New York Bids > Bid Detail

Evolveware Intellisys Installation & Configuration

Agency: The New York State Contract Reporter
Level of Government: State & Local
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD15621872654430645
Posted Date: May 3, 2023
Due Date: Jun 1, 2023
Source: https://www.nyscr.ny.gov/ifram...
Issue Date: 05/03/2023 Contract Number: C001163
Evolveware Intellisys Installation & Configuration
Description:

The New York State Office of the State Comptroller (“OSC”) intends to procure Evolveware Intellisys installation and configuration services pursuant to its discretionary purchasing authority under State Finance Law § 163(6). This procurement opportunity is limited to New York State small businesses as defined in State Finance Law § 160(8), businesses certified pursuant to Article 15-A of the New York State Executive Law, and businesses certified pursuant to Article 3 of Veterans' Service Law.

BACKGROUND

OSC processes millions of dollars in revenue annually through its Justice Court Fund system (“System”). This System is composed of several different interdependent modules, which have been developed and updated as needed by multiple different programming teams. The modules are composed of a mixture of minimally supported programming languages, with the largest modules programmed in COBOL and PowerBuilder comprising approximately 350,000 and 20,000 lines of code, respectively.

The System’s age, lack of documentation, and changes over time have led to OSC having an insufficient holistic view of how the system currently functions. Key modules operate as “black boxes,” and other modules of the System are being kept functional by OSC staff even after the platforms they are developed on cease being supported in the business world.

PROJECT OVERVIEW

OSC is currently engaged in a project to modernize the System, however, general documentation, change requests, and other records regarding the history of the various modules is insufficient to create accurate requirements for a replacement system. Institutional knowledge of the System is also lacking.

To develop accurate requirements for a new system, Enterprise Complexity Analysis (“ECA”) must be performed on the operation of key modules within the System to determine which business functions they are currently performing and why they are performed so that requirements can then be developed to replicate those business functions in a new system.

OSC has purchased the Evolveware Intellisys (“Intellisys”) platform to analyze the COBOL and PowerBuilder-based modules in the System. Intellisys will be installed locally on OSC’s IT Infrastructure and serve as a standalone ECA tool supporting the project.

Installing, configuring, and using the Intellisys platform for business rules extraction will require knowledge transfer to ensure OSC technical staff (“OSC Technicians”) and OSC Business Analysts (“OSC BAs”) are prepared to maintain and operate Intellisys after completion of the project.

As a result, OSC is in need of consulting services (“Services”) provided by a qualified vendor (“Contractor”) who would be engaged to deploy, maintain, and operate the Intellisys platform within OSC’s on-premises (“on-prem”) environment and extract all business rules for processes currently being performed by the COBOL and PowerBuilder-based modules of the System.

Full details on the required deliverables are available on Attachment A (Statement of Work) posted to OSC’s website at: https://www.osc.state.ny.us/procurement .

MINIMUM QUALIFICATIONS

A proposer must meet the following minimum qualifications to be considered:

1. The Contractor must have successfully completed at least two Evolveware implementation projects within the last five years. At least one project must have included the use of COBOL language and one project must have included the use of PowerBuilder language. One project may be used to satisfy both if the implementation project involved both COBOL and PowerBuilder languages.

2. The Contractor must be able to assign at least three Business Analysts and three Technical Analysts with expertise in COBOL. The Contractor must provide resumes or professional bios for each of the Business Analyst and Technical Analyst staff proposed.

3. The Contractor must be able to assign at least two Business Analysts and two Technical Analysts staff with experience in PowerBuilder. Contractor must provide resumes or professional bios for each Business Analyst and Technical Analyst staff proposed.

Note: staff proposed to meet Minimum Qualification #2 may also be used to satisfy Minimum Qualification #3 if they also have PowerBuilder experience. Staff proposed to meet Minimum Qualification #3 may also be used to satisfy Minimum Qualification #2 if they also have COBOL experience.

PREFERRED QUALIFICATION

OSC will give preference to proposers with the following qualifications:

1. Additional Evolveware implementation projects successfully completed within the last five years involving COBOL and/or PowerBuilder languages beyond what is required to meet Minimum Qualification #1.

2. Business Analysts and Technical Analysts proposed for Minimum Qualifications #2 and #3 above have more extensive COBOL and PowerBuilder experience.

ADDITIONAL INFORMATION

The Contractor’s staff will:

· Work on-site at OSC’s offices at 110 State Street Albany, NY, and meet all requirements stated in the deliverables. The Contractor’s staff must be available during regular OSC business hours, Monday to Friday, 8:00 AM to 5:00 PM ET, except New York State recognized holidays, for all phases of the installation, configuration, extraction, and training processes.

· Report directly to the OSC’s Assistant Director for Enterprise Applications or their designee.

OSC will provide all necessary IT equipment to perform the Services. The Contractor will not be responsible for providing hardware or software related to Intellisys.

SUBMISSION REQUIREMENTS

Interested vendors should submit a Vendor Response Form (“VRF”), and resumes and/or professional bios for each of the proposed staff, to RFP@osc.ny.gov (preferred) or via hard copy mail to:

Director of Finance

Office of the State Comptroller

110 State Street, Stop 13-2

Albany, NY 12236-0001

The VRF is a separate document on which the vendor will provide names of each of the assigned staff, the vendor’s contact information, verification of the minimum qualifications, and the amounts for each of the deliverables listed on Attachment A.

The VRF and all other documents related to this procurement are available on the OSC website at: https://www.osc.state.ny.us/procurement .

The VRF, resume(s), and/or professional bio(s) must be received by OSC no later than the deadline contained in this advertisement.

The resume and/or professional bio should clearly demonstrate that the candidate submitted meets any applicable minimum qualifications. The hourly rates provided on the VRF to calculate the deliverable amounts must be inclusive of all labor, licenses, insurance, administration, overhead, travel, and any other applicable expenses required to meet the applicable project requirements. Travel expenses will not be paid separately.

During the qualification process, the vendor’s key staff may be interviewed in-person or via video conference. Telephone interviews will not be permitted.

The proposer must be willing to enter into an agreement substantially in accord with the terms of the Draft Contract posted to the OSC website should the proposer be selected for contract award.

NOTE: Procurement documents may, from time to time, be amended or addenda issued. It is the Proposer’s responsibility to become aware of any such amendments and/or addenda prior to submission of a response. All amendments and/or addenda to procurements will be posted to the OSC website at https://www.osc.state.ny.us/procurement .

Proposers should review the OSC website prior to submission of a response to ensure that they have all the information required to submit a complete response.

This procurement is subject to, and shall be conducted in accordance with, the OSC Executive Order on Procurement Integrity and OSC’s Procurement Integrity Procedures, both of which are available in full on the OSC website noted above, or upon email request. All inquiries concerning this procurement must be addressed to the Contracting Officer or designee(s) at OSC, via email (preferred) to RFP@osc.ny.gov or via hard copy mail to:

Director of Finance

Questions for Contract #C001163

Office of the State Comptroller

110 State Street, Stop 13-2

Albany, NY 12236-0001

Questions regarding this procurement opportunity must be received by OSC by at 4:00 p.m. ET on May 10, 2023. The comprehensive list of questions and responses will be posted to the OSC website on or about May 24, 2023. This listing will not include the identities of the vendors submitting the questions; those vendors will remain anonymous to the extent allowed by law.

Due Date: 06/01/2023 4:00 PM

Contract Term: One year, with optional one-year extension

Location: 110 State Street, Albany, NY 12236

Ad Type: Discretionary procurements between $50,000 and $500,000

Primary Contact: State Comptroller, Office of the
Bureau of Finance

Director of Finance
Director of Finance
110 State St.
Albany, NY 12236
United States
Ph: 518-474-7574
Fax:
RFP@osc.ny.gov
Secondary contact: State Comptroller, Office of the
Bureau of Finance

Director of Finance
Director of Finance
110 State St.
Albany, NY 12236
United States
Ph: 518-474-7574
Fax:
RFP@osc.ny.gov

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >