memorandum for general rfp configurationdsitspe01.its.state.ms.us/its/loc.nsf... · web viewthe...

89
David L. Litchliter, Executive Director Suite 508 301 North Lamar Street Jackson, MS 39201-1495 Phone: 601-359-1395 Fax: 601-354-6016 www.its.state.ms.us Memorandum for General RFP Configuration To: All Vendors with a current and valid proposal for RFP #3361 for Windows/Apple Hardware/Software and RFP #3364 Midrange/Mainframe Products From: David L. Litchliter Date: August 20, 2004 Project Number: 35383 Contact Name: Brenda Ballard Contact Phone Number: 601-359-1893 Contact E-mail Address: [email protected] The Mississippi Department of Information Technology Services (ITS) is seeking the hardware, software and services described below for purchase by the Mississippi Department of Human Services (MDHS). Our records indicate that your company currently has a valid proposal on file at ITS in response to RFP#3361 for Windows/Apple Hardware/Software, and/or RFP#3364 for Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. Watkins Legislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Upload: others

Post on 07-Jul-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

David L. Litchliter, Executive Director

Suite 508301 North Lamar Street

Jackson, MS 39201-1495Phone: 601-359-1395

Fax: 601-354-6016www.its.state.ms.us

Memorandum for General RFP Configuration

To: All Vendors with a current and valid proposal for RFP #3361 for Windows/Apple Hardware/Software and RFP #3364 Midrange/Mainframe Products

From: David L. Litchliter

Date: August 27, 2004

Project Number: 35383

Contact Name: Brenda Ballard

Contact Phone Number: 601-359-1893

Contact E-mail Address: [email protected]

The Mississippi Department of Information Technology Services (ITS) is seeking the hardware, software and services described below for purchase by the Mississippi Department of Human Services (MDHS). Our records indicate that your company currently has a valid proposal on file at ITS in response to RFP#3361 for Windows/Apple Hardware/Software, and/or RFP#3364 for Midrange/Mainframe Products. We are requesting your configuration assistance for the information described below. Due to the extremely competitive pricing of system components and services, and to ensure that every necessary component is included in each vendor’s proposal, we are asking that you submit a written response for the requested equipment and/or services.

All Vendors responding to this Letter of Configuration must attend a mandatory Vendor Conference/Site Visit at the Mississippi Department of Human Services office located at 750 North State Street, Jackson, MS. 39202. The Vendor Conference/Site Visit is scheduled to begin promptly at 10:00 a.m. on Thursday, September 2, 2004.

1. BACKGROUND

The Mississippi Department of Human Services (MDHS) requires a scalable storage infrastructure that will allow for rapid expansion and allocation of capacity on an as-needed basis. The solution should provide a mechanism that will allow MDHS systems to simultaneously access the storage subsystem via Fiber Channel and Internet Small Computer System Interface (iSCSI) protocol in a secure manner. This will allow MDHS to utilize its existing Gigabit Ethernet IP network to access the information residing on the storage subsystem being proposed.

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 2: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

MDHS requires a storage infrastructure that will provide a consolidated storage solution supporting Windows 2000-2003 Servers. Servers will be connected to the Storage Area Network (SAN) via Fiber Channel and over the existing IP network using iSCSI.

The Mississippi Department of Human Services (MDHS) has benefited for several decades from a partnership with the Mississippi Department of Information Technology Services (ITS). These benefits include MDHS being the major user of the state’s wide area network which is operated and maintained by ITS. In addition, ITS houses and operates the IBM Mainframe which provides support and functionality for the 3,500 MDHS employees. MDHS, in turn, delivers services to approximately 750,000 citizens who depend on this assistance. The ITS Network Operation Center (NOC) provides 7/24 monitoring of the network and operational support for the nightly batch runs required by MDHS.

The future vision of MDHS is to take advantage of the synergies afforded by leveraging the technologies that MDHS and ITS share. This vision is to provide maximum functionality to the different locations spread throughout the agency while distributing the minimum technology to these locations. Significant savings can be realized by keeping the bulk of the technology required to run the agency centrally located at MDHS and ITS data centers. Using the technologies of the Internet, MDHS can deliver functionality to the county offices via a browser interface on a thin client desktop device and network attached printers. In the future, the printers will be updated to multipurpose devices that will scan as well as print, to allow the paper documents that crowd the local offices to be contained in electronic folders in the data center. The combination of thin clients and electronic folders will allow the agency to realize significant savings over the current operational procedures.

The hardware, software and services MDHS will procure via this Letter of Configuration will support the vision of the agency. The agency will ensure that every decision is not only tactical but also strategic to the vision of the future. The blade servers and storage area network specified in this LOC will be used in conjunction with the infrastructure currently installed in the ITS data center. While the responses to this request do not have to be the exact technology installed at ITS, the solution must provide the specified level of compatibility and interoperability with the ITS infrastructure to maximize the benefits of this partnership. Respondents must ensure that their proposed solutions meet or exceed this equipment.

MDHS intends to leverage the technology of the state portal by using the LDAP directory housed at ITS, which already contains the MDHS employees. This directory, along with the WebSEAL reverse proxy server, will be used in the future by MDHS to authenticate users via UserID and Password at log in. Additionally, MDHS intends to use the authorization capabilities afforded by the Access Manager software in place at ITS to authorize the users to access the applications and data required to perform their duties. The capabilities of the existing CA Unicenter software will be used to monitor the operation of the MDHS applications in the future.

Page 2

Page 3: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

MDHS intends to use the SAN at ITS to backup the data from the SAN at MDHS. This method will allow data that must be stored off site to be created at ITS via the robotic tape drives. In the future, the Blade Center at ITS will serve as backup for the blade servers installed at MDHS via fail over and/or clustering techniques. Therefore, the blade servers proposed and ultimately selected for installation at MDHS must be compatible with those at ITS to meet this requirement.

The Six (6) Terabyte SAN housed at ITS contains the following hardware:

1 - 5187-7RY Total Storage Network Attached Storage NAS 300G 1 - 1742-1RU Total Storage Fast700 Storage Server 1 - 1740-1RU IBM Fast700 Expansion Unit (7) 146GB Disk Drives 1 - 1740-1RU IBM Fast700 Expansion Unit (14) 146GB Disk Drives 2 - 1740-1RU IBM Fast700 Expansion Unit (14) 146GB Disk Drives 2 - 2031-224 McData Sphereon 4500 Switch 1 - 7014-T00 System Rack 36U

The Blade Center housed at ITS is an IBM eServer BladeCenter Chassis with IBM BladeCenter HS20 Server Blades. The Chassis contains an additional IBM BladeCenter 1800W Power Supply Module for redundant power supply, two IBM BladeCenter 4-port GB Ethernet Switch Modules, two IBM BladeCenter 2-port Fibre Channel Switch Modules for connectivity to the SAN, and four IBM Short Wave SFP modules. The HS Server Blades are 2-way and 4 way blades with 2GB and 4 GB memory installed. The processors are 2.8GHz/400Mhz, 512KB L2 Cache Xeon Processors and each blade has an IBM HS20 40GB 5400-rpm ATA-100 HDD disk drive and an IBM HS20 Fibre Channel Expansion Card.

When the new Blade Server and Storage Area Network hardware is installed at the MDHS State Office, it will be a requirement to migrate the existing MACWIS Server farm to the new hardware platform. This will be a mission critical conversion that will enable the Agency to upgrade software versions from Windows 2000 Advanced Server to the Windows 2003 platform and Citrix Metaframe 1.8 to Citrix Presentation Server 3.0. This migration must be done with minimum downtime. Also as a part of this technology upgrade project, MDHS plans to migrate the Novell 4.11 platform to Novell 6.x. MDHS plans to implement Internet Filtering, Internet Blocking and an Anti-Virus Gateway to provide a higher level of Internet Security for the Agency.

2. PROJECT SCHEDULEAugust 27, 2004 Letter of Configuration PublishedSeptember 2, 2004 Mandatory Vendor Conference/Site VisitSeptember 3, 2004 Deadline for Vendor QuestionsSeptember 7, 2004 Deadline for ITS/MDHS to Respond to Vendor QuestionsSeptember 14, 2004 Proposals Due to ITSSeptember 21, 2004 Notification of AwardSeptember 27 – October 31 Vendor Installs Equipment and Completes Services

Page 3

Page 4: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

3. PROPOSAL REQUIREMENTS

3.1 Vendor must provide explicit details as to the manner and degree to which the proposal meets or exceeds each specification. The Vendor is expected to respond to all attachments with due diligence by providing the requested information in the designated manner. IMPORTANT: Vendor’s attention is required to this most critical requirement. Failure to render clear, concise, substantive responses to each specification may place the vendor’s proposal at a distinct disadvantage, or, at the State’s option subject the proposal to disqualification. Vague or inconclusive responses will be judged as non-responses within the context of the evaluation.

3.2 The Vendor must submit a cost information summary for all items identified as Requirements in this Letter of Configuration. The Vendor must also include a cost for all items identified as Optional in this Letter of Configuration. While it is the intent of MDHS to implement all of the components discussed in this LOC, the final implementation decisions will be based upon available funding.

3.3 The Vendor must respond with ‘ACKNOWLEDGED’, ‘WILL COMPLY’ or ‘AGREED’ to each point in each section within this LOC with which the Vendor can comply.

3.4 If Vendor cannot respond with ‘ACKNOWLEDGED’, ‘WILL COMPLY’, or ‘AGREED’, then Vendor must respond with ‘EXCEPTION’. If Vendor responds with ‘EXCEPTION’, Vendor must provide detailed information related to that response.

3.5 Vendors are required to propose new equipment with a three (3) year (extended) manufacturer warranty.

3.6 Vendor must deliver this quotation to Brenda Ballard at ITS by Thursday, September 14, 2004, at 3:00 P.M. Quotations may be delivered by hand, via mail, e-mail or by fax. Fax number is (601) 354-6016. ITS WILL NOT BE RESPONSIBLE FOR DELAYS IN THE DELIVERY OF QUOTES. It is solely the responsibility of the Vendor that quotes reach ITS on time. Vendors should contact Brenda Ballard at 601-359-1893 to verify the receipt of their quotes. Quotes received after the deadline will be rejected.

If you have any questions concerning this request, please email Brenda Ballard of ITS at [email protected]. Any questions concerning the specifications detailed in this LOC must be received by Tuesday, September 7, 2004, by 3:00 P.M. (Central Time).

Page 4

Page 5: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

4. BLADE SERVER BASE REQUIREMENTSPlease provide pricing for the equipment listed below on the attached Exhibit B. Vendors are required to propose new equipment. Also, Vendor must be aware that the specifications detailed below are minimum requirements. Should Vendor choose to propose equipment that exceeds the requirements, it is the Vendor’s responsibility to specify in what manner the proposed equipment exceeds the requirements. ITS and MDHS will make the sole assessments as to whether services and proposed equipment that exceed the minimum requirements warrant additional consideration for added value.

4.1 Vendors must propose the following hardware and software solutions:

4.1.1 The proposed blade servers must be capable of handling additional blades without adding additional channels. They must have the ability to hot swap blades and memory on the fly. The blade configuration must be equivalent or greater in function than the IBM Blade Center installed at ITS. The Vendor must describe how the proposed blade servers are compatible with the IBM Blade Center at ITS for backup, recovery and clustering. The Vendor must propose the required hardware and software to implement their clustering technique. The Vendor should provide references where this type of connection has been done by them for their customers.

4.1.2 The proposed system must include multiple chassis to house the blade servers with capacity for forty-two (42) servers. The proposed system must include the appropriate version of Microsoft Windows 2003 Advanced Server operating system software with the appropriate number of licenses. The servers must have dual Xeon processors with speed greater than 3 GHz and a minimum of 4 GBs of RAM.

4.1.3 The system must be capable of serving as a networked storage foundation for Network Attached Storage (NAS), such as provided by Netware V.6 and Microsoft 2003 Server.

4.1.4 LAN and Blade administrative software must be proposed which allows the entire pool of storage to be allocated among and reclaimed from all connected servers regardless of server operating system. The administrative software must allow storage volumes to be copied and mirrored.

4.1.5 The Vendor must propose an Uninterruptible Power Supply (UPS) solution for the Blade Servers.

5. BLADE SERVER OPTIONAL REQUIREMENTSPlease provide pricing for the equipment listed below by using the attached Exhibit C. Vendor must be aware that the specifications detailed below are minimum requirements.

Page 5

Page 6: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Should Vendor choose to propose equipment that exceeds the requirements, it is the Vendor’s responsibility to specify in what manner the proposed equipment exceeds the requirements. ITS and MDHS will make the sole assessments as to whether services and proposed equipment that exceed the minimum requirements warrant additional consideration for added value.

5.1 Vendors must propose the following hardware and software solutions:

5.1.1 The Vendor must include the cost for incremental upgrades to double the size of the Blade Server Farm showing costs at the individual blade level. The Vendor should show mutiple options for additional Blades (i.e. 2 way, 4 way, etc.)

5.1.2 The Vendor must propose a tape backup solution that includes both hardware and software. This solution should be based on Linear Tape-Open (LTO) technology. The Vendor should propose a backup solution that can support a SAN of two (2) terabytes. Tape media should be included in the proposal. The Vendor should propose a minimum of two tape backup solutions to give the customer a choice between two price options. (All costs must be itemized in the appropriate exhibit)

5.1.3 The Vendor must propose two Server virtualization solutions equivalent to support a VMWare implementation. The proposal must include hardware, software and services. One proposal should be based on a Xeon dual processor Server. The other proposal should be based on a Xeon four-way Server.

6. SAN BASE REQUIREMENTSPlease provide pricing for the equipment listed below on the attached Exhibit D. Vendors are required to propose new equipment. Also, Vendor must be aware that the specifications detailed below are minimum requirements. Should Vendor choose to propose equipment that exceeds the requirements, it is the Vendor’s responsibility to specify in what manner the proposed equipment exceeds the requirements. ITS and MDHS will make the sole assessments as to whether services and proposed equipment that exceed the minimum requirements warrant additional consideration for added value.

6.1 Vendors must propose the following hardware and software solutions:

6.1.1 A Storage Area Network (SAN) with fourteen (14) hot-swappable disk drives that are equivalent to the IBM FastT 700 with 146 GB disk drives, short wave modules, fiber channel cables, appropriate expansion drawers and any other devices required to support the SAN.

6.1.2 The SAN must support connection to blade servers running Citrix, Netware, Windows, Linux and SQL/Server.

Page 6

Page 7: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

6.1.3 The proposed SAN system must have the ability to hot swap disks, power and add server connections on the fly. The system proposed must have RAID 5 capabilities or greater. The SAN must be fully redundant including power supplies. The Vendor must install, configure and test Symantec Anti-Virus, or equivalent, and ensure an effective Anti-Virus solution is installed as a part of the SAN implementation.

6.1.4 Two (2) Fiber Channel Switches with a minimum of forty (40) Ports must be proposed. These switches must be equivalent to a McData Sphereon 4500 Switch with redundant power supplies and the ability to perform zoning.

6.1.5 MDHS desires to take advantage of a SAN boot configuration for as many of the Blade Servers as possible

6.1.6 The Vendor must propose a virtualization solution, including both hardware and software, equivalent to IBM or FalconStor. Vendor should propose any additional component that is required to support the solution. Additional software must be proposed to provide the features and functions equivalent to that of IBM Director, Tivoli Storage Manager and FalconStor (IPSTOR V 4.0). All software must be proposed for forty-two (42) processors.

6.1.7 The Vendor must propose an Uninterruptible Power Supply (UPS) solution for the Storage Area Network.

6.1.8 The Vendor must propose onsite final system installation and all associated costs and services to integrate the new systems into the existing environments at MDHS. The SAN must be accessible by all users connected to the LAN/WAN environment at MDHS.

7. SAN OPTIONAL REQUIREMENTSPlease provide pricing for the equipment listed below on the attached Exhibit E. Vendors are required to propose new equipment. Also, Vendor must be aware that the specifications detailed below are minimum requirements. Should Vendor choose to propose equipment that exceeds the requirements, it is the Vendor’s responsibility to specify in what manner the proposed equipment exceeds the requirements. ITS and MDHS will make the sole assessments as to whether services and proposed equipment that exceed the minimum requirements warrant additional consideration for added value.

7.1 Vendors must propose the following hardware and software solutions:

7.1.1 The Vendor should also propose two additional disk drives for hot swappable recovery.

Page 7

Page 8: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

7.1.2 The Vendor must include the cost for incremental upgrades and related components to double the size of the Storage Area Network showing costs at the individual drive level. Costs should be proposed for 36 GB Drives, 72 GB Drives and 146 GB Drives. Proposal must include all racks, connectors and power requirements.

8. SOFTWARE REQUIREMENTS

Hardware ServerQty

Software LicensesServers - Users

Blade Servers 22 Microsoft 2003 Standard Server 22 Servers

Blade Servers 20 Microsoft 2003 Advanced ServerCitrix Presentation Server 3.0Word Perfect Version 11

750 UsersMDHS will provideMDHS will provide

SAN SAN Anti-Virus equiv to

Symantec(latest version)Vendor must provide

Blade Server 2 SQL (latest version) MDHS will provide Blade 1 Tivioli (latest version) Vendor must provideBlade 1 FalconStor (latest version) Vendor must provideBlade (2) (4) 1 VMWare (latest version) Vendor must provide Blades 2 Microsoft ISA (latest version) Vendor must provideBlade 1 Anti-Virus Gateway (latest

version) Vendor must provide

Blade 1 Internet Filtering (latest version) Vendor must provide Blades 2 Novell Netware 6 - Groupwise 6 MDHS will provide

9. INSTALLATION REQUIREMENTS

9.1 The Vendor will be responsible for all hardware and software installation. We anticipate, at a minimum, the following items will be required for the successful installation of the SAN equipment and software. If the Vendor sees that additional services are required, these services must be detailed in the Vendor’s proposal. The Vendor must include the maximum number of hours required for the installation and an hourly rate for installation.

9.2 Installation will be performed on-site. MDHS will make available their facilities and staff 24/7, to ensure the agreed installation schedule is met.Sufficient advance notificiation must be submitted to MDHS personnel to support after-hours work.

Page 8

Page 9: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

9.3 MDHS personnel will participate in the installation of all hardware and software.

9.4 The Vendor will be required to provide the necessary racks, keyboards, monitors, power supplies, power distribution units (PDUs) and keyboard-video-mouse (KVM) switches required for this installation.

9.5 The Vendor will be responsible for planning and implementing all CAT5E plenum and Fiber Optic cabling to connect installed equipment. The Vendor will be required to make all necessary connections between the Blade Server Farm, the SAN and the MDHS Network. The Vendor will be responsible for providing all additional equipment required for Network connections will be the responsibility of the Vendor (GBICs, Switches, Routers, etc).

9.6 The Vendor will be responsible for creating a comprehensive Network design that will indicate all connectivity requirements and list all Network additions and changes such as VLAN configuration (Visio diagrams preferred). The Vendor will be responsible for implementing all Network designs required to provide fully functional systems.

9.7 The Vendor will be required to create a detailed plan for all electrical requirements for all hardware to be installed. This plan should include AMP power ratings, NEMA plug types and any other required information. The Vendor must provide this information to MDHS so that MDHS can submit orders for required electrical infrastructure prior to the start of installation.

9.8 The Vendor must conduct a site survey to ensure adequate space exists for the new hardware. The Vendor must develop an implementation plan for all new hardware to show floor space requirements and indicate how the Vendor will integrate the new equipment with existing equipment in the current MDHS environment.

9.9 The Vendor must develop a plan and implement de-installation and removal of existing equipment if an equipment buy-back is implemented (see 11.14).

9.10 The Vendor must ensure there is adequate ventilation and cooling for the equipment to be installed. If there are modifications to the physical plant required, the Vendor must ensure MDHS has requirements for all modifications that will be required by a contractor other than the Vendor in advance of equipment installation.

9.11 The Vendor must propose onsite final system installation and all associated costs to integrate the new systems into the existing environments at MDHS.

Page 9

Page 10: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

10. TRAINING REQUIREMENTSVendor must provide all costs associated with conducting training and knowledge transfer for the design, implementation, configuration and administration of the Blade Servers and SAN for up to five (5) MDHS employees. All training will be performed on-site at MDHS. Vendor must include a detailed training solution in their proposal. Training must include, at a minimum, conceptual lecture-type instruction and practical hands-on instruction that is specifically focused on the MDHS Blade Servers and SAN. The Vendor will be required to provide training documentation.

10.1 The Vendor must provide a skills transfer to maintain the environment to the MDHS staff. This should include documentation, configuration and installation processes.

10.2 The Vendor must propose system administration training that covers the competencies of each system configuration, effective system resource utilization and system performance monitoring.

10.3 The Vendor must ensure that all software technicians are skilled in the proficiency of the products proposed and that they hold certifications in these areas as well. Software examples include Citrix, FalconStor, Cisco, VMWare, MCSE, McData Certified Technician and any additional or alternative products proposed.

11. ADDITIONAL REQUIREMENTS

11.1 The Vendor should provide detailed documentation for the systems listed below: Blade Server Farm Configuration SAN Storage Configuration Local Backup Configuration Remote Backup Configuration IP Schemes Network Configuration Diagrams of all hardware, storage and network connectivity in Visio format. MACWIS Migration and Conversion Novell Migration (if implemented) Internet Filtering and Reporting (if implemented) Anti-Virus Gateway (if implemented) Internet Blocking (if implemented) Electrical and Data Cabling Documentation of User Profiles, Home Directories and migration of existing

data

11.2 The Vendor must provide written step-by-step documentation that outlines the installation and configuration of all hardware and software.

11.3 The Vendor must provide documentation that illustrates the fully functional Networks implemented following the migration to the new platforms.

Page 10

Page 11: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

11.4 The Vendor must outline, in detail, the technical approach that will be deployed in the design and configuration of the proposed Blade Server and SAN. The Vendor must include drawings for placement of all products in racks. These drawings must contain all power requirements, electrical specifications and PDUs and be provided in Visio format. Vendors must address the performance features and advantages/value afforded MDHS for the required investment.

11.5 The Vendor must fully address and propose equipment and services to compensate for any heat issues that will arise from configuring Blade Center and SAN in the manner proposed.

11.6 Vendor’s configuration must take into consideration the proposed use for the system. This includes twenty-nine (29) servers for supporting Windows applications via Citrix. In addition, Vendor must propose clustered pairs for each of the following functions: NetWare Server, ISA Server, Internet Filtering & Reporting/Anti-Virus, SQL/Server and FalconStor. The clustering must support parallel operation with load balancing and/or fail over. This must include the infrastructure at ITS. The Vendor must propose SAN boot or local boot, based on the function of the Server. The Vendor must propose Blade Servers with Hard Drives if SAN boot is not possible (if invoked, fully discuss this exception).

11.7 The Vendor must specify the delivery interval proposed by his/her company.

11.8 The Vendor must specify the discounted price for each item. The Vendor must propose all products FOB the Mississippi Department of Human Services, 750 North State Street, Jackson, MS 39202, or specify the cost of freight and insurance in transit either as a straight fee or as a percentage of the purchase price.

11.9 If any component necessary for proper operation of the required systems is omitted from the Vendor’s proposal, Vendor must provide the components at no additional cost. This includes but is not limited to any and all connectors and interfaces to render the configuration fully operational.

11.10 The intent of MDHS is to consolidate their existing server farm into the Blade Server and SAN configuration procured via this LOC. Therefore, it is a requirement of this LOC that a Server Consolidation Tool and study be proposed. This study must be equivalent to IBM’s CDAT Study. All related costs for the use of the tool, as well as, associated labor costs must be proposed. A minimum of two references is required where the proposed Vendor has used the tool/study.

11.11 The Vendor must provide corporate designations with the manufacturer of the major components, such as: SAN, Blade Servers and all switches, i.e., IBM Premiere Partner, etc. for each product proposed.

Page 11

Page 12: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

11.12 The Vendor must provide all complete technical specifications, manuals and documentation for all proposed equipment at the point of sale. The Vendor must include product literature that substantiates and describes the technical specifications.

11.13 The Vendor must provide three (3) SAN & Blade Server references including the name of the contact and their phone number. These references must be for customers who have used the Vendor for turn-key SAN and Blade Server procurement, support and training within the past twenty-four (24) months. Three (3) references are also required for each Technician being assigned for skills transfer, implementation, and integration.

11.14 Vendor must provide MDHS with a detail narrative explaining the Vendor’s proposed procedures, solutions and time line for accomplishing the tasks listed in Sections 4, 5, 6, 7, 8 and 9. The narrative must demonstrate the Vendor’s knowledge of how all of the proposed equipment and software will be integrated into a complete working configuration within the existing MDHS environment. Vendor must also discuss their post-sale Blade Server and SAN support offerings, as well as, current on-going hourly/daily rates for various technicians.

11.15 Vendor may propose a buy-back plan for the current equipment. Specifications for the currently installed equipment is located in Exhibit H.

11.16 Vendor must be an authorized reseller of the manufacturer Blade and SAN storage systems being proposed.

11.16 The Vendor must provide at least three accounts where projects have been completed which involved Novell migrations to 6.x implementation as references.

11.17 The Vendor must provide at least three accounts where projects have been completed which involved Citrix XP and/or Presentation implementation as references.

11.18 The winning Vendor will be required to sign a Turnkey Agreement. A copy has been attached for reference.

11.19 The Vendor must be willing to offer the proposed products and services such that MDHS and ITS may use this Proposal to satisfy their needs for various Blade and SAN components in the future.

12. SYSTEM CONVERSIONS

12.1 MACWIS Conversion (Required)The Mississippi Department of Human Services (MDHS) Division of Family and Children Services (DFCS) operates a Server Farm at the MDHS State Office that supports the Mississippi Automated Child Welfare Information System

Page 12

Page 13: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

(MACWIS). MACWIS is a custom developed software application used to support DFCS social workers throughout the state.

The MACWIS Server Farm consists of 29 Dell Servers. Approximately 700 end users authenticate to the MACWIS Server Farm and receive published applications via Citrix. The MDHS IBM Mainframe, located at ITS, provides transaction processing and storage for the MACWIS system. The attached Exhibit C provides a detailed listing of the Server Farm hardware specifications and lists applications that are published to the end users. All servers are currently running Microsoft Windows 2000 Server or Microsoft Windows 2000 Advanced Server. Twenty of the Dell Servers are running Citrix Metaframe 1.8.

All MACWIS Servers (including the backup Server) are connected to a Cisco 3500 Switch to facilitate the backup process. The Server Farm is backed up to tape daily using a Dell Tape Library.

The MACWIS end users are located at over 90 MDHS county office locations as well as users at the MDHS State Office. The majority of MDHS county office MACWIS users access the system via Wyse Thin Client devices, model 3360. Some county office and all State Office MACWIS users access the system via desktop PCs.

MDHS found the performance of the MACWIS Server Farm to be adequate in providing connectivity and good response time for the End Users. However, in recent months, there have been some response time issues which require longer than acceptable wait times when the User logs in to the system.

MACWIS End Users are not authorized to access the Internet and do not have Internet E-Mail capability. However, MDHS has found that end users often find ways to access the Internet. MDHS is planning to install an ISA Server within the scope of this project to prevent unauthorized access to the Internet. MACWIS end users do have an Intranet site that can be accessed for business related information.

The MACWIS Servers are connected with Category 5 Ethernet 10/100 cabling to a Cisco 6509 Router/Switch that serves as the core of the MDHS Network. The MACWIS Server Farm is configured as a separate VLAN in the MDHS Network.

The MDHS State Office building has nine floors. The State Office Network consists of a 2 Gigabit fiber optic backbone with each floor connected using Cisco 3500 Switches. The backbone connects to the Cisco 6509 Router/Switch. Each floor of the State Office is configured as a separate VLAN.

There are approximately 150 remote MDHS locations that interface with 15 District offices over Frame Relay circuits with Cisco 2600 and 3600 series Routers. At the District office, the Frame Relay packetized traffic from the

Page 13

Page 14: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

remote sites is converted to ATM cells (FRF8 conversion). Each District office has an ATM T1 circuit and Cisco 3600 series Router that interfaces with an ATM OC3 backbone. BellSouth switches MDHS traffic to the MDHS State Office via a DS3 circuit. The MDHS State Office connects to the Department of Information Technology Services (ITS) via Fiber Optic cabling with a Gigabit Ethernet connection.

12.1.1 Migration and Conversion Requirements The vendor must propose a detailed plan for migration of MACWIS users to the new Blade Server Farm. This conversion project must be completed with minimum downtime. The MDHS Network staff will work with the vendor during the conversion but the vendor must provide all required manpower and resources to ensure the conversion is completed with no exceptions.

12.1.1.1 Boot ProcessMDHS is interested in considering the benefits of booting all Servers from a Storage Area Network (SAN). The vendor must propose a configuration for a SAN boot process for the MACWIS Server Farm.

12.1.2 Storage Area Network (SAN)The vendor must propose plans, based on Network requirements provided by MDHS, for installation of a Storage Area Network (SAN). The vendor will be responsible for all installation and configuration of the SAN. The vendor will be responsible for all migration of existing MDHS data to the SAN.

Required Server & Software Installation and Configuration

12.1.2.1 Windows 2003 ServerThe vendor must install and configure Windows 2003 Server versions for all hardware installed. Configure TCP/IP with WINS, DNS and static IP Address on Citrix Servers using information supplied by MDHS.

12.1.2.2 Citrix SoftwareMDHS plans to operate the new Server Farm with Citrix Presentation Server 3.0. MDHS currently has subscription advantage with Citrix. Therefore, the Agency is eligible to upgrade to this latest software release at no additional cost. It will be necessary for the vendor to install; A- Citrix MetaFrame 1.8, then Citrix XP and finally Citrix Presentation Server 3.0 to accomplish the upgrade. This three step installation process is necessary in order to validate the current Metaframe 1.8 licenses since the

Page 14

Page 15: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

software is being obtained through Citrix Subscription Advantage. The vendor will be responsible for configuring optimal load balancing and resource management functionality with this installation.

12.1.2.3 Symantec Anti-VirusThe vendor must install and configure the latest Symantec enterprise edition software. A support Server in the Blade Farm must be configured as a Symantec System Console Server. Symantec Anti-Virus client software must be installed and configured on all MDHS Servers and receive automatic updates from the primary Server.

12.1.2.4 Corel WordPerfect SuiteThe vendor must install and configure the latest version of Corel WordPerfect Suite. MDHS requires a custom installation of the Corel Suite that only includes WordPerfect, Quattro Pro and Corel Presentation.

12.1.2.5 Backup Server and SoftwareThe vendor must install and configure a Backup Server and Backup software optimized for the Tape Library. A Backup Server must be installed as a part of the Blade Server Farm. All MDHS provided Backup software must be installed, configured and tested. Backup Agent software must be installed on all applicable Servers. Configure TCP/IP with WINS, DNS and static IP Address on the Server using information supplied by MDHS.

12.1.2.6 MACWIS ApplicationThe vendor must install and fully configure the MDHS MACWIS application for each Citrix Server.

12.1.2.7 MACWIS Print Server & Print ServicesThe vendor must install and fully configure a Print Server that will provide printing support for MACWIS end users. The Print Server must be configured with the correct IP Address for all existing MACWIS Printers. The vendor will be responsible for ensuring that all Users can successfully print at all locations. Configure TCP/IP with WINS, DNS and static IP Address on the Servers using information supplied by MDHS.

12.1.2.8 MACWIS File ServersThe vendor must install and configure two File Servers. The vendor will be required to migrate the current data to

Page 15

Page 16: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

the new File Servers. The vendor will be required to re-create the Folders and Directories that exist on the current MACWIS Server Farm. These Folders are accessed by Users via Mapped Drives. The vendor will be required to re-create the Mapped Drive configuration currently in use on the existing MACWIS Server Farm. The vendor will be required to re-create the User permissions for all Folders and Directories. Configure TCP/IP with WINS, DNS and static IP Address on the Server using information supplied by MDHS.

12.1.2.9 Domain Servers & Active DirectoryThe vendor must install and configure three Domain Servers. The function of these Servers is for User authentication and the multiple Servers provide for redundancy. The vendor will be required to re-create the Active Directory configuration that exists on the current MACWIS Server Farm. All required Containers must be re-created with the corresponding Users and Groups. The vendor will be required to re-create all Group Polices that exist on the current MACWIS Server Farm. Configure TCP/IP with WINS, DNS and static IP Address on the Server using information supplied by MDHS.

12.1.2.10 RMS & SQL ServerThe vendor must install and configure a Server to provide Citrix RMS and SQL services. Load and configure the latest version of Microsoft SQL. Configure TCP/IP with WINS, DNS and static IP Address on the Server using information supplied by MDHS.

12.1.2.11 MACWIS Web ServerThe vendor must install and configure an IIS Web Server that serves as the Intranet for the Division of Family and Children Services. The vendor must re-create all data from the existing Server on the new Web Server. The vendor will work in partnership with the MDHS MACWIS Development team and MDHS Network team to ensure this Server is properly configured. Configure TCP/IP with WINS, DNS and static IP Address on the Server using information supplied by MDHS.

12.1.2.12 MACWIS Development EnvironmentThe vendor must install and configure two Servers as a development and test environment for MDHS. These

Page 16

Page 17: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Servers will be configured just like the production Citrix Servers.

12.1.3 Hardware and Software Optimization The vendor must ensure all installed hardware has the correct

firmware. The vendor must ensure that OS software has the latest updates

and patches. The vendor must ensure that Corel WordPerfect Suite software

has the latest updates and patches. The vendor must ensure the Anti-Virus software has the latest

virus definitions and is configured to get automatic updates. The vendor must ensure that the MACWIS software is

functioning properly and meets MDHS specifications. The vendor will be required to install and configure backup

software Open File Agents on all Servers if required.

12.1.4 Citrix Published ApplicationsThe vendor will be responsible for installation and configuration of Citrix published Corel Suite and the MACWIS application for access by the end users. The vendor will be required to configure and publish a windows custom desktop for all Users. The vendor will be responsible for ensuring that all Users can successfully connect to the published applications including the MACWIS application.

12.1.5 User ProfilesThe vendor will be responsible for developing a detailed plan for migration of all User profiles, home directories and all existing data to the new hardware platform. Default printers must be assigned for each User.

12.1.6 Citrix Presentation Server ConfigurationThe vendor will be required to configure Citrix Presentation Server 3.0 so that PC Users can access MACWIS and related applications via a Web Browser rather than using a locally installed ICA client on the workstation. The Vendor will be required to implement the necessary Server configuration to ensure the existing Wyse Thin Client Users can connect on the new platform. Server configuration changes will be required since Citrix Presentation Server uses XML in addition to TCP/IP to connect the Users. A Citrix corporate systems engineer is available to provide information and support to the Vendor with this configuration requirement.

Page 17

Page 18: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

12.1.7 Local BackupThe vendor will be responsible for installation and configuration of a backup solution for the MACWIS Server Farm. This will include tape library hardware, backup software and backup media.

12.1.8 Backup to ITSMDHS would like for the vendor to provide a detailed plan to implement backup of the MACWIS Server Farm to SAN storage located at ITS. This plan should include hardware, software and services.

12.2 Novell Conversion (Optional)The Mississippi Department of Human Services Novell Server environment consists of the following primary components that share a common Novell Tree.

MDHS State Office Novell 4.11 Server supporting 420 Users and Network printers.

MIS Training Room Novell 5.0 Server supporting 17 Users and 2 Network printers.

SAA Gateway #1 for Mainframe Access and to support special Mainframe printing.

SAA Gateway #2 for the MIS Training Room.

MDHS State Office Users use Personal Computers running Windows 3.1, Windows 95, Windows 98, Windows NT, Windows 2000 and Windows XP.

The Mississippi Department of Human Services (MDHS) is running a Novell 4.11 Server at the MDHS State Office supporting approximately 420 Users in a Local Area Network. The Novell Server is providing file, print and application services for the MDHS State Office employees. The Novell Server configuration information is provided below.

Novell Hardware ConfigurationComponent Specification

Model IBM Netfinity 7600Processors One 750 Mhz XeonMemory 2 GBNIC Two Integrated 10/100Power Supplies Four 250 WattInternal Tape Library DLT 4000 Capacity 40/80

Page 18

Page 19: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Novell Server Storage ConfigurationLocation Size GB Part # Raid Level Channel

Bay 1 36.4 37L7206 1 - Hdw Mirror B 3Bay 2 36.4 37L7206 1 - Hdw Mirror B 3Bay 3 Space - - -Bay 4 18.2 37L7206 Raid 5A 3Bay 5 18.2 37L7206 Raid 5A 3Bay 6 18.2 37L7206 Raid 5A 3Bay 7 18.2 37L7206 Raid 5A 3Bay 8 18.2 37L7206 Raid 5A 3Bay 9 Space - - -

Novell Server Software ConfigurationComponent Version Reference

Netware 4.11Groupwise 4.1 A Symantec Anti-Virus Corporate Edition ArcServeIT 6.6 Unlimited UsersNovell License Services

5.0.2

NWIP Netware IP 2.2 2.2 B NWUDP 2.2 D Netware IP Update 203Patch 7.00 Netware 4.10 410PT7SPAC 9.0.0 V9.0 Support Pack for Netware 4.2/4.11TCPIP V 4.0 4.00 F Common Stack

MIS Training Room ServerComponent Specification

Model HP NetServer LC3Processors One Pentium III 550 Mhz Memory 128 MBStorage Two 18 GB HDDNIC One 10/100Network Operating System Novell Netware 5.0Novell GroupWise Version 5.5Symantec AntiVirus Enterprise Edition

Page 19

Page 20: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

SAA Gateway #1 (99 SAA Gateway)Component Specification

Model IBM Netfinity 3500Processors One Pentium III 600 Mhz Memory 256 MBStorage Two 18 GB HDD - MirroredNIC One Integrated 10/100Network Operating System Novell Runtime Version 4.x Novell SAA SAA 2.0

SAA Gateway #2 (SAA Gateway)Component Specification

Model IBM 6571 WorkstationProcessors One Pentium II 450 Mhz Memory 64 MBStorage 400 MB HDDNIC One 10/100Network Operating System Novell Runtime Version 4.x Novell SAA SAA 2.0

12.3 Migration and Conversion RequirementsThe vendor will be required to develop a detailed plan for migration of the current Novell environment to the new Blade Server Farm. This conversion project must be completed with minimum downtime. The MDHS Network staff will work closely with the vendor during the conversion but the vendor must provide all required manpower and resources to ensure the conversion is completed with no exceptions.

12.3 Boot ProcessMDHS is interested in considering the benefits of booting all Servers from a Storage Area Network (SAN). The vendor should develop a configuration for a SAN boot process for the Novell environment.

12.4 Storage Area NetworkThe vendor must develop plans, based on Network requirements provided by MDHS, for installation of a Storage Area Network (SAN) that will support the Novell environment. The vendor will be responsible for all installation and configuration of the SAN. The vendor will be responsible for all migration of existing MDHS data to the SAN.

Page 20

Page 21: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

12.5 Novell Server & Software Installation and Configuration

12.5.1 State Office Novell Server Migration from Novell 4.11 to Novell 6.5MDHS is interested in migrating the State Office Novell Server from Novell 4.11 to Novell 6.5. The vendor will be required to develop a detailed plan for this migration. The plan should include, but is not be limited to, the following support requirements. The vendor may have to perform an multi-phase upgrade process in order to get the Server to the latest release. Migrate all Network Printers, Print Servers and Print Queues.

All printers will have to be tested following the migration. Ensure all data files are properly migrated. Ensure all Network security settings are maintained on file

folders, containers and groups. Ensure all Network services are configured and tested. Ensure that the State Office Server, the MIS Training Room

Server and SAA Gateways are maintained in the same Tree. Ensure all Login scripts, Passwords, User, Disk Quota,

Containers and Group information is properly migrated. The vendor will be required to install, configure and test the

appropriate Novell Client on all workstations. Any required Windows Patches and/or Updates will be installed.

Ensure the Server is configured with multiple volumes to ensure there is a system volume, a print volume and application volume.

The Vendor will be responsible for upgrading the Windows Operating System on any client computer that is not compatible with the Novell 6.5 NOS (unless the hardware specifications of the PC will not support a later version of Windows).

12.5.2 Training Room Novell Server Upgrade from Novell 5.00 to Novell 6.5MDHS is interested in upgrading the MIS Training Room Novell Server from Novell 5.0 to Novell 6.5. The vendor will be required to develop a detailed plan for this upgrade. MDHS will continue to use the separate HP Server for this platform. The plan should include, but is not be limited to, the following support requirements. Migrate all Network Printers, Print Servers and Print Queues.

All printers will have to be tested following the migration. Ensure all data files are properly migrated. Ensure all Network security settings are maintained. Ensure all

Network services are configured and tested. Ensure that the State Office Server, the MIS Training Room

Server and SAA Gateways are maintained in the same Tree. Ensure all Login scripts, Passwords, User, Disk Quota,

Containers and Group information is properly migrated. The vendor will be required to install, configure and test the

appropriate Novell Client on all workstations.

Page 21

Page 22: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

12.5.3 Symantec Anti-VirusThe vendor must install and configure the latest Symantec enterprise edition software on both Novell Servers. A support Server in the Blade Farm must be configured as a Symantec System Console Server. Symantec Anti-Virus client software must be installed and configured on all MDHS Servers and receive automatic updates from the primary Server.

12.5.4 Backup Server and SoftwareThe vendor must install and configure a Backup Server and Backup software optimized for the Tape Library. A Backup Server must be installed as a part of the Blade Server Farm. All MDHS provided Backup software must be installed, configured and tested. Backup Agent software must be installed on all applicable Servers. Configure TCP/IP with WINS, DNS and a static IP Address on the Server using information supplied by MDHS.

12.5.5 Group WiseMDHS is interested in upgrading the State Office Server from GroupWise 4.1a to GroupWise 6.5. The vendor will be required to develop a detailed plan for this upgrade. MDHS will discontinue use of GroupWise on the MIS Training Room Server. The plan should include migrating User mail archives if possible. MDHS has approximately 290 Users currently set up on GroupWise. Ensure all data files are properly migrated. Ensure all Mailboxes and User Profiles are maintained. The vendor will be required to install and test the appropriate

GroupWise Client on all workstations.

12.5.6 SAA GatewaysMDHS is interested in upgrading the State Office Server from GroupWise 4.1a to GroupWise 6.5. The vendor will be required to develop a detailed plan for this upgrade. MDHS will discontinue use of GroupWise on the MIS Training Room Server. The plan should include migrating User mail archives if possible. MDHS has approximately 290 Users currently set up on GroupWise. Ensure all data files are properly migrated. Ensure all Mailboxes and User Profiles are maintained. The vendor will be required to install and test the appropriate

GroupWise Client on all workstations.

12.5.7 Hardware & Software OptimizationThe vendor must ensure all installed hardware has the correct firmware. The vendor must ensure that the Novell Network Operating

System software has the latest updates, patches and drivers.

Page 22

Page 23: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

The vendor must ensure the Anti-Virus software has the latest virus definitions and is configured to receive automatic updates.

The vendor must ensure that the Novell software is functioning properly and meets MDHS specifications.

The vendor will be required to install, configure and test backup software Open File Agents on all Servers as required.

12.5.8 User ProfilesThe vendor will be responsible for developing a detailed plan for migration of all User profiles, home directories and all existing data to the new hardware platform. Default printers must be assigned for each User.

12.5.9 Local BackupThe vendor will be responsible for installation and configuration of a backup solution for the State Office Novell Server. This will include tape library hardware, backup software and backup media.

12.5.10 Backup to ITSMDHS would like for the vendor to provide a detailed plan to implement backup of the State Office Novell Server to SAN storage located at ITS. This plan should include hardware, software and services required to implement this capability.

13. INTERNET SECURITY IMPLEMENTATIONThe MDHS State Office Network is the central point of connection for all 150+ MDHS County Offices. The Network traffic travels from the County Offices over a Frame Relay Network which collapses into 15 District Offices where ATM T1 Circuits direct the traffic in to the State of Mississippi OC3 backbone. This traffic is then switched to the MDHS State Office via a BellSouth DS3 Data Circuit. This traffic enters the MDHS State Office via a Cisco PIX 525 Firewall (redundant configuration) and travels across a Cisco 6509 Switch/Router that is the core of the MDHS Network. After passing through the Cisco 6509, network traffic is routed to it’s destination at the MDHS State Office or continues via Gigabit Fiber to ITS for Internet connectivity or Mainframe access. MDHS has a VPN 3030 Concentrator installed as well.

13.1 Anti-Virus Gateway (Optional)Currently, MDHS runs Symantec Corporate Edition Anti-Virus software on all Servers and all Workstations. MDHS would like vendor proposals for implement an Anti-Virus Gateway solution that will provide additional virus protection for the Agency. The Anti-Virus Gateway Server would be used to scan all Internet traffic such as HTTP, FTP and SMTP.

The primary platform where this Anti-Virus Filtering should be implemented is for the 700+ MACWIS Users within the Division of Family and Children

Page 23

Page 24: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Services. However, where possible MDHS would like to implement this tool Agency wide.

The MACWIS Users in the MDHS county office are connecting to the MDHS State Office Server Farm via Citrix software. The Server Farm contains 29 Servers, with 19 dedicated to Citrix application publishing and 10 related support Servers. The MACWIS Users in the County Offices use Wyse Thin Client terminals to connect with the MACWIS Server Farm. These Users use Microsoft Internet Explorer, version 6, as their Web Browser. The MDHS State Office Users accessing the Internet use Netscape Communicator 4.x as the standard Browser.

The vendor will be required to provide a detailed plan for implementation of an Anti-Virus Gateway solution. The vendor will be required to provide a turn-key implementation for this solution that will include hardware, software, services and training. This solution must be configured in single Server configuration. If appropriate, the vendor should propose additional hardware and software tools to optimize load balancing of traffic handled by the Anti-Virus Gateway solution.

13.2 Internet Blocking (Optional)MDHS would like to implement technology that will enable the Agency to block specific Users from the Internet while allowing others to access the Internet. The primary platform where this Internet blocking should be implemented is for the 700+ MACWIS Users within the Division of Family and Children Services. However, where possible MDHS would like to implement this tool Agency wide. MDHS is interested in an ISA type technology solution that will enable MDHS Network Administrators to manage Internet access to the individual User level. The MACWIS Users in the MDHS county office are connecting to the MDHS State Office Server Farm via Citrix software. The Server Farm contains 29 Servers, with 19 dedicated to Citrix application publishing and 10 related support Servers. The MACWIS Users in the County Offices use Wyse Thin Client terminals to connect with the MACWIS Server Farm. These Users use Microsoft Internet Explorer, version 6, as their Web Browser. These Users must have access to IE to connect to an MDHS Intranet, so disabling the Browser is not an option. The MDHS State Office Users accessing the Internet use Netscape Communicator 4.x as the standard Browser.

The vendor will be required to provide a detailed plan for implementation of an ISA Server type solution. The vendor will be required to provide a turn-key implementation for this solution that will include hardware, software, services and training. This solution must be configured in a redundant ‘two Server’ load balanced configuration.

If appropriate, the vendor should propose additional hardware and software tools to optimize load balancing of traffic handled by the Internet Blocking solution.

Page 24

Page 25: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

13.3 Internet Filtering and Reporting (Optional)Vendor must propose costs for implementation of an Internet Filtering and Reporting solution that will provided by MDHS. The Agency will use this software to block Internet access to designated Internet sites and to provide reporting of User Internet access activity. The vendor should include all required services and training needed to provide a turnkey solution for the Agency. The vendor should determine if a redundant fail-over load balanced solution is needed for this implementation versus a single Server platform. The Servers for Internet Filtering will be in a Blade Server Farm to be installed at MDHS.

MDHS is planning to implement a separate solution, such as an ISA Server, to control which employees can access the Internet and to support Internet blocking.

Currently, there are approximately 430 MDHS employees accessing the Internet. However, there are over 3,500 employees in the Agency. The proposed Filtering solution should be able to scale to support all employees in the future. Please provide all associated costs on the attached Exhibit F.

The Vendor must provide costs for software and support costs to install the base technology and also provide the costs based on the number of users. The Vendor must indicate the license and support costs for year one, for year two and for year three.

14. WARRANTY/MAINTENANCE

14.1 The Vendor must specify the terms of the manufacturer warranty for the items proposed, during which time the maintenance need not be paid.

14.2 All hardware must be proposed with a three (3) year warranty that offers 24x7 on-site coverage. Specify annual cost.

14.3 Minimum telephone response time is one (1) hour and the minimum on-site response time is four (4) hours.

14.4 Vendor must identify the location of their nearest service center that will provide maintenance for this equipment.

14.5 Vendor must identify the number of employees located at the service center referenced in 14.4.

14.6 Vendor must specify if warranty is provided by the Vendor, the manufacturer or by a subcontractor.

14.7 Vendor must provide in their proposal details on how support personnel will be dispatched to provide support for this equipment.

Page 25

Page 26: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

14.8 It is ITS’ preference that the Vendor’s proposal is a not-to-exceed firm commitment. In the event that the Vendor cannot commit to a fixed cost for the subsequent years of support after year one, Vendor must specify the annual support increase ceiling offered by his/her company on the proposed products. Vendor must state his policy regarding increasing support charges. Price escalations for Support shall not exceed the lesser of 5% increase per year or an increase consistent with the percent increase in the consumer price index, all Urban Consumer US City Average (C.P.I. –u) for the preceding year.

14.9 Vendor must provide details and costs for all associated software licenses, support fees, maintenance fees and annual renewals.

14.10 The Vendor must warrant all installation services for a period of 120 days following completion of project installation and acceptance by MDHS. The Vendor must provide on site support for resolution of critical problems to avoid end user downtime. This is not a request to purchase additional services but a requirement for the Vendor to provide post-implementation support. The winning Vendor is expected to respond to a call from MDHS within two (2) hours and resolve the reported problem within four (4) hours. The Vendor must work in partnership with MDHS to ensure that all criteria and deliverables are fully satisfied and achieved to validate the successful operation of the MACWIS system.

15. PROJECT MANAGEMENTThe Vendor must assign a dedicated project manager to oversee this project from the planning stages to final acceptance. The proposed Project Manager must posses excellent English verbal and written communication skills. The Vendor must work in partnership with MDHS to develop detailed checklists to ensure all work has been completed to the satisfaction of MDHS. A project schedule must be created with planned completion dates that are acceptable to MDHS. The Vendor must provide daily written reports to MDHS on the status of the project. The Vendor must prepare and present briefing materials and close-out project summary reports. The Vendor must participate in regular status meetings and project management tasks to ensure successful project completion within established time frame and budget. The Vendor must provide overall guidance and oversight to ensure successful hardware, software and integration is achieved. The Vendor must test end-to-end application operation. The Vendor must clearly document and include all supporting data to validate that the system is fully functional. This validation must ensure that all components within the Network function properly according to the requirements and specifications defined in this Letter of Configuration. These specifications will also be defined in the acceptance document.

16. ADDED VALUEITS and MDHS are requesting the Vendors to propose any additional value-added features, products and/or services that may distinguish your company from the group and facilitate our selection process of the lowest and best proposal. ITS and MDHS will

Page 26

Page 27: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

make the sole assessment of the relative merits of each added-value proposal to the agency.

17. VENDOR QUALIFICATIONSThe Vendor must ensure that sufficient resources are available to implement the project on time while maintaining quality standards. The Vendor must ensure that personnel with the certifications listed below are assigned to this project. The Vendor must indicate the projected time per week that each resource will devote to this project. The Vendor must provide names, resumes and certification documents for each person that will be assigned to the project.

17.1 The Vendor’s Team must include individuals representing the certifications listed below. The Vendor must specify each team member and the certifications they hold:

17.1.1 Microsoft Certified Systems Engineer (MCSE)

17.1.2 Citrix Certified Enterprise Administrator (CCEA)

17.1.3 Cisco Certified Network Associate (CCNA)

17.1.4 Cisco Certified Internetworking Engineer (CCIE)

17.1.5 Certified Novell Engineer (CNE)

17.1.6 Master Certified Novell Engineer (MCNE)

17.1.7 Certified SAN Administrator (Certification for Hardware Brand Proposed)

17.1.8 Team members with Novell Groupwise administration and migration experience

17.1.9 Team members with experience with FalconStor

17.1.10 Team members with experience with Tivoli

17.1.11 McData certification and/or technical experience

17.2 Please state to what degree the Project Manager possesses the following certifications and/or experience:

17.2.1 Citrix Certified Enterprise Administrator (CCEA)

17.2.2 Microsoft Certified Systems Engineer (MCSE)

17.2.3 Certified Novell Engineer (CNE)

Page 27

Page 28: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

17.2.4 Cisco Certified Network Administrator (CCNA)

17.2.5 BS in Computer Science or related area

17.2.6 Experience with multi-site Citrix installations

17.2.7 Experience with multi-site Novell installations

17.2.8 Experience with Windows 9x, NT, 2000 and XP

17.2.9 Experience with Cisco Layer 3 Routers, Firewalls

17.2.10 Experience with Network infrastructure administration, evaluation and design

17.2.11 In depth knowledge of configuration and installation of Storage Area Networks (SAN)

17.2.12 Experience with Network security products to include Anti-Virus Gateways, Web Filtering and ISA Server products

17.2.13 Extensive project management experience, minimum seven years, with large-scale projects including Citrix, Novell, Microsoft and Mainframe environments

17.2.14 Experience with Ethernet 10/100, Fiber, TCP/IP, IPX/SPX

17.3 The Vendor must submit resumes, which outline technical experience, along with proper certification for each technician who will be working on the implementation.

17.4 The Vendor must provide complete technical specifications for the proposed equipment. The Vendor should included product literature that substantiates and describes the technical specifications.

18. PROPOSAL SUBMISSIONThe Vendor must provide a detailed fixed price for all equipment and software required. The Vendor must provide detailed ongoing technical support costs, whether hourly or daily rates, for technicians to be scheduled for future release updates and/or support. Please use the attached CP-6: Cost Summary Information (Attachment A). Follow the instructions provided on the form. Incomplete forms will not be processed.

Page 28

Page 29: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

19. PROPOSAL EVALUATIONThe proposal evaluation will occur progressively over the following steps. Vendors satisfying the evaluation criteria in a given step will qualify for the subsequent step. Those failing to meet the criteria in a step will be immediately disqualified. Those Vendors still in contention by Step II will be subjected to a quantitative evaluation. That Vendor scoring the highest in Step II will be selected as lowest and best in response to this request.19.1 Step 1 – Proposal Validation

Vendors’ proposals will be reviewed to ensure all specifications have been properly addressed, furnishing the information needed to facilitate a proper technical, financial and background evaluation. Vendors will be contacted on those proposals found to require minor clarification. Vendors whose proposals do not adhere to the specifications, contain consistently vague responses or omit information will be disqualified from further evaluation.

19.2 Step II – Quantitative EvaluationScores will be assigned for the following categories. Each of these categories is assigned a weight between 0% and 100% with the sum of all categories equaling 100%. All information provided by the Vendor and other information available to the State will be used in evaluation of the proposals.

19.2.1 Technical solution designed and proposed

19.2.2 Total life cycle cost

19.2.3 Added value

19.2.4 References

19.2.5 Server Consolidation Study Tools

Enclosure:Exhibit A - ITS and MDHS InfrastructureExhibit B – Base Blade Server Cost Information Summary FormExhibit C – Optional Blade Server Cost Information Summary FormExhibit D – Base SAN Cost Information Summary FormExhibit E – Optional SAN Cost Information Summary FormExhibit F – Software Cost Information Summary FormExhibit G – System Conversions Cost Information Summary FormExhibit H – Internet Security Implementation Cost Information Summary Form

Exhibit I – MACWIS Server Farm ConfigurationExhibit J – Reference Information

Page 29

Page 30: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

David L. Litchliter, Executive Director

Suite 508301 North Lamar Street

Jackson, MS 39201-1495Phone: 601-359-1395

Fax: 601-354-6016www.its.state.ms.us

Exhibit A

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 31: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Exhibit BBLADE SERVER BASE REQUIREMENTSCOST INFORMATION SUMMARY FORM

Please submit the ITS requested information response under your general proposal #3361/3364 for project #35383 using the following format.Fax your completed form back to 601-354-6016 addressed to the Technology Consultant listed on the fax cover sheet. If the necessary information is not included, your response cannot be considered.

ITS Technology Consultant Name: Technology Consultant who contacted you RFP# 3361/3364

Company Name: XYZ Company Date: August 25, 2004

Contact Name: Your Name Phone Number:601-555-3737

Product #

Product Description Qty Unit Price Discount % Extended Price

Unit Warranty Price

Extended Warranty Price

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 32: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Exhibit CBLADE SERVER OPTIONAL REQUIREMENTS

COST INFORMATION SUMMARY FORM

Please submit the ITS requested information response under your general proposal #3361/3364 for project #35383 using the following format.Fax your completed form back to 601-354-6016 addressed to the Technology Consultant listed on the fax cover sheet. If the necessary information is not included, your response cannot be considered.

ITS Technology Consultant Name: Technology Consultant who contacted you RFP# 3361/3364

Company Name: XYZ Company Date: August 25, 2004

Contact Name: Your Name Phone Number:601-555-3737

Product #

Product Description Qty Unit Price Discount % Extended Price

Unit Warranty Price

Extended Warranty Price

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 33: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Exhibit DSAN BASE REQUIREMENTS

COST INFORMATION SUMMARY FORM

Please submit the ITS requested information response under your general proposal #3361/3364 for project #35383 using the following format.Fax your completed form back to 601-354-6016 addressed to the Technology Consultant listed on the fax cover sheet. If the necessary information is not included, your response cannot be considered.

ITS Technology Consultant Name: Technology Consultant who contacted you RFP# 3361/3364

Company Name: XYZ Company Date: August 25, 2004

Contact Name: Your Name Phone Number:601-555-3737

Product #

Product Description Qty Unit Price Discount % Extended Price

Unit Warranty Price

Extended Warranty Price

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 34: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Exhibit ESAN OPTIONAL REQUIREMENTS

COST INFORMATION SUMMARY FORM

Please submit the ITS requested information response under your general proposal #3361/3364 for project #35383 using the following format.Fax your completed form back to 601-354-6016 addressed to the Technology Consultant listed on the fax cover sheet. If the necessary information is not included, your response cannot be considered.

ITS Technology Consultant Name: Technology Consultant who contacted you RFP# 3361/3364

Company Name: XYZ Company Date: August 25, 2004

Contact Name: Your Name Phone Number:601-555-3737

Product #

Product Description Qty Unit Price Discount % Extended Price

Unit Warranty Price

Extended Warranty Price

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 35: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Exhibit FSOFTWARE

COST INFORMATION SUMMARY FORM

Please submit the ITS requested information response under your general proposal #3361/3364 for project #35383 using the following format.Fax your completed form back to 601-354-6016 addressed to the Technology Consultant listed on the fax cover sheet. If the necessary information is not included, your response cannot be considered.

ITS Technology Consultant Name: Technology Consultant who contacted you RFP# 3361/3364

Company Name: XYZ Company Date: August 25, 2004

Contact Name: Your Name Phone Number:601-555-3737

Product #

Product Description Qty Unit Price Discount % Extended Price

Unit Warranty Price

Extended Warranty Price

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 36: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Exhibit GSYSTEM CONVERSIONS

COST INFORMATION SUMMARY FORM

Please submit the ITS requested information response under your general proposal #3361/3364 for project #35383 using the following format.Fax your completed form back to 601-354-6016 addressed to the Technology Consultant listed on the fax cover sheet. If the necessary information is not included, your response cannot be considered.

ITS Technology Consultant Name: Technology Consultant who contacted you RFP# 3361/3364

Company Name: XYZ Company Date: August 25, 2004

Contact Name: Your Name Phone Number:601-555-3737

Product #

Product Description Qty Unit Price Discount % Extended Price

Unit Warranty Price

Extended Warranty Price

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 37: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Exhibit HINTERNET SECURITY IMPLEMENTATION

COST INFORMATION SUMMARY FORM

Please submit the ITS requested information response under your general proposal #3361/3364 for project #35383 using the following format.Fax your completed form back to 601-354-6016 addressed to the Technology Consultant listed on the fax cover sheet. If the necessary information is not included, your response cannot be considered.

ITS Technology Consultant Name: Technology Consultant who contacted you RFP# 3361/3364

Company Name: XYZ Company Date: August 25, 2004

Contact Name: Your Name Phone Number:601-555-3737

Product #

Product Description Qty Unit Price Discount % Extended Price

Unit Warranty Price

Extended Warranty Price

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 38: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

Exhibit IMACWIS Server Farm Configuration

Server Roles System Type Memory Processor Hard Drive Network Card Power Supply Publish and Installed AppsFile Server, User Profiles, Home Directories PowerEdge 6400 2.0 GB Dual PIII Xeon 700MHz 3 - 36GB 2 - Dual PCI NIC & 1 On-board 3 - Power Supply Backup Exec Agent and Symantec Client

Application Installation Sets PowerEdge 6400 2.0 GB Dual PIII Xeon 700MHz2 -9GB & 3-36GB 2 - Dual PCI NIC & 1 On-board 3 - Power Supply Backup Exec Agent and Symantec Client

Print Server PowerEdge 2400 2.0 GB Dual Pentium III Dual 9 GB 2 - Dual PCI NIC & 1 On-board 2 - Power Supply Backup Exec Agent and Symantec Client

Backup/Restore Server, Veritas Backup Exec PowerEdge 2450 1.0 GB Pentium III 866 MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board 2 - Power Supply Backup Exec Agent and Symantec Client

Domain Controller, DNS, WINS PowerEdge 2450 1.0 GB Pentium III 866 MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board 2 - Power Supply Backup Exec Agent and Symantec Client

Domain Controller, DNS, WINS, Symantec Primary Svr PowerEdge 2450 1.0 GB Pentium III 866 MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board 2 - Power Supply Backup Exec Agent and Symantec Client

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Citrix MetaFrame 1.8 Server PowerEdge 6450 4.0 GB Dual PIII Xeon 700MHz Dual 9 GB 2 - Dual PCI NIC & 1 On-board Single Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Domain Controller PowerEdge 2450 2.0 GB Pentium III 866 MHz2-9GB & 3-18GB 1 - Dual PIC NIC & 1 On-board Dual Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

RMS SQL Server - Host RMS Database PowerEdge 2450 1.0 GB Pentium III 866 MHz Dual 9 GB 1 - Dual PIC NIC & 1 On-board Dual Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

MACWIS WebFocus Server PowerEdge 4400 2.0 GBPentium III Xeon 933 MHz 4-36GB 2 - Dual PCI NIC & 1 On-board 3 - Power Supply WordPerfect Office 2000, MACWIS, Backup Exec Agent and Symantec

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 39: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

EXHIBIT J

REFERENCE INFORMATIONThe information provided below will be used to contact references

Entity ABC CompanySupervisor’s Name Joe SmoeSupervisor’s Title Head HonchoSupervisor’s Telephone # 555-555-5555Supervisor’s E-Mail Address [email protected] of Project May 1999 – May 2000 (12 months)Brief Description of Project Installed a Key System that will utilize three (3) incoming lines and have 34

sets. Includes voice mail. Provided training for twelve (12) individuals and currently maintain system.

Entity DEFSupervisor’s Name Jane SmoeSupervisor’s Title Head HonchoSupervisor’s Telephone # 555-555-5555Supervisor’s E-Mail Address [email protected] of Project May 2000 – May 2001 (12 months)Brief Description of Project The DEF project allows farmers to share information on-line pertaining to

cattle prices

Entity GHI CompanySupervisor’s Name Jim SmoeSupervisor’s Title Head HonchoSupervisor’s Telephone # 555-555-5555Supervisor’s E-Mail Address [email protected] of Project May 2001 – May 2002 (12 months)Brief Description of Project The ABC project allows consultants to share information on-line pertaining to

consulting jobs

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 40: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

PROJECT NUMBER 35383TURNKEY AGREEMENT

BETWEENINSERT VENDOR NAME

ANDMISSISSIPPI DEPARTMENT OF INFORMATION TECHNOLOGY SERVICES

AS CONTRACTING AGENT FORMISSISSIPPI DEPARTMENT OF HUMAN SERVICES

This Turnkey Agreement (hereinafter referred to as “Agreement”) is entered into by and between INSERT VENDOR NAME, a INSERT STATE OF INC. corporation having its principal place of business at INSERT VENDOR ADDRESS (hereinafter referred to as “Seller”) and Mississippi Department of Information Technology Services having its principal place of business at 301 North Lamar Street, Suite 508, Jackson, Mississippi 39201 (hereinafter referred to as “ITS”), as contracting agent for Mississippi Department of Human Services located at 750North State Street, Jackson, Mississippi 39202 (hereinafter referred to as “Purchaser”). ITS and Purchaser are sometimes collectively referred to herein as “State.”

WHEREAS, Purchaser, pursuant to Letter of Configuration Number 35383, dated August 27, 2004 (hereinafter referred to as “LOC”), based on General Request for Proposals (“RFP”) Number 3361 and 3364, requested proposals for the acquisition of certain equipment, software, installation services and technical support (collectively “Turnkey Operation”) necessary for the implementation of a scalable storage infrastructure, allowing rapid expansion and allocation of capacity on an as-needed basis; and

WHEREAS, Seller was the successful proposer in an open, fair and competitive procurement process to provide the system and services described above;

NOW, THEREFORE, in consideration of the mutual understandings, promises, consideration and agreements set forth, the parties hereto agree as follows:

ARTICLE 1 PERIOD OF PERFORMANCE1.1 This Agreement will become effective on the date it is signed by all parties and will continue in effect until all tasks required herein have been completed. Seller agrees to complete all tasks required under this Agreement, with the exception of warranty service and post warranty maintenance, on or before October 31, 2004, or within such other period as may be agreed to by the parties.

1.2 This Agreement will become a binding obligation on the State only upon the issuance of a valid purchase order by the Purchaser following contract execution and the issuance by ITS of the CP-1 Acquisition Approval Document.

ARTICLE 2 TURNKEY OPERATION AND INSTALLATIONThe Seller agrees to provide Purchaser with a turnkey system consisting of equipment, software, installation services, technical support, maintenance and training for the implementation of a scalable storage infrastructure, allowing rapid expansion and allocation of capacity on an as-

Board Members – David G. Roach, Chairman Stephen A. Adamec, Jr., Vice- Chairman Derek Gibbs John Hairston Cecil L. WatkinsLegislative Advisors – Representative Gary V. Staples Senator Tommy Moffatt

Page 41: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

needed basis. Seller agrees to facilitate the integration of the hardware and software for the particular purpose set forth in the LOC and General RFP No. 3361 and 3364. Seller further agrees that the system as set forth in the LOC and General RFP No. 3361 and 3364 and Seller’s Proposal in response thereto, shall operate efficiently and optimally in light of industry standards and as further specified in the LOC and General RFP No. 3361 and 3364 and Seller’s Proposal in response thereto. The LOC, General RFP No. 3361 and 3364, and Seller’s Proposals as accepted by the State in response thereto are incorporated herein by reference.

ARTICLE 3 PURCHASE OF EQUIPMENT AND PURCHASE ORDERSSubject to the terms and conditions set forth herein, Seller agrees to provide, at the location specified by Purchaser, and Purchaser agrees to buy as needed, the equipment, software and services listed in the attached Exhibit A which is incorporated herein and at the purchase price set forth therein, but in no event will the total compensation to be paid hereunder exceed the specified sum of INSERT TOTAL AMOUNT unless prior written authorization from ITS has been obtained. Purchaser shall submit a purchase order signed by a representative of Purchaser itemizing the items to be purchased. The purchase order shall be subject to the terms and conditions of this Agreement. The parties agree that Purchaser reserves the right to adjust the quantities of purchases based upon the availability of funding or as determined necessary by Purchaser. Seller guarantees pricing for a period of twelve (12) months. In the event there is a national price decrease of the products specified in Seller’s Proposal during this time, Seller agrees to extend the new, lower pricing to Purchaser.

ARTICLE 4 DELIVERY, INSTALLATION, AND RISK OF LOSS4.1 Seller shall deliver the hardware and software to the location specified by Purchaser and pursuant to the delivery schedule set forth by Purchaser.

4.2 Seller shall complete installation of hardware and software pursuant to the requirements set forth in the LOC, General RFP No. 3361 and 3364, and Article 5 herein. Seller acknowledges that installation of the system shall be accomplished with minimal interruption of Purchaser’s normal day to day operations.

4.3 Seller shall assume and shall bear the entire risk of loss and damage to the hardware/software from any cause whatsoever while in transit and at all times throughout its possession thereof.

4.4 Seller shall be responsible for replacing, restoring or bringing to at least original condition any damage to floors, ceilings, walls, furniture, grounds, pavements, sidewalks, and the like caused by its personnel and operations during the installation, subject to final approval of ITS. The repairs will be done only by technicians skilled in the various trades involved, using materials and workmanship to match those of the original construction in type and quality.

4.5 Seller shall be responsible for installing all equipment, cable and materials in accordance with all State, Federal and industry standards for such items.

ARTICLE 5 SCHEDULE AND ACCEPTANCE

Page 41

Page 42: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

5.1 Seller warrants that all equipment and software shall be properly delivered, installed and integrated for acceptance testing within the scheduling deadlines set forth by Purchaser as the site is deemed ready for installation. Seller shall provide Purchaser with an installation schedule identifying the date, time and location within the scheduling deadlines set forth in the LOC, General RFP No. 3361 and 3364, or as may be agreed to by the parties.

5.2 Upon notification by Seller that the turnkey system has been implemented for acceptance testing, Purchaser shall have thirty (30) days to evaluate and test the system to confirm that it performs without any defects and performs pursuant to the specifications set forth in the LOC, General RFP No. 3361 and 3364, and the Seller’s Proposals in response thereto. In the event the system fails to perform to Purchaser’s satisfaction, Purchaser shall immediately notify Seller. Seller shall correct defects identified by Purchaser within four (4) working days, or such other period as the parties may agree upon, subject to equipment delivery delays. The thirty (30) day testing period will be extended by system down-time. The Purchaser reserves the right to return defective equipment and software to Seller at Seller’s expense and to cancel this Agreement.

ARTICLE 6 TITLE TO EQUIPMENTTitle to the hardware provided under this Agreement shall pass to Purchaser upon acceptance of the system.

ARTICLE 7 SOFTWARESeller shall furnish the software to Purchaser as set forth in purchase orders submitted and executed by Purchaser and shall acquire the right to license the software to Purchaser. Each License Agreement shall be perpetual unless terminated and shall be subject to and superseded by the terms and conditions of this Agreement. Any provision of the applicable License Agreement that violates the laws of the State of Mississippi, or any provision that is contrary to the Official Opinion of the Attorney General of the State of Mississippi shall be null and void.

ARTICLE 8 TRAININGSeller shall, for the fees specified in the attached Exhibit A, provide training and knowledge transfer for the design, implementation, configuration, and administration of the Blade Servers and SAN for up to five of Purchaser’s employees. All training will be performed on-site, and must include, at a minimum, conceptual lecture-type instruction, and practical hands-on instruction that is specifically focused on Purchaser’s Blade Servers and SAN. Seller and Purchaser shall mutually agree on the time for the training and an outline of the training to be provided. Seller specifically understands and agrees that Purchaser will not accept the system until Seller completes the training requirements. Seller agrees to provide, upon delivery, all user documentation and technical manuals needed to fully acquaint the user with operation of the hardware and software.

ARTICLE 9 CONSIDERATION AND METHOD OF PAYMENT9.1 Upon notification from Purchaser of its acceptance of the system, Seller shall submit an invoice for payment of the system and for services at the prices set forth in Exhibit A, including an invoice for warranty service, but excluding post warranty maintenance charges. Seller shall certify that the billing is true and correct. Purchaser agrees to pay Seller in accordance with Mississippi law on “Timely Payments for Purchases by Public Bodies,” Sections 31-7-301, et

Page 42

Page 43: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

seq. of the 1972 Mississippi Code Annotated, as amended, which generally provides for payment of undisputed amounts by the State within forty-five (45) days of receipt of the invoice. Seller understands and agrees that Purchaser is exempt from the payment of taxes. All payments shall be in United States currency. No payment, including final payment, shall be construed as acceptance of defective products or incomplete work, and the Seller shall remain responsible and liable for full performance in strict compliance with the contract documents specified in the article herein titled “Entire Agreement”.

9.2 Acceptance by the Seller of the last payment from the Purchaser shall operate as a release of all claims against the State by the Seller and any subcontractors or other persons supplying labor or materials used in the performance of the work under this Agreement.

ARTICLE 10 WARRANTIES10.1 Seller represents and warrants that all equipment and software provided by Seller shall meet or exceed the minimum specifications set forth in the LOC, General RFP No. 3361 and3364, and Seller’s Proposals in response thereto.

10.2 For a period of SPECIFY WARRANTY PERIOD after acceptance, Seller represents and warrants that the equipment provided pursuant to this Agreement shall operate without defects in material and workmanship. All equipment provided by Seller shall be covered by the manufacturer’s warranties beginning upon acceptance of the system. Seller’s obligations pursuant to these warranties shall include, but are not limited to, the correction of all defects in the system and the repair or replacement of the equipment at no cost to Purchaser. In the event Seller cannot repair or replace an item of equipment, Seller shall refund the purchase price of the equipment, and refund any fees paid for services that directly relate to the defective equipment. Furthermore, Seller shall recommend and, with the concurrence of Purchaser, secure alternate equipment which will insure functionality of the system.

10.3 Seller represents and warrants that Seller has the right to sell the equipment and license the software provided under this Agreement.

10.4 Seller represents and warrants that Purchaser shall acquire good and clear title to the hardware purchased hereunder, free and clear of all liens and encumbrances.

10.5 Seller represents and warrants that all software furnished will be free from material defects for a period of SPECIFY WARRANTY PERIOD after acceptance and will provide Purchaser complete functionality necessary for the operation of the system as stated in the LOC, General RFP No. 3361 and 3364, and the Seller’s Proposals in response thereto. If the software does not function accordingly, Seller shall, at no cost to Purchaser, replace the software or refund the fees paid for the software and for any services that directly relate to the defective software. In the event of a refund, Seller shall recommend and, with the concurrence of Purchaser, secure alternate software which will insure functionality of the system.

10.6 Seller represents and warrants that each unit of hardware delivered shall be delivered new and not as “used, substituted, rebuilt, refurbished or reinstalled” equipment.

Page 43

Page 44: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

10.7 Seller represents and warrants that the turnkey system is fit for the particular purpose set forth in this Agreement, the LOC, and General RFP No. 3361 and 3364 with regard to Purchaser’s foreseeable or projected needs.

10.8 Seller represents and warrants that it has and will obtain and pass through to Purchaser any and all warranties obtained or available from the licensor of software or the manufacturer of the equipment and replacement parts supplied to Seller.

10.9 Seller represents and warrants that Seller shall maintain all equipment provided hereunder pursuant to the manufacturer’s warranty policies throughout the equipment manufacturer’s specified warranty period.

10.10 Seller represents and warrants that all work performed hereunder, including but not limited to, consulting, training, technical support and maintenance, shall be performed by competent personnel and shall be of professional quality consistent with generally accepted industry standards for the performance of such services and shall comply in all respects with the requirements of this Agreement. For any breach of this warranty, the Seller shall, for a period of ninety (90) days from the performance of service, perform the services again, at no cost to the Purchaser, or if the Seller is unable to perform the services as warranted, the Seller shall reimburse the Purchaser the fees paid to the Seller for the unsatisfactory services.

10.11 Seller represents and warrants that there is no disabling code or lockup program or device embedded in the software provided to Purchaser. Seller further agrees that it will not, under any circumstances including enforcement of a valid contract right, (a) install or trigger a lockup program or device, or (b) take any step which would in any manner interfere with Purchaser’s use of the software and/or which would restrict Purchaser from accessing its data files or in any way interfere with the transaction of Purchaser’s business. For any breach of this warranty, Seller at its expense shall, within five (5) working days after receipt of notification of the breach, deliver Products to Purchaser that are free of such disabling code, lockup program or device.

10.12 Seller represents and warrants that the software, as delivered to Purchaser, does not contain a computer virus. For any breach of this warranty, Seller at its expense shall, within five (5) working days after receipt of notification of the breach, deliver Products to Purchaser that are free of any virus, and shall be responsible for repairing, at Seller’s expense, any and all damage done by the virus to Purchaser’s site. ARTICLE 11 INFRINGEMENT INDEMNIFICATIONSeller represents and warrants that neither the hardware, replacement parts nor software, their elements or the use thereof violates or infringes on any copyright, patent, trade secret or other proprietary right of any person or entity. Seller, at its own expense, shall defend or settle any and all infringement actions filed against Seller or Purchaser which involve the hardware or software provided under this Agreement and shall pay all costs, attorney fees, damages and judgment finally awarded against Purchaser. If, in any such suit arising from such claim, the continued use of the products for the purpose intended is enjoined or threatened to be enjoined by any court of competent jurisdiction, Seller shall, at its expense: (a) first procure for Purchaser the right to continue using such products, or upon failing to procure such right; (b) modify or replace them

Page 44

Page 45: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

with non-infringing products, or upon failing to secure either such right, (c) refund to Purchaser the purchase price or software license fees previously paid by Purchaser for the products Purchaser may no longer use. Said refund shall be paid within ten (10) working days of notice to Purchaser to discontinue said use.

ARTICLE 12 MAINTENANCE DURING WARRANTY12.1 Seller agrees to provide on-site warranty service on all equipment and any other devices that would be included within them, for the periods specified and fixed prices noted in Exhibit A. NOTE TO TECHNOLOGY CONSULTANT: BE SURE TO INCLUDE THE WARRANTY PERIOD & PRICES ON EXHIBIT A WHEN YOU PREPARE IT.

12.2 Seller will respond by telephone within one (1) hour to requests for warranty repair service twenty-four (24) hours a day, seven (7) days a week, and will come on-site with the necessary crash kit within four (4) hours from the point the call is made to service critical components and within eight (8) hours from the point the call is made to service all other peripherals and related computer equipment. Should the Seller fail to respond within such time, Seller shall pay the Purchaser $100.00 per hour for every hour of delay. The warranty includes all parts, labor and travel.

12.3 Seller agrees it will maintain in house, most frequently used supply replacement parts needed to service the equipment. Replacement parts will be new and not used or refurbished, and will either be manufactured by, and/or meet the minimum specifications established by, the manufacturer of the equipment. Title to all replacement parts installed in the equipment will pass to Purchaser at the time of replacement, and title to parts removed for replacement will, at the time of replacement, pass to Seller.

12.4 Seller agrees to a maximum eight (8) hour turnaround from the point the call is made on all repairs not requiring parts ordering, and a maximum two (2) working days on all other repairs. If the repairs have not been made within these designated time frames, Seller shall pay the Purchaser $100.00 per hour for every hour of delay. If after two (2) days the item has not been repaired, a compatible loaner unit will be provided by Seller.

12.5 Seller agrees to provide preventive maintenance based on the specific needs of the equipment during normal business hours and at intervals specified by Seller. Preventive maintenance may be performed concurrently with remedial maintenance activity. Seller must record all activities related to preventive maintenance on a log to be retained on-site.

12.6 Maintenance does not cover damage to equipment caused by Purchaser’s abuse or neglect; damage caused by an act of God (flood, earthquake, lightning, etc.), or loss due to fire or theft; neglect, misuse, alterations or deviation from intended machine use; maintenance or repair of the machine performed by persons other than Seller, or maintenance or removal of alterations or attachments.

12.7 The parties understand and agree that Purchaser reserves the right to cancel warranty service on all or part of the equipment as Purchaser deems necessary.

Page 45

Page 46: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

12.8 Sixty (60) days prior to expiration of the warranty service on each item of equipment, Seller shall notify Purchaser in writing of the impending warranty expiration, and Purchaser shall have thirty (30) days in which to notify Seller of its decision to either place the item of equipment under Post Warranty Maintenance or to forgo Post Warranty Maintenance on that particular item of equipment.

ARTICLE 13 POST WARRANTY MAINTENANCE13.1 Upon Purchaser’s notification to Seller pursuant to Article 12.8 herein, of Purchaser’s decision to place an item of equipment under Post Warranty Maintenance, the Seller agrees to provide on-site preventive and remedial maintenance necessary to maintain the equipment and any other devices that would be included within them, for the time periods specified and fixed prices noted in Exhibit A. The maintenance includes all parts, labor and travel. NOTE TO TECHNOLOGY CONSULTANT: BE SURE TO INCLUDE THE PRICES FOR POST WARRANTY MAINTENANCE ON EXHIBIT A WHEN YOU PREPARE IT.

13.2 Seller will respond by telephone within one (1) hour to requests for unscheduled remedial maintenance twenty-four (24) hours a day, seven (7) days a week, and will come on-site with the necessary crash kit within four (4) hours from the point the call is made to service critical components and within eight (8) hours from the point the call is made to service all other peripherals and related computer equipment. Should the Seller fail to respond within such time, Seller shall pay the Purchaser $100.00 per hour for every hour of delay.

13.3 Seller agrees it will maintain in house, most frequently used supply replacement parts needed to service the equipment. Replacement parts will be new and not used or refurbished, and will either be manufactured by, and/or meet the minimum specifications established by the manufacturer of the equipment. Title to all replacement parts installed in the equipment will pass to Purchaser at the time of replacement, and title to parts removed for replacement will, at the time of replacement, pass to Seller.

13.4 Seller agrees to a maximum eight (8) hour turnaround from the point the call is made on all repairs not requiring parts ordering, and a maximum two (2) working days on all other repairs. If the repairs have not been made within these designated time frames, Seller shall pay the Purchaser $100.00 per hour for every hour of delay. If after two (2) days the item has not been repaired, a compatible loaner unit will be provided by Seller.

13.5 Seller agrees to provide preventive maintenance based on the specific needs of the equipment during normal business hours and at intervals specified by Seller. Preventive maintenance may be performed concurrently with remedial maintenance activity. Seller must record all activities related to preventive maintenance on a log to be retained on-site.

13.6 Maintenance does not cover damage to equipment caused by Purchaser’s abuse or neglect; damage caused by an act of God (flood, earthquake, lightning, etc.), or loss due to fire or theft; neglect, misuse, alterations or deviation from intended machine use; maintenance or repair of the machine performed by persons other than Seller, or maintenance or removal of alterations or attachments.

Page 46

Page 47: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

13.7 The parties understand and agree that Purchaser reserves the right to add other equipment to be maintained, or to cancel maintenance on all or part of the equipment as Purchaser deems necessary.

13.8 Sixty (60) days prior to the expiration of the Post Warranty Maintenance service on each item of equipment, Seller shall notify Purchaser in writing of the impending expiration, and Purchaser shall have thirty (30) days in which to notify Seller of its intention to either renew or cancel any further maintenance. In no event shall the cost for maintenance services increase by more than seven (7) percent per year.

ARTICLE 14 EMPLOYMENT STATUS14.1 Seller shall, during the entire term of this Agreement, be construed to be an independent contractor. Nothing in this Agreement is intended to nor shall it be construed to create an employer-employee relationship or a joint venture relationship.

14.2 Seller represents that it is qualified to perform the duties to be performed under this Agreement and that it has, or will secure, if needed, at its own expense, applicable personnel who shall be qualified to perform the duties required under this Agreement. Such personnel shall not be deemed in any way directly or indirectly, expressly or by implication, to be employees of Purchaser. Seller shall pay when due, all salaries and wages of its employees and it accepts exclusive responsibility for the payment of federal income tax, state income tax, social security, unemployment compensation and any other withholdings that may be required. Neither Seller nor employees of Seller are entitled to state retirement or leave benefits.

14.3 Any person assigned by Seller to perform the services hereunder shall be the employee of Seller, who shall have the sole right to hire and discharge its employee. Purchaser may, however, direct Seller to replace any of its employees under this Agreement. If Seller is notified within the first eight (8) hours of assignment that the person is unsatisfactory, Seller will not charge Purchaser for those hours.

14.4 It is further understood that the consideration expressed herein constitutes full and complete compensation for all services and performances hereunder, and that any sum due and payable to Seller shall be paid as a gross sum with no withholdings or deductions being made by Purchaser for any purpose from said contract sum.

ARTICLE 15 BEHAVIOR OF EMPLOYEES/SUBCONTRACTORSSeller will be responsible for the behavior of all its employees and subcontractors while on the premises of any Purchaser location. Any employee or subcontractor acting in a manner determined by the administration of that location to be detrimental, abusive or offensive to any of the staff and/or student body, will be asked to leave the premises and may be suspended from further work on the premises. All Seller employees and subcontractors who will be working at such locations to install or repair Products shall be covered by Seller’s comprehensive general liability insurance policy.

ARTICLE 16 MODIFICATION OR RENEGOTIATION

Page 47

Page 48: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

This Agreement may be modified only by written agreement signed by the parties hereto, and any attempt at oral modification shall be void and of no effect. The parties agree to renegotiate the Agreement if federal and/or state revisions of any applicable laws or regulations make changes in this Agreement necessary.

ARTICLE 17 ASSIGNMENT AND SUBCONTRACTS17.1 Neither party may assign or otherwise transfer this Agreement or its obligations hereunder without the prior written consent of the other party, which consent shall not be unreasonably withheld. Any attempted assignment or transfer of its obligations without such consent shall be null and void. This Agreement shall be binding upon the parties’respective successors and assigns.

17.2 Seller must obtain the written approval of Purchaser before subcontracting any portion of this Agreement. No such approval by Purchaser of any subcontract shall be deemed in any way to provide for the incurrence of any obligation of Purchaser in addition to the total fixed price agreed upon in this Agreement. All subcontracts shall incorporate the terms of this Agreement and shall be subject to the terms and conditions of this Agreement and to any conditions of approval that Purchaser may deem necessary.

17.3 Seller represents and warrants that any subcontract agreement Seller enters into shall contain a provision advising the subcontractor that the subcontractor shall have no lien and no legal right to assert control over any funds held by the Purchaser, and that the subcontractor acknowledges that no privity of contract exists between the Purchaser and the subcontractor and that the Seller is solely liable for any and all payments which may be due to the subcontractor pursuant to its subcontract agreement with the Seller. The Seller shall indemnify and hold harmless the State from and against any and all claims, demands, liabilities, suits, actions, damages, losses, costs and expenses of every kind and nature whatsoever arising as a result of Seller’s failure to pay any and all amounts due by Seller to any subcontractor, materialman, laborer or the like.

17.4 All subcontractors shall be bound by any negotiation, arbitration, appeal, adjudication or settlement of any dispute between the Seller and the Purchaser, where such dispute affects the subcontract.

ARTICLE 18 AVAILABILITY OF FUNDSIt is expressly understood and agreed that the obligation of Purchaser to proceed under this Agreement is conditioned upon the appropriation of funds by the Mississippi State Legislature and the receipt of state and/or federal funds for the performances required under this Agreement. If the funds anticipated for the fulfillment of this Agreement are not forthcoming, or are insufficient, either through the failure of the federal government to provide funds or of the State of Mississippi to appropriate funds, or if there is a discontinuance or material alteration of the program under which funds were available to Purchaser for the payments or performance due under this Agreement, Purchaser shall have the right to immediately terminate this Agreement, without damage, penalty, cost or expense to Purchaser of any kind whatsoever. The effective date of termination shall be as specified in the notice of termination. Purchaser shall have the

Page 48

Page 49: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

sole right to determine whether funds are available for the payments or performances due under this Agreement.

ARTICLE 19 TERMINATION PRIOR TO START UP OF WARRANTY SERVICE OR POST WARRANTY MAINTENANCENotwithstanding any other provision of this Agreement to the contrary, this Agreement may be terminated, in whole or in part, as follows: (a) upon the mutual, written agreement of the parties; (b) If either party fails to comply with the terms of this Agreement, the non-defaulting party may terminate the Agreement upon the giving of thirty (30) days written notice unless the breach is cured within said thirty (30) day period; (c) Purchaser may terminate the Agreement in whole or in part upon thirty (30) days written notice to Seller if Seller becomes the subject of bankruptcy, reorganization, liquidation or receivership proceedings, whether voluntary or involuntary, or (d) Purchaser may terminate the Agreement for any reason after giving thirty (30) days written notice specifying the effective date thereof to Seller. The provisions of this Article do not limit either party’s right to pursue any other remedy available at law or in equity.

ARTICLE 20 TERMINATION OF WARRANTY SERVICE OR POST WARRANTY MAINTENANCEPurchaser has the option of canceling warranty service or post warranty maintenance on all or part of the equipment, upon a thirty (30) day notice to Seller. Upon termination, Seller shall refund any and all applicable unexpended pro-rated service fees previously paid by Purchaser.

ARTICLE 21 GOVERNING LAWThis Agreement shall be construed and governed in accordance with the laws of the State of Mississippi and venue for the resolution of any dispute shall be Jackson, Hinds County, Mississippi. Seller expressly agrees that under no circumstances shall Purchaser or ITS be obligated to pay an attorneys fee, prejudgment interest or the cost of legal action to Seller. Further, nothing in this Agreement shall affect any statutory rights Purchaser may have that cannot be waived or limited by contract.

ARTICLE 22 WAIVERFailure of either party hereto to insist upon strict compliance with any of the terms, covenants and conditions hereof shall not be deemed a waiver or relinquishment of any similar right or power hereunder at any subsequent time or of any other provision hereof, nor shall it be construed to be a modification of the terms of this Agreement. A waiver by the State, to be effective, must be in writing, must set out the specifics of what is being waived, and must be signed by an authorized representative of the State.

ARTICLE 23 SEVERABILITYIf any term or provision of this Agreement is prohibited by the laws of the State of Mississippi or declared invalid or void by a court of competent jurisdiction, the remainder of this Agreement shall be valid and enforceable to the fullest extent permitted by law provided that the State’s purpose for entering into this Agreement can be fully achieved by the remaining portions of the Agreement that have not been severed.

ARTICLE 24 CAPTIONS

Page 49

Page 50: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

The captions or headings in this Agreement are for convenience only, and in no way define, limit or describe the scope or intent of any provision or section of this Agreement.

ARTICLE 25 HOLD HARMLESSTo the fullest extent allowed by law, Seller shall indemnify, defend, save and hold harmless, protect and exonerate Purchaser, ITS and the State, its Board Members, officers, employees, agents and representatives from and against any and all claims, demands, liabilities, suits, actions, damages, losses, costs and expenses of every kind and nature whatsoever, including without limitation, court costs, investigative fees and expenses, attorney fees and claims for damages arising out of or caused by Seller and/or its partners, principals, agents, employees or subcontractors in the performance of or failure to perform this Agreement.

ARTICLE 26 THIRD PARTY ACTION NOTIFICATIONSeller shall give Purchaser prompt notice in writing of any action or suit filed, and prompt notice of any claim made against Seller by any entity that may result in litigation related in any way to this Agreement, and/or which may affect the Seller’s performance under this Agreement.

ARTICLE 27 AUTHORITY TO CONTRACTSeller warrants that it is a validly organized business with valid authority to enter into this Agreement; that entry into and performance under this Agreement is not restricted or prohibited by any loan, security, financing, contractual or other agreement of any kind, and notwithstanding any other provision of this Agreement to the contrary, that there are no existing legal proceedings, or prospective legal proceedings, either voluntary or otherwise, which may adversely affect its ability to perform its obligations under this Agreement.

ARTICLE 28 NOTICEAny notice required or permitted to be given under this Agreement shall be in writing and personally delivered or sent by facsimile provided that the original of such notice is sent by certified United States mail, postage prepaid, return receipt requested, to the party to whom the notice should be given at their business address listed herein. ITS’ address for notice is: Mr. David L. Litchliter, Executive Director, Mississippi Department of Information Technology Services, 301 North Lamar Street, Suite 508, Jackson, Mississippi 39201. Purchaser’s address for notice is: Bud Douglas, Chief Systems Information Officer, Mississippi Department ofHuman Services, 750 North State Street, Jackson, Mississippi 39202Bud Douglas, ChiefSystems Information Officer, Mississippi Department of Human Services. The Seller’s address for notice is: INSERT VENDOR NOTICE. Notice shall be deemed given when actually received or when refused. The parties agree to promptly notify each other in writing of any change of address.

ARTICLE 29 RECORD RETENTION AND ACCESS TO RECORDSSeller shall establish and maintain financial records, supporting documents, statistical records and such other records as may be necessary to reflect its performance of the provisions of this Agreement. The Purchaser, ITS, any state or federal agency authorized to audit Purchaser, and/or any of their duly authorized representatives, shall have unimpeded, prompt access to any of the Seller’s books, documents, papers and/or records that are pertinent to this Agreement to make audits, examinations, excerpts and transcriptions at the Seller’s office where such records are

Page 50

Page 51: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

kept during Seller’s normal business hours. All records relating to this Agreement shall be retained by the Seller for three (3) years from the date of receipt of final payment under this Agreement. However, if any litigation or other legal action, by or for the state or federal government has begun that is not completed at the end of the three (3) year period, or if an audit finding, litigation or other legal action has not been resolved at the end of the three (3) year period, the records shall be retained until resolution.

ARTICLE 30 INSURANCESeller represents that it will maintain workers’ compensation insurance as prescribed by law which shall inure to the benefit of Seller’s personnel, as well as comprehensive general liability and employee fidelity bond insurance. Seller will, upon request, furnish Purchaser with a certificate of conformity providing the aforesaid coverage.

ARTICLE 31 DISPUTESAny dispute concerning a question of fact under this Agreement which is not disposed of by agreement of the Seller and Purchaser, shall be decided by the Executive Director of ITS or his/her designee. This decision shall be reduced to writing and a copy thereof mailed or furnished to the parties. Disagreement with such decision by either party shall not constitute a breach under the terms of this Agreement. Such disagreeing party shall be entitled to seek such other rights and remedies it may have at law or in equity.

ARTICLE 32 COMPLIANCE WITH LAWSSeller shall comply with, and all activities under this Agreement shall be subject to, all Purchaser policies and procedures, and all applicable federal, state and local laws, regulations, policies and procedures as now existing and as may be amended or modified. Specifically, but not limited to, Seller shall not discriminate against any employee nor shall any party be subject to discrimination in the performance of this Agreement because of race, creed, color, sex, age, national origin or disability.

ARTICLE 33 CONFLICT OF INTERESTSeller shall notify Purchaser of any potential conflict of interest resulting from the representation of or service to other clients. If such conflict cannot be resolved to Purchaser's satisfaction, Purchaser reserves the right to terminate this Agreement.

ARTICLE 34 SOVEREIGN IMMUNITYBy entering into this Agreement with Seller, the State of Mississippi does in no way waive its sovereign immunities or defenses as provided by law.

ARTICLE 35 CONFIDENTIAL INFORMATIONSeller shall treat all Purchaser data and information to which it has access by its performance under this Agreement as confidential and shall not disclose such data or information to a third party without specific written consent of Purchaser. In the event that Seller receives notice that a third party requests divulgence of confidential or otherwise protected information and/or has served upon it a subpoena or other validly issued administrative or judicial process ordering divulgence of such information, Seller shall promptly inform Purchaser and thereafter respond in conformity with such subpoena to the extent mandated by state and/or federal laws, rules and

Page 51

Page 52: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

regulations. This Article shall survive the termination or completion of this Agreement and shall continue in full force and effect and shall be binding upon the Seller and its agents, employees, successors, assigns, subcontractors or any party or entity claiming an interest in this Agreement on behalf of, or under the rights of the Seller following any termination or completion of this Agreement.

ARTICLE 36 EFFECT OF SIGNATUREEach person signing this Agreement represents that he or she has read the Agreement in its entirety, understands its terms, is duly authorized to execute this Agreement on behalf of the parties and agrees to be bound by the terms contained herein. Accordingly, this Agreement shall not be construed or interpreted in favor of or against the State or the Seller on the basis of draftsmanship or preparation hereof.

ARTICLE 37 OWNERSHIP OF DOCUMENTS AND WORK PRODUCTSAll data, electronic or otherwise, collected by Seller and all documents, notes, programs, data bases (and all applications thereof), files, reports, studies, and/or other material collected and prepared by Seller in connection with this Agreement, whether completed or in progress, shall be the property of Purchaser upon completion of this Agreement or upon termination of this Agreement. Purchaser hereby reserves all rights to the databases and all applications thereof and to any and all information and/or materials prepared in connection with this Agreement. Seller is prohibited from use of the above described information and/or materials without the express written approval of Purchaser.

ARTICLE 38 NON-SOLICITATION OF EMPLOYEESSeller agrees not to employ or to solicit for employment, directly or indirectly, any of the Purchaser’s employees until at least one (1) year after the expiration/termination of this Agreement unless mutually agreed to the contrary in writing by the Purchaser and the Seller and provided that such an agreement between these two entities is not a violation of the laws of the State of Mississippi or the federal government.

ARTICLE 39 ENTIRE AGREEMENT39.1 This Agreement constitutes the entire agreement of the parties with respect to the subject matter contained herein and supersedes and replaces any and all prior negotiations, understandings and agreements, written or oral, between the parties relating hereto, including all terms of any unsigned or “shrink-wrap” license included in any package, media or electronic version of Seller-furnished software, or any “click-wrap” or “browse-wrap” license presented in connection with a purchase via the internet. The LOC, General RFP No. 3361 and 3364, and Seller’s Proposals in response thereto are hereby incorporated into and made a part of this Agreement.

39.2 The Agreement made by and between the parties hereto shall consist of, and precedence is hereby established by the order of the following:

A. This Agreement signed by both parties;B. Any exhibits attached to this Agreement;C. LOC;

Page 52

Page 53: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

D. General RFP No. 3361 and 3364 and written addenda; andE. Seller’s Proposals, as accepted by Purchaser, in response to LOC and General RFP No. 3361 and 3364.

39.3 The intent of the above listed documents is to include all items necessary for the proper execution and completion of the services by the Seller. The documents are complementary, and what is required by one shall be binding as if required by all. A higher order document shall supersede a lower order document to the extent necessary to resolve any conflict or inconsistency arising under the various provisions thereof; provided, however, that in the event an issue is addressed in one of the above mentioned documents but is not addressed in another of such documents, no conflict or inconsistency shall be deemed to occur by reason thereof. The documents listed above are shown in descending order of priority, that is, the highest document begins with the first listed document (“A. This Agreement”) and the lowest document is listed last (“E. Seller’s Proposals”).

ARTICLE 40 STATE PROPERTYSeller shall be responsible for the proper custody of any Purchaser-owned property furnished for Seller’s use in connection with work performed pursuant to this Agreement. Seller shall reimburse the Purchaser for any loss or damage, normal wear and tear excepted.

ARTICLE 41 SURVIVALArticles 10, 11, 12, 13, 21, 25, 29, 34, 35, 37, 38, and all other articles which, by their express terms so survive or which should so reasonably survive, shall survive any termination or expiration of this Agreement.

ARTICLE 42 DEBARMENT AND SUSPENSION CERTIFICATIONSeller certifies that neither it nor its principals: (a) are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any federal department or agency; (b) have, within a three (3) year period preceding this Agreement, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; (c) are presently indicted of or otherwise criminally or civilly charged by a governmental entity with the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; and (d) have, within a three (3) year period preceding this Agreement, had one or more public transaction (federal, state or local) terminated for cause or default.

ARTICLE 43 NETWORK SECURITYSeller and Purchaser understand and agree that the State of Mississippi’s Enterprise Security Policy mandates that all remote access to and/or from the State network must be accomplished via a Virtual Private Network (VPN). If remote access is required at any time during the life of

Page 53

Page 54: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

this Agreement, Seller and Purchaser agree to implement/maintain a VPN for this connectivity. This required VPN must be IPSec-capable (ESP tunnel mode) and will terminate on a Cisco VPN-capable device ( i.e. VPN concentrator, PIX firewall, etc.) on the State’s premises. Seller agrees that it must, at its expense, implement/maintain a compatible hardware/software solution to terminate the specified VPN on the Seller’s premises. The parties further understand and agree that the State protocol standard and architecture are based on industry-standard security protocols and manufacturer engaged at the time of contract execution. The State reserves the right to introduce a new protocol and architecture standard and require the Seller to comply with same, in the event the industry introduces a more secure, robust protocol to replace IPSec/ESP and/or there is a change in the manufacturer engaged.

ARTICLE 44 STATUTORY AUTHORITY

By virtue of Section 25-53-21 of the Mississippi Code Annotated, as amended, the executive director of ITS is the purchasing and contracting agent for the State of Mississippi in the negotiation and execution of all contracts for the acquisition of information technology equipment, software and services. The parties understand and agree that ITS as contracting agent is not responsible or liable for the performance or non-performance of any of Purchaser’s or Seller’s contractual obligations, financial or otherwise, contained within this Agreement.

For the faithful performance of the terms of this Agreement, the parties have caused this Agreement to be executed by their undersigned representatives.

Page 54

Page 55: Memorandum for General RFP Configurationdsitspe01.its.state.ms.us/its/loc.nsf... · Web viewThe vendor must ensure all installed hardware has the correct firmware. The vendor must

State of Mississippi, Department INSERT VENDOR NAME of Information Technology Services,on behalf of the Mississippi Departmentof Human Services

By: _________________________________ By: _________________________________ Authorized Signature Authorized Signature

Printed Name: David L. Litchliter Printed Name: _______________________

Title: Executive Director Title: _______________________________

Date: _______________________________ Date: _______________________________

Page 55