will be enforced by the Commonwealth. However, based on the results of the true ups, MassIT
will consider amending the SLAs in connection with any extension terms. Thus contract renegotiation may result from these check points.
Should the Pilot be successful, the Commonwealth may also negotiate an expansion of the Contract
to additional EOPSS agencies and agencies of other secretariats of the Executive department.
8.2.
The selected Bidder must comply with all applicable Commonwealth of MA Enterprise IT Policies
and Standards, available at http://www.mass.gov/anf/research-and-tech/policies-legal-and-technicalguidance/it-policies-standards-and-procedures/ent-pols-and-stnds/, including without limitation
Sections 5 and 6 of the Access Control Policy, the Access Control Standards, Communications and
Operations Policy, Information Security Policy, Enterprise Information Security Standards: Data
Classification, Enterprise IT Security Compliance, Enterprise IT Asset and Risk Management
Policy, Physical and Environmental Security Policy, Security Incident Response Policy, Staff IT
Security Policy, and Website Cookie Policy.
Web site or browser-based functionality provided by the system must comply with Website
requirements and policies located at: http://www.mass.gov/itd/webpolicies
The winning Bidder must also adhere to the EOPSS CJIS and FBI CJIS Security Policy, and agree to
execute the FBI Security Addendum and EOPSS CORI Vendor Agreement of Nondisclosure,
Appendix E, Items 17 and 18. Specifically, a state and national fingerprint and criminal history
check is required for the winning Bidders resources desktop support personnel, service desk agents,
and supervisors. EOPSS reserves the right to reject individuals who do not meet/pass the criminal
background check.
Commonwealth of Massachusetts
Page: 21
8.3.
Workplace Policies
All Contractors working on site must agree to the Workplace Policies set forth in Appendix D
hereto.
8.4.
Accessibility
All electronic interfaces available to end users or EOPSS technical and customer service personnel
(for example web pages and phone services) must comply with the Commonwealths established
standards and process requirements for accessibility as described in Appendix C - Commonwealth
Accessibility Obligations for Vendors.
8.5.
Warranties
At minimum, Contractor must warrant that:
a) Contractor has acquired any and all rights, grants, assignments, conveyances, licenses,
permissions and authorizations necessary for Contractor to provide the Services to
MassIT, and warrants that the Services and/or the deliverables provided under this
Agreement do not and shall not infringe or misappropriate any intellectual property,
contractual or other proprietary right of any third party.
b) Contractor will maintain adequate and qualified staff and subcontractors to perform its
obligations under this Agreement, and that the Services will be performed (i) by
appropriately qualified and trained Personnel; (ii) with due care and diligence, and to a
high standard of quality as is customary in the industry; and (iii) in accordance with all
applicable professional standards for the field of expertise.
c) Contractor and its employees, subcontractors, partners and third party providers have
taken all necessary and reasonable measures to ensure that all software provided under
this Agreement shall be free of Trojan horses, back doors, known security vulnerabilities,
malicious code, degradation, or breach of privacy or security.
d) During the Warranty Period (minimum of three months) the deliverables will conform to
Contract requirements and nonconformities will be remedied promptly during the
Warranty Period or immediately thereafter.
e) Contractor represents and warrants that documentation delivered by Contractor shall be
of sufficient detail so as to allow suitably skilled, trained and educated MassIT Personnel
to understand the deliverables. Contractor shall promptly, at no additional cost to MassIT,
make corrections to any documentation that does not conform to this warranty.
8.6.
Consistent with its obligations under section 6 of the Commonwealths Terms and Conditions, the
Bidder shall comply fully with all security procedures of the Commonwealth and Commonwealth
Commonwealth of Massachusetts
Page: 22
8.7.
Order of Precedence.
The order of precedence for any Contract entered into under this RFR shall be:
1. Commonwealth Terms and Conditions and Standard Contract Form;
2. This RFR including any attachments, as they may be amended in a formal written RFR
process, including without limitation, by MassIT (i) amendments to the RFR, (ii)
questions and answers posted by MassIT, and (iii) requests for technical corrections,
clarifications, and best and final offers issued by MassIT;
3. Any documents negotiated between the winning Bidder and the Commonwealth,
allowable pursuant to law or regulation, in connection with this RFR;
4. Vendors amendments, including all attachments, in a formal written RFR process,
including (i) an amended Response to the solicitation, and (ii) responses to MassITs
requests for technical corrections, clarifications, and best and final offers;
5. The winning Bidders response to this RFR, including any supplemental materials,
attachments, or appendices.
6. For Bidders on the GSA, Bidders GSA Schedule 70 Category 132-51 Blanket Purchase
Agreement.
Note: The order of precedence of the documents comprising the Contract set forth in the above
definition is non-negotiable. Bidders who do not agree to this order of precedence should not
respond to this RFR.
8.8.
In accordance with Commonwealth guidelines as described in Supplier Diversity Program Plan, SDP
participation will account for no less than 10 percent of the total available evaluation points for
Bidders not on GSA Schedule 70 Category 132-51. Such Bidders must submit SDP Plan Forms that
evidence significant and measurable commitments to SDP Plans. For further details, see Appendix
E Item 12.
8.9.
The Bidder is advised that all data generated by the Commonwealth is the property of the
Commonwealth and must be retained in accordance with both Enterprise IT standards and record
retention schedules under Massachusetts General Law c. 6, 10 Public Records. Therefore, the
successful Bidder must comply with these legal requirements when developing, installing, servicing,
and maintaining the managed services described herein.
Commonwealth of Massachusetts
Page: 23
Commonwealth of Massachusetts
Page: 24
Commonwealth of Massachusetts
Page: 25
Commonwealth of Massachusetts
Page: 26
req-specs.docx
req-it.doc
pol-sexhar-pol.rtf
anf-acceptableuse.d
ocx
Commonwealth of Massachusetts
Page: 27
Location / Reference
Cost Response
11 Certificate of Non-Collusion
Commonwealth of Massachusetts
Page: 28
Location / Reference
Business and Technical Responses
Template Section 7.8
15 Cloud Terms
Additional documents that must be included with the Bidder submission are listed in Table 9.
Table 9: Additional Bidder Documents to Submit
Location / Reference
Bidder Agreements
Accessibility
Commonwealth of Massachusetts
Page: 29
Commonwealth of Massachusetts
Page: 30