You are on page 1of 28

Request for Proposal No.

352
MICROSOFT SHAREPOINT SERVICES

1.0 INTRODUCTION
The International Monetary Fund (IMF) is currently implementing Sharepoint across the
enterprise and seeks vendor partners to provide a broad range of consulting and technical
services. The IMF anticipates approximately 150 to 200 man months of Sharepoint
development needs spread out over 10 to 15 independent projects over the next 18 months
and is inviting your company to submit a proposal to undertake some portion of this work.
The IMF intends to establish master agreements with the selected vendor partner / partners
for its Sharepoint design, development, testing and maintenance needs. The awarded
vendor/vendors will be IMF’s partners for Sharepoint implementation and can expect to
receive tasks orders for various development needs on an as-required basis over the term of
the contract. Each task order will be contracted on a fixed price, fixed deliverables basis,
based on specifications developed by the IMF. The Further details are provided in the
attached Statement of Work (SOW).
The IMF, a public international organization, holds a uniquely influential role at the center of
the international monetary system. The IMF currently has 185 member countries, which is a
nearly world-wide membership. Its principal objective is to promote international monetary
cooperation and a freer system of payments as means of helping its member countries
achieve economic growth, high levels of employment and improved living standards. It
seeks to help its members reach these objectives by providing economic and financial policy
advice, financing, and technical assistance and training.
More Information about IMF, its history, organization and mission may be obtained from the
IMF web site, www.imf.org

2.0 SCHEDULE
2.1 Procurement Schedule
Release Date for Request for Proposal: July 28, 2008
Pre-proposal conference: August 4, 2008
10:00 am
Procurement Division
Conference Room
1900 Pennsylvania Avenue NW
Room HQ2-09B-702
Washington, DC 20431

Proposal Due Date August 15, 2008


2:00 p.m. EST
-2- RFP No. 352

2.2 Pre-proposal Conference


The purpose of the pre-proposal conference is to clarify any aspects of the
RFP. Interested Offerors are strongly urged to attend
2.3 Delivery of Proposals
One original and ten (10) complete copies of your proposal should be
submitted, in a sealed package, by the dates and times as indicated in
Section 2.1 to the following address:

International Monetary Fund


Attn: Mr. John St. Hilaire
IMF Receiving
Care of Pitney Bowes Mailing Services
3310 New York Avenue NE
Washington, D.C. 20002

Mark for: RFP No. 352


SharePoint Services

Proposals and the noted costs must be valid for a period of one hundred
twenty (120) days from the proposal due date during which time the prices
and rates will not be escalated. THE IMF RESERVES THE RIGHT TO
REJECT LATE PROPOSALS.
2.4 Requirement for Confidentiality
The Offeror will not disclose the existence of this solicitation or any
information about the status of the selection process to any third parties
without the prior written permission of the IMF Procurement Division.

3.0 ORGANIZATION OF THE TECHNICAL PROPOSAL

Responses should be concise and contain the sections described below. Responses that fail to
adhere to or comply with the following format may not be considered.

3.1 Cover Letter


Section I, Cover Letter, must be signed by a person or persons authorized to
submit the proposal. The cover letter must clearly identify the Offeror and
indicate specific points of contact for discussions and clarifications of the
proposal. Such points of contact will include names, titles, address, telephone
and facsimile numbers and, e-mail addresses.
The cover letter must explicitly indicate if the Offeror does, or does not accept
the IMF’s standard contractual terms and conditions as identified in the RFP.
In the event that the Offeror does not accept or wishes to discuss alternative
-3- RFP No. 352

terms and conditions, the Offeror must explicitly indicate which items are not
accepted and propose specific alternative language as appropriate. The IMF
reserves the right to decline without further comment any proposal which does
not accept the IMF’s legal immunities and disputes language.
3.2 Technical Background
The range and degree of experience with Microsoft Sharepoint projects as
well as the depth and quality of resources that a bidding organization is able to
offer will be a key differentiator in this award. Offerors are therefore advised
to respond comprehensively to this section. Offerors also have the opportunity
to detail additional expertise and specialized services that they feel may be
relevant to the IMF.

Each Offeror must provide the following information:


(a) Three specific examples of similar work done on Sharepoint
implementation projects that can demonstrate the full range of
services that you provide.
(b) List any prior experience working with the IMF, providing details of
work performed.

3.3 Subcontractors
Please identify any subcontractors or teaming partners are required for this
potential engagement. In the event that subcontractors or teaming partners are
required, please identify the subcontractors or teaming partners in detail, and
provide detailed information concerning their role on this project, and their
corporate qualifications for the task at hand.
3.4 References
The Offeror will provide a minimum of three (3) current references for similar
types of engagements. Points of contact should be provided with complete
names, addresses, and telephone numbers. Please indicate the dates and a
description of the work performed for each engagement. Please provide and
clearly identify a separate set of references for subcontractors or teaming
partners if applicable.
The IMF reserves the right to contact any references that may be listed in the
proposal to validate any claims made by Offerors.
3.5 Key Personnel
Provide resumes of key personnel proposed for the Offeror’s Account and
Relationship Management Team which will be assigned to the IMF. Provide
a brief summary or profile of the key technical experts that might be assigned
to work on the IMF projects. (E.g. qualifications, years or experience,
educational background)
-4- RFP No. 352

3.6 Strategic Advice


Please provide an overview of your firm’s ability to provide strategic advice
and business consulting services on the use of collaborative workplace
software systems in general and on Sharepoint in particular.
3.7 Technical Experience
Please provide a table showing experience with the specific Sharepoint
projects at the IMF or similar organizations.
3.8 Offshore Capabilities
Please describe the size, location, ownership and capabilities of any offshore
centers of excellence the Offeror may be able to leverage.
3.9 Metropolitan Washington, DC Area Resources
Please provide a table to show the number and type of locally available
resources.

3.10 Approach for Task Order # 1 (Sharepoint Review)


Please provide a detailed description of your approach, project schedule, key
deliverables, estimated effort and staffing requirements for Task Order #1 as
stated in the Statement of Work

3.11 Approach and Pricing for Task Order # 2 (Web Part Development – Senior
Staff Availability)
Please provide a detailed description of your approach, project schedule, key
deliverables, estimated effort and staffing requirements for Task Order #2 as
stated in the Statement of Work

4.0 ORGANIZATION OF THE BUSINESS PROPOSAL

4.1 The Offeror will provide a separate Business Proposal to state all proposed
pricing to complete the work effort. Pricing information should not appear in
any other section of the proposal. The IMF will not be responsible for any
costs incurred by Offerors in the preparation of their submissions.
4.2 The Offeror will use the attached Summary Pricing Schedules or reasonable
facsimiles thereof to summarize its Business Proposal. Attachment B contains:
(i) a table of daily rates and estimated annual requirements for specific
labor categories which will be used to price out Task Orders. Please
show separate on and off shore rates if available.
(ii) a table for the estimated effort and staffing requirements,
culminating with a firm fixed price professional fees quote for the
completion of Task Order #1
(ii) a table for the estimated effort and staffing requirements,
culminating with a firm fixed price professional fees quote for the
completion of Task Order #1
-5- RFP No. 352

5.0 PROPOSAL EVALUATION AND AWARD

5.1 Proposals will be evaluated according to the following criteria:

1. Quality and depth of response to technical requirements.


2. Corporate experience and track record in the implementation and
integration of MS Sharepoint..
3. Availability of human resources with depth of knowledge and skills with
Sharepoint.
4. Ability to provide strategic advice relative to collaborative workspaces
and their supporting platforms with particular emphasis on Sharepoint.
5. Price. Specifically, the per hour labor rates for the two Sharepoint
developer job descriptions listed in the Statement of Work (SOW) AND a
firm fixed price for a Task Order #1

5.2 Oral Interviews


In addition to submission of the proposal by the date stated above, an
organization submitting a proposal may, at the option of the IMF, be required
during the evaluation process to make a formal presentation to and/or attend a
meeting to discuss the proposal with members of the IMF Evaluation Team.
5.3 Contract Award
The IMF reserves the right to amend the terms and conditions of this RFP at
any time in the process and to not award, award part of, or award the entire
contract for the required services for any reason that is, in its opinion, in the
best interest of the IMF. The IMF will not be responsible for any oral
explanations or interpretations of this request for proposal. The IMF reserves
the right to make multiple awards if needed.

6.0 PROJECTED REQUIREMENTS/ESTIMATED QUANTITIES

6.1 As requirements arise for specific quantities of items covered herein, orders
will be placed by the authorized individuals.

6.2 The quantities specified in this solicitation are estimated only, and are given
for the information of bidders and for the purpose of bid evaluation. They do
not indicate the actual quantity which will be ordered, since such volume will
depend upon requirements which develop during the contract period.

7.0 STANDARD CONTRACTUAL TERMS AND CONDITIONS

At a minimum, the IMF standard terms and conditions identified in the following sections of
the RFP will be incorporated into any agreement which may be awarded as a result of this
RFP.
-6- RFP No. 352

8.0 PERIOD OF AGREEMENT

8.1 Initial Period


The period of this Agreement shall be 2 years from the date of execution.
8.2 Renewal
This Agreement may be renewed at the expiration of its term by agreement of
both parties. Such renewal may be for three one-year periods, or less, if
agreeable to all parties.
8.3 Notice
Notice of intent to renew will be given to the Contractor in writing by the IMF
Procurement Division, normally 60 days before the expiration date of the
current Agreement. (This notice shall not be deemed to commit the IMF to a
renewal of the Agreement.)

9.0 PRICE CHANGES

9.1 Price Decreases

Price decreases will be passed on immediately as they occur.

9.2 Price Increases


Unit prices quoted in the Contractor’s accepted Summary Business Proposal
shall not increase for the initial period of the agreement. Prices may increase
thereafter on an annual basis but only in proportion to the amount of increase
in the Consumer Price Index for all Urban Consumers provided that: (i) the
Contractor provides ninety (90) days advance written notice of any such
increase to the IMF Procurement Division and (ii) that no price increase shall
be more than three (3) percent. The IMF reserves the right to cancel its award
for individual line items whose price increases more than authorized amounts
and to reprocure the affected goods and services elsewhere.

10.0 TASK ORDERS

10.1 Offer of Task Order


Orders for consulting services will be based on short letter proposals from the
Contractor directed to the IMF Project Manager. Each letter proposal, known
as “the Task Order” will address the following issues:

• The Tasks to be performed

• The specific deliverables resulting from the Task

• Test and Acceptance plans or criteria if necessary.


-7- RFP No. 352

• The estimated timeframe and schedule for the completion of the Task

• The key personnel assigned to the Task (including resumes)

• The estimated level of effort for the Task

• The firm fixed professional fees for completion of the Task

• Actual, necessary and reasonable travel and living costs on a not to


exceed basis when travel and living costs are appropriate. Local travel
and living costs are not allowed.

• Any additional matters pertinent to the individual situation such as: (i)
customer furnished materials or software licenses, (ii) test and
acceptance criteria, (iii) progress payments if any or (iv) other special
matters.

10.2 Acceptance of Task Order

Acceptance of an individual Task Order will be indicated by a Purchase Order


from the IMF Procurement Division. Billing for acceptable work completed
pursuant to authorized Task Orders will reference the individual Purchase
Order issued to indicate acceptance of the proposed Task Order. Task Orders
will be governed by the prices, terms and conditions of this agreement.
Additional or differing terms and conditions on any letter proposal, Task
Order or Purchase Order will have no effect unless expressly agreed to in
writing by authorized representatives of the parties prior to the
commencement of services.

10.3 Labor Rates

Labor rates on individual Task Orders will be as indicated in the base


agreement. (Reference the Contractor’s Business Proposal).

10.4 Key Personnel

Any personnel named in a proposed Task Order shall remain responsible


throughout the period of performance on any accepted Task Order. No
diversion or replacement may be made without submission of a resume of the
proposed replacement with final approval being granted by the IMF
Procurement Office.

11.0 SUPPLEMENTAL TERMS AND CONDITIONS

11.1 Minimum Ordering Requirement


The minimum order placed against any resulting contract will be for one
full day. Additional days, if required relevant to any particular task or
-8- RFP No. 352

series of closely related tasks, will be placed in increments of one day,


prorated to the nearest whole hour as required.
11.2 Maximum Orders

The IMF reserves the right to, but does not require itself to, seek separate
competition on individual task orders valued in excess of $100,000.
11.3 Estimates
If requested, the Contractor shall furnish written estimates in reasonable
detail prior to undertaking any work. The Contractor may request written
descriptions of the tasks prior to furnishing its estimate. The Contractor
will give prompt written notice to the IMF Project manager designee,
when the level of effort reaches (i) fifty percent (50%) of the estimated
number of hours required for a particular task or series of related tasks,
and (ii) shall give a second written notice to the IMF Project Manager
when the actual level of effort reaches eighty percent (80%) of the
estimated number of hours required for a particular task or series of related
tasks.

The IMF will accept reasonable variances from estimates but reserves the
right to cancel the Agreement for cause in the event that the aggregate
number of actual hours exceeds the estimated requirements by more than
twenty percent (20%) over any one-year period.
11.4 Transition Period Upon Expiration of Contract
Individual Task Orders started prior to the contract expiration shall be
carried on under the original prices, terms and conditions stated on the
original order for no more than sixty (60) days past the expiration of this
agreement (collectively, “the Transition Period”.) The Contractor shall
make best efforts to complete such assignments within the Transition
Period and shall not pursue such work beyond the Transition Period in the
absence of separate written authorization to do so from the IMF
Procurement Division.

12.0 AUDIT

The IMF reserves the right to inspect and audit the Contractor’s accounting, financial and
other records and documents which are relevant to the performance of this Agreement.
Any such inspection or audit shall be undertaken at the IMF’s cost, and shall occur during
normal business hours, and shall be conducted in a manner so as to not unnecessarily
interfere with the business of the Contractor. Contractor hereby undertakes to maintain
complete, accurate and verifiable records of all costs charged and/or chargeable to the
IMF under this Agreement or any extension(s) thereof, and agrees to retain such records
for a period not less than three (3) calendar years following a termination of this
Agreement or after final payment, whichever occurs last. The Contractor shall diligently
cooperate with the IMF’s representatives during any such inspection and audit and
-9- RFP No. 352

hereby waives any objection it may have to such inspection and audit, unless specified in
writing and duly acknowledged by both parties in this Agreement.

13.0 RELATIONSHIP OF PARTIES

The parties intend that the Contractor shall perform the services provided for and
described herein solely as an independent contractor of the IMF, and neither the
Contractor nor any of its agents, employees or servants shall be considered an agent,
employee or servant of the IMF.

14.0 CONTRACT TERMINATION


14.1 Termination for Convenience
A contract or an individual task order may be terminated in whole or in
part by the IMF in accordance with this clause whenever the Fund’s
Procurement Division shall determine that such a termination is in the best
interest of the IMF. Any such termination shall be effected by delivery to
the Contractor at least thirty (30) days prior to the termination date of a
Notice of Termination specifying the extent to which performance shall be
terminated and the date upon which termination becomes effective. An
equitable adjustment in the contract price shall be made for completed
service, but no amount shall be allowed for anticipated profit on
unperformed services.
14.2 Termination for Cause
If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner his or her obligations under this contract or under an
individual task order, or if the Contractor shall violate any of the
covenants, agreements, or stipulations of this contract, the IMF shall
thereupon have the right to terminate, specifying the effective date thereof,
at least five (5) days before the effective date of such termination. In such
event all finished or unfinished documents, data, studies, surveys,
drawings, maps, models, and reports prepared by the Contractor under the
contract shall, at the option of the IMF, become its property.
Notwithstanding the above, the Contractor shall not be relieved of liability
to the IMF for damages sustained by the IMF by virtue of any breach of
contract by the Contractor for the purpose of set off until such time as the
exact amount of damages due to the IMF from the Contractor are
determined.
- 10 - RFP No. 352

15.0 INVOICING

15.1 Invoice To

The Contractor agrees to submit itemized invoices for satisfactory


completion, delivery, and acceptance of deliverables to such points of
contact as are indicated on individual purchase orders or task orders
Reference such Purchase Order numbers as may be assigned at a later date
by the IMF.
Invoices for actual, necessary and reasonable travel and living expenses
may be submitted as the relevant expenses are incurred subject to not to
exceed limits as indicated in the Summary Pricing Schedule. Individual
expenses in excess of $50.00 must be supported by paid receipts.
Payment terms will be Net 30 days.
15.2 Timely Basis of Invoices

The IMF is not obligated to accept any invoice which is delivered to the
IMF greater than 180 days beyond the date of delivery for the relevant
goods or services covered by the invoice.

16.0 OWNERSHIP

The IMF shall have the exclusive ownership of and right to use any documents or other
tangible products, including intellectual property, of the services provided for herein,
except to the extent that they incorporate property already owned by any other party
including The Contractor. The Contractor shall inform the IMF of such ownership, shall
license or obtain any necessary license for the IMF's use of such property, and shall hold
the IMF harmless from any claims for unauthorized use of such property.

17.0 IMMUNITIES OF THE INTERNATIONAL MONETARY FUND:


TAXES AND DISPUTES

Article IX of the Articles of Agreement of the International Monetary Fund, as


incorporated into the laws of the United States and the District of Columbia by the
Bretton Woods Agreements Act (22 U.S. Code Section 286h), provides that the
International Monetary Fund, its property and its assets, wherever located and by
whomsoever held, are immune from every form of judicial process. In addition, the IMF,
its assets, property, income, and its authorized operations and transactions, are immune
from all taxation and from all customs duties, and the IMF is immune from liability for
the collection or payment of any tax or duty. Accordingly, and notwithstanding anything
to the contrary in this Agreement or any documents to which it refers, it is expressly
agreed and understood that --
(a) The Contractor will not invoke the IMF's immunity to avoid any taxes for
which the Contractor is legally liable, but will inform the IMF
- 11 - RFP No. 352

immediately of any attempt to impose a tax to which the IMF's immunity


appears to apply, and will cooperate with the IMF at IMF's expense with
respect to any such attempt.
(b) The IMF is immune from all forms of judicial process, including lawsuits
and summons in connection therewith; the IMF does not waive that
immunity in relation to this Agreement.
All claims and disputes arising out of or in connection with this Agreement shall be
settled by the mutual agreement of the parties. Provided, however, that failing such
agreement, the claim or dispute shall be settled by arbitration. Upon written notice by a
party that a claim or dispute shall be submitted to arbitration, each party shall appoint an
arbitrator, and the two arbitrators so appointed shall appoint a third arbitrator who shall
act as president of the Tribunal. If the party receiving notice of arbitration fails to appoint
an arbitrator within thirty days of receiving notice, then the first arbitrator shall be the
sole arbitrator. The Tribunal shall conduct arbitration according to procedures and
standards agreed by the parties or, in the absence of an applicable agreement, according
to the Commercial Arbitration Rules of the American Arbitration Association then in
effect, in so far as determined to be relevant by the Tribunal. The arbitral case shall be
decided according to the terms of this agreement and the law of the District of Columbia.
If a claim or dispute would have been barred by a time limitation had it been asserted in a
court of the District of Columbia, then the Tribunal shall declare the claim or dispute to
be extinguished on the merits and the arbitration shall conclude. Any award or procedural
decision of the Tribunal shall, if necessary, be made by a majority and, in the event that
no majority may be formed, the presiding arbitrator shall proceed as if he were a sole
arbitrator. In the event of default by either party in respect of any procedural order made
by the Tribunal, the Tribunal shall have power to proceed with the arbitration and to
make its award. Unless the Tribunal decides otherwise in its final award, each party shall
pay the costs it incurred, including attorneys' fees and the fees of witnesses, in relation to
the preparation and presentation of its claims or responses in the arbitral proceedings, and
the costs of the conduct of the arbitral proceedings, including arbitrators' fees, shall be
equally shared by the parties. The award of the Tribunal shall be rendered within thirty
(30) days of the final hearing on the dispute. Such award shall be in writing and in
duplicate, one to be delivered to each party. The arbitral award of the Tribunal shall be
final and binding upon the parties. The submission of a claim or dispute to arbitration
shall not be considered to be a waiver of the immunities of the IMF.

18.0 ASSIGNMENT

This Agreement and any payments that may become due hereunder may not be assigned
by either party.

19.0 INSURANCE AND LIABILITY

a. The Contractor agrees to maintain at its own expense such insurance as will
fully protect the Contractor, its agents, its employees, its subcontractors and
- 12 - RFP No. 352

the IMF from any and all claims. The Contractor must carry insurance
equal to or greater than the coverages listed below:
i. Comprehensive General Liability: $1,000,000 per occurrence
$2,000,000 aggregate
ii. Automobile Liability: $1,000,000 per occurrence
$1,000,000 aggregate
iii. Workers Compensation: Statutory
iv. Employer's Liability: $500,000
v. Excess/Umbrella: $2,000,000
b. The maintenance of such insurance is the sole responsibility of the
Contractor, and the IMF shall not be required to bear any of the cost
thereof.
c. The Contractor shall submit Certificates of Insurance evidencing the
coverages required herein upon execution of this Agreement.
d. The Contractor shall promptly remedy any and all damages or loss to any
property caused in whole or in part by the Contractor, its agents, its
employees, its subcontractors, or others directly or indirectly employed by
them.

20.0 INDEMNIFICATION

a. The Contractor shall indemnify and hold the IMF harmless against any loss or
damage that may be sustained by reason of the Contractor’s failure to comply
with federal, state, and local laws, ordinances, regulations, and codes.
b. The Contractor shall indemnify and hold the IMF harmless against any action
taken by a third party against the Contractor.

21.0 CONFIDENTIAL INFORMATION

The Contractor agrees that it shall require each person assigned to perform work
hereunder to abide by the following nondisclosure conditions:
a. Will not disclose, deliver, or use for the benefit of any person other than
the IMF, or its authorized agents, any restricted or confidential
information or material he or she receives from the IMF, other than
material or information previously in the records of the undersigned or
obtainable prior to such disclosure, delivery, or use, from third parties or
from the public domain;
b. Will adhere to any policies or instructions provided by the IMF as to the
classification, use or disposition of any restricted or confidential
information or materials;
- 13 - RFP No. 352

c. Will not use any restricted or confidential information or material for


personal gain;
d. After the completion or termination of the Agreement, will continue to
adhere to the first three clauses above; and
e. (If applicable) will report the termination of the permitted period of access
to IMF computers (including cancellation of any logon received) to the
appropriate Technology and General Services management.
The Contractor further agrees to take such steps as may be needed to ensure that the
terms of the nondisclosure statements are observed during and after the term of the
Agreement.

22.0 PUBLICITY REGARDING AGREEMENT

22.1 The Contractor may publicly release statements of the fact regarding the
Agreement, including the name of the IMF, only upon the IMF's prior
review and approval in writing. Requests for such review and approval
should be directed to the Fund’s Procurement Office and will not be
unreasonably withheld.

22.2 The Contractor agrees not to refer to awards in commercial advertising


which states or implies that the services or products provided are endorsed
or preferred by the IMF or are considered by the IMF to be superior to
other services or products.

23.0 POINTS OF CONTACT

23.1 Questions concerning technical issues may be directed to


Ms. Virginia Wertman
Advisor, TGS-I Front Office
International Monetary Fund
700 19th Street NW
Washington, DC 20431
Tel (202) 623-8557 Fax (202) 589-8557

23.2 Questions concerning contractual issues may be directed to


John St. Hilaire
Senior Purchasing Officer, Procurement Division
International Monetary Fund
700 19th Street NW
Washington, DC 20431
Telephone: (202) 623-5869 Fax (202) 623-4914
- 14 - RFP No. 352

24.0 CHANGES

The IMF may, at any time, by written order, require changes in the services to be
performed by the Contractor. If such changes cause an increase or decrease in the
Contractor's cost of, or time required for, performance of any services under this contract,
an equitable adjustment shall be made and the contract shall be modified in writing
accordingly. The IMF Procurement Office must approve all work which is beyond the
scope of this Request for Proposal.
No services for which an additional cost or fee will be charged by the Contractor shall be
furnished without the prior written authorization of the IMF Procurement Division.

25.0 KEY PERSONNEL

The personnel named in the technical proposal as the overall Account Manager shall
remain responsible throughout the period of this contract. No diversion or replacement
may be made without submission of a resume of the proposed replacement with final
approval being granted by the IMF Procurement Office. The Contractor shall not replace
or divert key personnel associated with Individual Task Orders in the absence of prior
written approval of the IMF Project manager for the relevant Task Order.

26.0 BACKGROUND INVESTIGATIONS REQUIRED

Prior to commencing work at IMF facilities, the Contractor shall engage an investigative
agency specializing in background investigations to conduct, at the Contractor’s expense,
a criminal history check of each agent or employee of the Contractor whom the
Contractor expects will enter IMF’s facilities. The investigative agency is subject to the
approval of the IMF. If the Contractor requires assistance identifying an appropriate
investigative agency, the IMF’s Security Services Unit can be contacted at (202) 623-
7196/7193/6545 for a list of approved investigative agencies.
The criminal history check of each such employee shall identify any records of criminal
convictions in Maryland, Washington, DC, and the counties of Arlington, Virginia,
Fairfax, Virginia, and the City of Alexandria, Virginia, as well as for each jurisdiction
where the agent or employee has lived for the previous seven years or after his or her 18th
birthday (whichever is the shorter period).
For each employee checked, the Contractor shall obtain from the investigative agency, on
the agency’s letterhead, a report containing the date of the criminal records check, the
jurisdictions checked, and the results of the check. Each report shall be maintained on file
by the Contractor at all times during which the Contractor is providing services to the
IMF and for six months thereafter. The Contractor’s copies of reports shall be made
available to the IMF upon request.
When the Contractor receives the reports of all criminal history checks, the Contractor
will prepare a letter indicating the name, date of birth, Social Security number and
jurisdiction checked for each agent or employee. In respect of each agent or employee for
- 15 - RFP No. 352

whom no criminal record was found, the letter will state that the investigative agency’s
report indicates no criminal record found. In respect of each agent or employee for
whom a criminal record was found, the letter will state: “criminal report enclosed.” The
Contractor will deliver (a) the letter, and (b) one copy of each report by the investigative
agency which indicates any criminal activity or no criminal activity to:
Security Services Division
International Monetary Fund
700 19th Street, NW
Washington, DC 20431

No agent or employee of the Contractor will be authorized to enter any IMF facility to
perform work under this Agreement without the aforementioned criminal history check.
THE IMF RESERVES THE RIGHT TO DENY ACCESS TO THE IMF’s FACILITIES
TO ANY INDIVIDUAL.

27.0 COMPLIANCE WITH LAWS

The Contractor shall, at its expense (and not as a Reimbursable Expense), perform its
obligations in a manner that complies with all laws, ordinances, rules, regulations and
requirements (including identifying and procuring required permits, certificates,
approvals and inspections) of all Federal, state and municipal governments, courts,
departments, commissions, boards and offices, any national or local Board of Fire
Underwriters, any environmental agency, or any other body exercising functions similar
to those of any of the foregoing that may be applicable (in the absence of any IMF
immunity and regardless of whether such laws are enforceable against the IMF or its
property) to the services covered by this agreement.

28.0 SCHEDULE OF ATTACHMENTS

Attachment A: Statement of Work

Attachment B: Business Proposal


RFP NO. 352
STATEMENT OF WORK AND JOB DESCRIPTIONS
MICROSOFT SHAREPOINT SERVICES

1. INTRODUCTION

This Statement of Work (SOW) is for the purpose of selecting a qualified vendor to provide
project based, fixed price and/or time and materials based IT services in support of the
International Monetary Fund’s (IMF) Microsoft SharePoint implementation.

The IMF is currently implementing SharePoint enterprise wide and has an anticipated need
for 150 to 200 man months of SharePoint design and development resources over the next 18
to 24 months. SharePoint-based applications will be developed by 10 to 15 project teams and
the IMF is looking for a qualified vendor to provide services in support of these project
teams. The two SharePoint projects that will lay the collaboration foundation for the IMF are:

• IT20055: Collaboration with trusted external partners – which is intended to


position the IMF as a center of excellence and broker of ideas by introducing
easy to create collaboration spaces in which IMF staff and staff of trusted
external organizations can exchange documents, data and ideas.
• IT9242: Desktop@IMF implementation – which is intended to transform the
way that IMF staff perform their work and interact with colleagues by
introducing a rich suite of integrated tools to strengthen communication,
collaboration, and information management.

There are a number of other systems that will be built on the SharePoint foundation. These
include but are not limited to:

• IT20098: Financial Stability Website – which is intended to establish an


interactive and user-friendly portal for disseminating IMF information related
to financial stability and capital market developments, and to foster an
exchange of views with internal and external audiences.
• IT10159: Economic Data Dissemination - which is intended to modernize the
production and dissemination of the IMF’s statistical data products through
the introduction of a service-oriented interactive web site, including dynamic
graphing services.
• IT10176: Leveraging the IMF.org website for strategic communications –
which is intended to utilize SharePoint to revamp the IMF’s external web site,
enabling it to serve as an effective platform for communications with external
audiences.
2

Examples of services solicited by the IMF in support of these SharePoint projects include:

• Business analysis
• Requirements gathering
• Application strategy and architecture
• Application development (MS SharePoint, MS. NET)
• Application administration and operations
• Application Integration (e.g. Peoplesoft, OpenText DM 5.2, BizFlow)
• Integrating MOSS with third party applications or tools

2. TASK ORDER PROCESS

The IMF intends to establish Master Agreements with a short list of preferred vendors with
pre-negotiated hourly rates and service level terms for SharePoint development work.
Individual project managers will then develop detailed requirements and specifications for
their specific SharePoint needs and issue task orders to the selected vendor / vendors. These
task orders may either be for the entire project or sub sections of the project (e.g,
development of a specific module) as applicable.

The vendor will then provide “firm fixed” professional fees for the successful completion of
the task, based on the estimated effort and the pre-negotiated hourly staffing rates in the
Master Agreement. Work will only start if the Task Order is accepted. All tasked orders will
be dispatched on a fixed price, fixed deliverables basis and will adhere to all terms and
conditions in the Master Agreement.

On occasion, in the event that the task cannot be defined with enough specificity to warrant a
fixed price professional fees quote, the IMF may request for a time and materials quote for a
specific number of FTEs.

Each project manager reserves the right not to dispatch the task order if there is no agreement
on pricing and deliverables or if the proposed approach is inconsistent with the IMF’s
expectations. The project manager reserves the right to issue a task order to multiple
preferred vendors depending on vendor capabilities and suitability.

3. STATEMENT OF WORK

As part of the RFP, the IMF is specifically requesting a firm fixed price quote for the
completion of two Task Orders (#1 and #2 included below). Offerors may bid on either or
both of the Task Orders. For each Task Order, your response should include detailed
descriptions of key deliverables, proposed approach, proposed schedule, estimated effort, and
3

fixed price professional service fees. The fixed priced professional services fees should be
calculated based on estimated effort and the hourly rates that will be offered as part of the
Master Agreement.

4. SKILL REQUIREMENTS

The selected vendor must have the capability to provide up to 150 - 200 man months of
SharePoint resources over the next 18 months. In order to meet the IMF’s requirements, the
vendor is minimally expected to have the four classes of SharePoint resources described
below. The appropriate staffing of resources and skill sets to complete specific task orders
will be left to the selected vendor based on the complexity of the task. The vendor may, in
the Business Proposal section of the RFP, indicate additional labor categories that would be
appropriate for a SharePoint-related work.
4

TASK ORDER #1: SHAREPOINT REVIEW

The IMF is implementing SharePoint (MOSS 2007) for collaboration, both internally and
with external trusted partners. The internal effort is in the implementation stages while the
project for collaboration with external partners is in the architectural design stages. An
infrastructure architectural review of the Intranet SharePoint 2007 environment was
conducted to ensure scalability and configuration.

In order to ensure the overall success of both implementations, the IMF desires a vendor to
review and validate both efforts in terms of business objectives, implementation plans and
roadmaps.

Tasks:
• Review identified business case and objectives for the two key SharePoint efforts—
internal collaboration and collaboration with external trusted partners.
• Review existing implementation plans and roadmaps for the two key SharePoint
efforts.
• Review existing configuration of internal SharePoint implementation and
recommended approach for external implementation. The review should include an
assessment of major integration points (Fund’s document management system, Email,
etc), and the results of this review should be addressed in the recommended approach
for external implementation. The recommended approach for external collaboration
should provide strategies to disseminate documents and Intranet content to external
trusted partners.
• Perform gap analysis of objectives, requirements, roadmap and configuration/plans to
identify deficiencies and ensure program success. Affirm that current and planned
implementations are/will be sufficiently robust and scalable to support other
application initiatives, largely for structured data.
• Identify key “best practices” for successful SharePoint implementations that include:
governance, business processes reengineering, architecture, security, search,
technology, adoption, communication, and content management for the following
scenarios:
a) Intranet - Team collaboration, publishing sites, social networking, corporate
“facebook”
b) Extranet - Collaboration: Small groups of external users need to collaborate with
internal staff
c) Extranet - Information Sharing: Distribution of confidential information
(documents and intranet content) to other partner organizations solely for the
purpose of informing
5

d) Provide recommendations regarding the use of externally hosted solutions vs.


internally hosted solutions.
• Review the IMF’s proposed “measures of success” against industry best practice and
provide additional/alternate KPIs.

Deliverables:

• Report of findings and recommendations.


• Up to three presentations of key findings to major stakeholders.
Assumptions & Constraints:

• IMF shall designate a Project Manager to coordinate vendor efforts internally.


• Work on this task may be performed onsite in the Washington DC offices of the IMF
or remotely at the vendor’s offices.
6

TASK ORDER #2: WEB PART DEVELOPMENT – SENIOR STAFF


AVAILABILITY

The vendor is to develop a web part and basic workflow in the SharePoint intranet
environment to collect information on the expected location and schedule of traveling IMF
Executive Directors. This web part will replace the current process which is carried out each
week as follows: An assistant sends an email message to 24 offices of Executive Directors
requesting information. Each office sends back an email with basic information: Executive
Director weekend availability and how to reach him/her; Alternate Executive Director
weekend availability and how to reach him/her; and upcoming travel plans (dates and
locations world-wide). This information is then placed into a report, which is sent to IMF
Management with a cover note.

Tasks:

• Review current business practice and key outputs. Note that a hard copy output is still
necessary. Assume discussions with 4 organizational units.
• Propose alternate process to deliver key output.
• Develop or leverage third-party solution using SharePoint tools.
• Make adjustments to solution based on feedback from key stakeholders.
• Deliver final solution.
• Conduct knowledge transfer.

Deliverables:

• “As-Is” and “To-Be” process document


• SharePoint-based technical solution
• Technical documentation
• Presentation of solution to key stakeholders.

Assumptions:

• IMF will provide an IT Project Manager to provide guidance on internal


development, security and change management standards, and coordinate with key IT
and business contacts.
• The Fund uses MS Office 2003 product suite and has a number of existing systems
and processes that track official travel, contact information, and attendance. IMF will
be migrating to Office 2007 during the next calendar year.
7

JOB DESCRIPTIONS

SharePoint Developer Level I – Job Description / Requirements:


Must have solid technical skills and experience in developing, configuring and deploying
Microsoft Office SharePoint Server 2007 applications. Specifically, must be familiar with
SharePoint features and be proficient in developing Web Parts, site definitions, site
templates and custom fields. Must be skillful with using SharePoint Designer 2007,
Visual Studio 2005/2008. Must have basic knowledge of Web Part connections, MOSS
Search, My Site sites, .Net Web Services, REST applications, CAML, XML and XSLT
and Ajax. Must have knowledge of integration of SharePoint with 3rd party tools and
packages e.g. Enterprise search, schemalogic, CARM etc.

The person should demonstrate strong ability to leverage both internal resources (already
developed services, web parts, methodologies, etc.) and external resources (open source
networks, user groups, freeware, etc.). Complex system integration and QA testing are
key components of the position.

Must have a Bachelors or Masters degree in a related field and 3 to 5 years of related
experience. Must have a minimum of 1 year prior experience in SharePoint.

Senior SharePoint Developer/Designer Level II – Job Description / Requirements:


Must have solid technical skills and experience in designing, developing, configuring and
deploying Microsoft Office SharePoint Server 2007 applications. Specifically, must be
familiar with SharePoint features and be proficient in developing Web Parts, site
definitions, site templates and custom fields, and have strong skills in usability. Must be
skillful with using SharePoint Designer 2007, Visual Studio 2005/2008. Must have
experience with Web Part connections, MOSS Search, My Site sites, .Net Web Services,
REST applications, CAML, XML and XSLT and Ajax. Must have knowledge of
integration of SharePoint with 3rd party tools and packages e.g. Enterprise search,
Schemalogic, CARM etc.

In addition the position will require significant experience in using a standard software
development lifecycle process to design, build and implement high quality solutions
based on MS SharePoint. The person must be able to make informed recommendations
pertaining to MS SharePoint information and site architecture, infrastructure, software
implementation and web parts design, testing and deployment. Specifically,
recommending and documenting best practices for software configuration, site
permission policy, and site template management.

The individual should possess the ability to lead and mentor other team members in the
MS SharePoint product. The ability to coordinate SharePoint development, systems
integration and QA testing are key components of the position.
8

Must have a Bachelors or Masters degree in a related field an 5 to 10 years of related


experience. Must have a minimum of 2 years of prior experience in SharePoint.

SharePoint Application Architect – Job Description/Requirements:


Must have solid technical skills and experience developing high-level conceptual models
of business processes and defining solutions based on organization and business
requirements. Specific experience with architecting, designing, and configuring Microsoft
Office SharePoint Server 2007 applications and identifying key integration points
including third-party tools (Schemalogic, CARM, and DM 5) is essential.

The individual should have the ability to lead and mentor developers in the MS
SharePoint product and associated guidelines and best practices, and SDLC. The
individual should possess strong logic and analytic skills, attention to detail and ability to
organize information in a logical and consistent fashion. Excellent written, verbal, and
interpersonal skills.

Must have a Bachelors or Masters degree in a related field and 5 to 10 years of related
experience. Must have a minimum of 2 years of prior experience in SharePoint.

SharePoint Senior Administrator – Job Description / Requirements:


Must have solid technical skills and experience in architecting, designing, developing,
configuring and deploying Microsoft Office SharePoint Server 2007 and related
components.. Specifically, must be familiar with SharePoint features and be proficient in;
installation & configuration of MOSS 2007 in a multi-server farm environment, certified
in MS Windows 2003, expert in IIS 6.0 with a full understanding of DOTNET
applications, strong understanding of MS SQL Server 2005, a good understanding of
network and connectivity issues along with a working knowledge of MS Active
Directory, a proven history of MOSS application deployments, and a thorough knowledge
of security aspects/permissions in SharePoint environment. Must also have knowledge of
installation and integration of SharePoint with 3rd party tools and packages e.g. Enterprise
search, Schemalogic, CARM etc.

In addition the position will require significant experience in using a standard process to
design, build and implement high quality solutions based on MS SharePoint. The person
must be able to make informed recommendations pertaining to MS SharePoint
information and site architecture, infrastructure, software implementation and web parts
design, testing and deployment. Specifically, recommending and documenting best
practices for software configuration, site permission policy, architecture and site template
management.

The individual should possess the ability to lead and mentor other team members in the
MS SharePoint product. The ability to coordinate SharePoint systems integration and QA
testing are key components of the position.

Must have a Bachelors or Masters degree in a related field and 5 to 10 years of related
experience. Must have a minimum of 2 years of prior experience in SharePoint.
ATTACHMENT B
SUMMARY PRICING SCHEDULES
Request for Proposal No. 352

SHAREPOINT SERVICES

Table of Labor Categories and Daily Billing Rates for Task Orders as Required
(On Shore Rates)
Labor Category Estimated Unit Unit Extension
Annual Price
Requirement
1 Sharepoint Developer I 765 Days $ $
2 Sharepoint Developer II 510 Days
3 Application Architect 255 Days
4 Senior Administrator 1020 Days

Grand Total:............................................................... $

Table of Labor Categories and Daily Billing Rates for Task Orders as Required
(Off Shore Rates)
Labor Category Estimated Unit Unit Extension
Annual Price
Requirement
1 Sharepoint Developer I 765 Days $ $
2 Sharepoint Developer II 510 Days
3 Application Architect 255 Days
4 Senior Administrator 1020 Days

Grand Total:............................................................... $
Price Schedule -2- RFP No. 352

RFP No. 352

Task Order No. 1


Architecture Review
Labor Hours Distribution Matrix
Deliverable Name 1 Name 2 Name 3 Name 4 Name 5 Total
Title Title Title Title Title days

Report of Findings &


Recommendations
Up to Three Presentations to
Major Stakeholders

Total days by team member


Team member daily rate $ $ $ $ $
Subtotal cost per team $ $ $ $ $
member $
Actual, necessary and reasonable travel and living expenses not to exceed: $
GRAND TOTAL: $
Price Schedule -3- RFP No. 352

RFP No. 352


Task Order No. 1
Architecture Review
Fixed Price Deliverables

Deliverable Firm Fixed Fee


1 Report of Findings & Recommendations
2 Up to Three Presentations to Major
Stakeholders

Subtotal, All Fixed Price Deliverables $


Actual, necessary and reasonable travel and
living expenses, not to exceed:
GRAND TOTAL ALL ITEMS:.......................... $
Price Schedule -4- RFP No. 352

RFP No. 352

Task Order No. 2


Web part Development
Senior Staff Availability
Labor Hours Distribution Matrix
Deliverable Name 1 Name 2 Name 3 Name 4 Name 5 Total
Title Title Title Title Title days

As-Is and To-Be Process


Document
SharePoint-based Technical
Solution
Technical Documentation
Presentation of Solution
Total days by team member
Team member daily rate $ $ $ $ $
Subtotal cost per team $ $ $ $ $
member $
Actual, necessary and reasonable travel and living expenses not to exceed: $
GRAND TOTAL: $
Price Schedule -5- RFP No. 352

RFP No. 352


Task Order No. 2
Web Part Development
Senior Staff Availability
Fixed Price Deliverables

Deliverable Firm Fixed Fee


1 As-Is and To-Be Process Document
2 SharePoint-based Technical Solution
3 Technical Documentation
4 Presentation of Solution

Subtotal, All Fixed Price Deliverables $


Actual, necessary and reasonable travel and
living expenses, not to exceed:
GRAND TOTAL ALL ITEMS:.......................... $

This Offer submitted by _________________________________ (Company name)


in response to RFP No. 352.

_____________________________________ __________________________
Legally Authorized Signature Date

You might also like