• No results found

Mobile Device Management Solution

N/A
N/A
Protected

Academic year: 2021

Share "Mobile Device Management Solution"

Copied!
13
0
0

Loading.... (view fulltext now)

Full text

(1)

P.O. Box 3529 Portland, Oregon 97208

REQUEST FOR PROPOSALS for

Mobile Device Management Solution

SOLICITATION NUMBER 2014-5464 March 7, 2014

PROPOSALS DUE: NOT LATER THAN 11:00 AM, April 3, 2014

LATE PROPOSALS MAY NOT BE ACCEPTED

NOTE: A pre-proposal teleconference will be held on Wednesday, March 12, 2014 at 10:00 am Pacific Standard Time. USA Toll-Free: (888) 622-5357, Participant Code: 406910. Participation is optional. This teleconference is intended to clarify the information provided in this RFP and to provide an opportunity for interested parties to ask questions regarding the Port’s requirements and process.

(2)

TABLE OF CONTENTS 1. OVERVIEW ... 1 1.1 Introduction ... 1 1.2 Background ... 1 1.3 Statement of Work ... 2 1.4 Security Requirements. ... 2 2. PROPOSAL PROCESS ... 3 2.1 General ... 3

2.2 Pre-Proposal Interpretation of Contract Documents ... 3

2.3 Intergovernmental Cooperative Purchasing ... 3

2.4 Public Disclosure of Proposals ... 3

2.5 Submission of Proposals ... 4

2.6 RFP Schedule ... 4

2.7 Protests ... 5

3. PROPOSAL CONTENT AND EVALUATION CRITERIA ... 6

3.1 Preparation ... 6

3.2 Format ... 6

4. EVALUATION PROCEDURES ... 10

4.1 Competitive Range. ... 10

4.2 Evaluation Team Members. ... 10

4.3 Interviews/Demonstrations. ... 10

Exhibit A Proposal Form

Exhibit B Technology Environment Exhibit C System Requirements Checklist Exhibit D Fee Schedule

Exhibit E Sample Contracts

Port Non-disclosure Agreement (for demo / trial period) Software Implementation

Software License

Maintenance and Support Software as a Service

(3)

1. OVERVIEW 1.1 Introduction

The Port of Portland is soliciting proposals from experienced firms and individuals capable of providing Mobile Device Management (MDM) solutions. The successful proposer shall provide and implement (on-premise or hosted), a Mobile Device Management Solution that supports Port standard devices and employee-provided devices in a way that is cost effective and secure.

1.2 Background

The Port of Portland (Port) is a regional public agency whose mission is to enhance the region’s economy and quality of life by providing efficient cargo and air passenger access to national and global markets. The Port owns and operates Portland International Airport (PDX) and two general aviation airports (Hillsboro and Troutdale). It owns four marine terminals and it oversees five industrial/business parks. The Port also owns and operates the dredge Oregon to help maintain the shipping channel on the lower Columbia River.

The Port employs approximately 800 employees, all of which are located in the Headquarters building adjacent to the airport, within the airport terminal, or at other locations in the Portland metro area based on the operational functions those employees support.

The Port’s Information Technology (IT) Department is responsible for all computer, information systems, and telecommunications services and equipment. As such, the Port provides employees with mobile computing devices and supports a "bring your own device policy” (BYOD) by partially funding monthly service plans for approved employee-owned devices.

1.2.1 Current Environment - Devices

The Port’s current technology environment is described on Exhibit B - Technology Environment. Port-provided equipment - includes approximately 173 BlackBerry devices, managed through the Blackberry Enterprise Server (BES); 135 cell phones; 150 Windows laptops; 27 iPads; and 13 Windows tablets. Windows mobile devices include a number of mobile device terminals (MDTs) installed in vehicles that support Police, Fire, and other airport operational functions.

Employee-owned equipment – with management approval, eligible employee devices can be synchronized to the Port’s data in lieu of using a Port-provided device. Current mix is approximately 186 personal devices Port policy includes a provision for wiping the device if the employee leaves the Port or if the device is reported as lost or stolen.

Approximately 227 devices (combined total of Port-provided and employee-owned) are currently connected via ActiveSync - 140 iPhones, 32 iPads, and 52 Android devices, and 3 Windows phones.

1.2.2 Current Environment – Connectivity

Port business areas include a wide variety and increasing need for mobile solutions. Coverage areas span not only the office buildings and airport terminal, but also the airfield, marine terminals, and other facilities. Examples include Maintenance inventory staff, construction staff accessing Port data through tablets, and specialized needs for Police and Fire mobile vehicle equipment. For Police and Fire MDTs, the NetMotion solution has been implemented to preserve connectivity as vehicles move between “coverage areas”.

While the BlackBerry devices have served the Port’s needs for a number of years, recognizing the decline in market share and the increasing potential for other devices to support business needs, the Port plans to develop new standards for Port-issued devices. The BYOD program has reaped benefits for employees but with administrative overhead in terms of support, in contrast with the provisioning and management features historically present in the BES. The iPad and iPhone devices that are shared among workgroups,

(4)

particularly those with 24-hour staffing rotations, present significant challenges for configuration and ongoing management. Configuration is currently an overly complex process that lacks automation and is hampered by the default “consumer-centric” versus the “business-centric” nature of the iOS operating system. Configuration is accomplished using the core OS functionality which lacks the ability to remotely manage and monitor the devices.

Android device support is also limited and is currently not offered as a Port-issued mobile device platform. Employees are required to use NitroDesk’s “Touchdown” application for e-mail and calendar synchronization which provides the security of Port data encryption at the application level, but without any current method of managing the configuration of the application or the underlying Android operating system. Given the open source and fractured nature of the Android operating system, the Port needs to be able to manage these devices more effectively and securely before extending their functionality.

1.3 Statement of Work

The project scope includes the purchase, implementation, training for provisioning and system administration, and ongoing support. The solution should enable remote device management, provisioning, data synchronization, and secure management of corporate data. In addition, the solution must manage both corporate and employee-owned devices, which will require the ability to differentiate management configurations and segregate personal and corporate data.

Timeline for the project is a 30-day product evaluation / trial, to begin in July followed by an estimated 2-3 months for system implementation, to conclude in October 2014. It is envisioned that the 2-30-day trial will be performed under a form substantially similar to the Port Non-disclosure

Detailed requirements for the MDM solution are included in Exhibit C - System Requirements Checklist. This Exhibit must be completed and submitted as part of the proposal.

1.4 Security Requirements.

The successful proposer will be required to comply with all applicable security requirements for the premises, as more fully described in the Software Implementation Contract included in Exhibit E

Sample Contracts. Proposers are encouraged to obtain and thoroughly review applicable security requirements before submitting a proposal.

(5)

2. PROPOSAL PROCESS 2.1 General

2.1.1 Evaluation. Proposals will be evaluated by a Port evaluation team. The evaluation will be in accordance with Section 3.2.2, Required Submissions and Evaluation Criteria, and may include requests by the team for additional information, oral discussions, site visits, and inquiries into the experience and responsibility of the proposer.

2.1.2 Obligation to Award. The issuance of this RFP, and the receipt and evaluation of proposals does not obligate the Port to award a contract. The Port will not pay any costs incurred in responding to this RFP. The Port may cancel this RFP or reject any or all proposals in accordance with ORS 279B.100.

2.1.3 Commencement of Work. The successful proposer may not commence work until receipt of a fully executed contract.

2.1.4 Questions. All questions relating to this RFP must be placed through the Port’s online

bidding system at the Port’s website www.portofportland.com through the Business Opportunities vendor portal. Questions received fewer than five (5) business days prior to the deadline for receipt of proposals may not be considered.

2.2 Pre-Proposal Interpretation of Contract Documents 2.2.1 Changes to RFP

2.2.1.1 The Port reserves the right to make changes to the RFP. Changes will be made by written addendum which will be issued to all prospective proposers on the Port’s list of RFP holders.

2.2.1.2 Prospective proposers may request or suggest any change to the RFP by submitting a written request. The request shall specify the provision of the RFP in question, and contain an explanation for the requested change. The request must be submitted at least five (5) calendar days prior to the date set for receipt of proposals.

2.2.1.3 The evaluation team will evaluate all requests submitted, but reserves the right to determine whether to accept the requested change.

2.2.2 Amend or Withdraw Proposal. A proposer may amend or withdraw its proposal any time prior to the time and date established for submission of proposals.

2.3 Intergovernmental Cooperative Purchasing

The proposer submitting this proposal may agree to extend identical prices and services under the same terms and conditions to all public purchasing contracting agencies as defined in ORS 279A.200(1)(h). Quantities stated in this proposal reflect the Port’s usage only. Each participating agency will execute its own contract for its requirements. Any proposer, by written notification included with its proposal, may decline to extend the prices and terms of this proposal to any and/or all other public agencies.

2.4 Public Disclosure of Proposals

2.4.1 Any information provided to the Port pursuant to this RFP is subject to public disclosure pursuant to Oregon’s public records laws (ORS 192.410 to 192.505).

2.4.2 The general requirement for public disclosure is subject to a number of exemptions. Each page containing information deemed by the proposer to remain exempt from public disclosure after proposals have been evaluated (e.g., pages containing trade secret, economic development information, etc.) should be plainly marked. A general statement

(6)

that all or certain parts of the proposal are exempt from public disclosure will not be effective unless each page on which those parts appear has been marked in accordance with this section.

2.4.3 The fact that a proposer marks certain information as exempt from disclosure does not mean that the information is necessarily exempt. The Port will make an independent determination regarding exemptions applicable to information that has been properly marked. Information that has not been properly marked may be disclosed in response to a public records request. When exempt information is mixed with nonexempt information, the nonexempt information must be disclosed. The Port will redact pages that include both exempt and nonexempt information to allow disclosure of the nonexempt information.

2.4.4 Unless expressly provided otherwise in this RFP or in a separate communication, the Port does not agree to withhold from public disclosure any information submitted in confidence by a proposer unless the information is otherwise exempt under Oregon law. The Port considers proposals submitted in response to this RFP to be submitted in confidence only until the Port’s evaluation is complete, and agrees not to disclose proposals until the Port has completed its evaluation of all proposals and publicly announced the results.

2.5 Submission of Proposals

2.5.1 Requirements. Each proposer’s submission in response to this RFP must:

2.5.1.1 Include one original (marked as such) 8 copies of the original proposal; and one copy on USB drive in Adobe or Microsoft format;

2.5.1.2 Be submitted in a sealed envelope that is plainly marked “Proposal to Provide Mobile Device Management Solution” and that bears the proposer’s name and address; and

2.5.1.3 Be received by the Port’s Contracts and Procurement Manager, Craig Johnsen, at 7200 N.E. Airport Way, Portland, OR 97218 (Mailing address: PO Box 3529, Portland, OR 97208). The Port, at its option, may decline to consider late submissions.

2.6 RFP Schedule

2.6.1 Deadlines. The following schedule is tentative and subject to change at the sole discretion of the Port:

2.6.1.1

 March 7, 2014 RFP advertised

 March 12, 2014 10:00am Pre-Proposal teleconference with prospective proposers

 April 3, 2014 11:00 a.m. for receipt of proposals

 April 24-26, 2014

 May 1-30, 2014

Interviews / demos (if required) On-site evaluation of product (30 days)

 June 5, 2014 Selection of apparent successful proposer announced

 July 1, 2014 Contract begins

2.6.2 Period of Irrevocability. Proposals will be offers that are irrevocable for a period of sixty (60) days after the time and date proposals are due. Proposals will contain the name, address and telephone number of an individual or individuals with authority to bind the company during the period in which the proposal will be evaluated.

(7)

2.7 Protests

2.7.1 Objections or Protests. A proposer or prospective proposer who wishes to object to or protest any aspect of this procurement must deliver a written protest to the Manager of Contracts and Procurement, 7200 N.E. Airport Way, Portland, OR 97218; mailing address, PO Box 3529, Portland, OR 97208; or Facsimile (503) 548-5812.

2.7.2 Timeliness

2.7.2.1 If the protest relates to matters that are apparent on the face of the solicitation documents or that are otherwise known or should have been known to the protester, the protest must be delivered no fewer than five (5) business days prior to the deadline for the Port’s receipt of offers.

2.7.2.2 If the protest relates to other matters, including but not limited to the award of the contract, it must be delivered as soon as possible, and in no event more than five (5) business days, after the protester knows or reasonably should have known of the award of the contract, the Port’s intent to award the contract, or other matters to which the protest is addressed.

2.7.3 Delivery. A protest is delivered, for the purposes of this paragraph, when it is actually received by the Port’s Contracts and Procurement Department staff.

2.7.4 Late Protests

2.7.4.1 The Port may decline to review a late protest.

2.7.4.2 A protest shall be deemed to include only the documents timely delivered pursuant to this paragraph. It must clearly state all of the grounds for the protest and must include all arguments and evidence in support of the protest. Testimonial evidence may be submitted by affidavit. The Port may investigate as it deems appropriate in reviewing the protest, and will issue a written response to the protest. The Port may proceed with contract award, execution, and performance while a protest is pending.

(8)

3. PROPOSAL CONTENT AND EVALUATION CRITERIA

3.1 Preparation

3.1.1 Proposals should be prepared simply and economically, providing a straightforward, concise description of the proposer’s ability to satisfy the requirements of this RFP. Submissions of technical literature, display charts, or other supplemental materials are the responsibility and within the discretion of the proposer. The Port will not be liable for any expense incurred in the preparation of proposals. Firms interested in being considered for this work must submit the following written information for review by the evaluation team.

3.1.2 Proposers are encouraged to provide complete information in their written proposals. However, except as provided otherwise below, a proposal response to section 3.2.2 shall be in a font size no smaller than 10 points. Each side of a sheet of paper is considered one page. Double-sided printing of the hard copy is encouraged. Pages should be numbered consecutively and fastened in the upper left-hand corner only. There should be no other bindings, such as comb-binders, presentation folders, 3-ring binders, etc.

3.2 Format

Proposals shall conform to the following format:

3.2.1 Part I - Proposal Form. The proposal form follows this section of the RFP. Proposers must complete Exhibit A - Proposal Form and include it as the first page of their proposal. This form does not count toward the page limitation.

3.2.2 Part II - Required Submissions and Evaluation Criteria. Proposals will be evaluated by the Port’s evaluation team based upon the criteria shown below. If no criteria weighting is shown, then the criteria are listed in their relative order of importance. Although some of the criteria may be given more weight than others, each proposer is expected to provide the Port with a comprehensive proposal which allows the Port to do a complete evaluation against the criteria.

3.2.2.1 Qualifications of Proposer - Weight 20

(a) Provide an executive summary of your firm, including number of years in business providing MDM solutions and the firm’s financial health;

(b) Describe your firm’s ability to provide the identified solution,

implementation services, system configuration, and training;

(c) Provide examples of three similar implementations including broad scope and delivery timelines; specifically include how the proposer worked with the customer to meet system operations requirements, provide training and implementation the solution.

3.2.2.2 Project Approach and Project Management - Weight 15

(a) Identify the project team, roles, and responsibilities; indicate where this team has worked together on similar projects; indicate where the Port would participate in the project plan;

(b) Describe the approach to managing the project;

(c) Describe the implementation strategy, phasing, and transition plans;

(d) Provide a project plan including the ability to meet the Port’s desired implementation schedule (reference section 1.3);

(9)

(f) Describe how the project team will work with the Port staff to configure and implement the solution;

(g) Identify anticipated responsibilities for the Port staff in order to ensure a successful implementation;

(h) Describe the method by which a 30-day product evaluation would be conducted. It is anticipated that product evaluation would be conducted under a non disclosure agreement substantially similar to the NDA provided in Exhibit E - Sample Contracts.

3.2.2.3 Solution Functionality and Technical Design - Weight 30

(a) Describe the system solution and how it addresses the Port’s requirements; (b) Complete Exhibit C – System Requirements Checklist, any additional

costs must be included in Exhibit D – Fee Schedule;

(c) Provide an overview of the system architecture;

(d) Provide screen samples and data flows to highlight the system flow and integration;

(e) Describe the technical environment including database, operating system, and reporting;

(f) If determined to be cost effective, it is expected that the computer hardware and related network infrastructure for this project will be provided by the Port per proposer’s specification. Provide pricing and options on Exhibit D – Fee Schedule. Propose roles for configuration as part of the proposed solution.

(g) Recommend methods and system requirements for a test / development environment;

(h) Describe any required network or system interfaces;

(i) Describe how the solution addresses the need for various mobile devices to access Port applications and network; identify challenges, complexity, and constraints (if any) to achieve this;

(j) Describe how hour solution manages change control: (i) How often will your mobile applications need patching or update? (ii) Define how deployed packages will be maintained so that changes are applied without resulting in user pain or weeks of effort to fix failed updates;

(k) Describe end user access to the system;

(l) Provide sample reports;

(m) Suggest any additional functionality that would benefit the Port not already identified in this RFP;

(n) If a cloud (hosted) system is recommended, describe data handling practices, including provisions for data encryption, prevention of data loss, data recovery, uptime expectations and failover alternatives, segmentation from other customers, anti-malware protection, penetration testing, and the ability of the Port to obtain a local copy of the data.

(o) State where and how the proposal deviates from the general requirements of the RFP.

(10)

3.2.2.4 System Support and Maintenance - Weight 5

(a) Describe anticipated Port staffing requirements for successful day-to-day ongoing operations;

(b) Provide options for support and maintenance;

(c) Explain your approach to ongoing product support;

(d) Explain system upgrade cycles and upgrade methodology, explain the level of Port involvement during upgrades;

(e) Provide a sample of the system maintenance agreement identifying provided support service levels.

3.2.2.5 Cost/Fees - Weight 20

(a) Complete and submit Exhibit D – Fee Schedule including licensing; pricing / options for computer hardware and related network infrastructure (to be provided by the Port); any services associated with project implementation; and ongoing support costs for the first five years of system operation. Include optional extended warranty options. Identify any other recommended services and costs.

(b) Any reimbursable expenses contemplated for this work must not conflict with the Port Consultant Travel Expense Reimbursement Policy attached to the Software Implementation Contract included in Exhibit E - Sample Contracts.

3.2.2.6 Small Business Participation Program - Weight 10

(a) The Port is committed to increasing small business participation in Port contracts. The Port has elected to define small business as a for-profit small business enterprise that has been certified by the Oregon State Office of Minority, Women, and Emerging Small Business (OMWESB) or by the Washington State Office of Minority and Women’s Business Enterprises (OMWBE). The Port defines certified small business enterprise as inclusive of minority-owned business enterprise (MBE), women-owned business enterprise (WBE), emerging small business (ESB), and disadvantaged business enterprise (DBE). A listing of certified firms is available on the

OMWESB and the OMWBE websites at

http://www.oregon4biz.com/Grow-Your-Business/Business-services/Minority-Owned-Business-Certification/ and http://www.omwbe.wa.gov/.

(b) For fiscal year 2013-2014, the Port’s overall small business participation target is 10 percent participation of small businesses as a percent of contract dollars awarded directly and as subcontracts; and 25 percent participation of small businesses as a percent of the total number of contracts awarded directly and as subcontracts. The Proposer’s ability to help the Port achieve its small business participation target will be considered during the Port’s evaluation of proposals. The proposal shall address the following:

(i) Is the Proposer certified by the state of Oregon or state of Washington as a minority-owned, women-owned, disadvantaged, or emerging small business?

(ii) Provide a narrative description of the proposer’s experience in

(11)

suppliers on previous projects. Describe any innovative or successful measures that the proposer has undertaken to increase small business participation on projects. Include a list of small businesses with which the proposer’s firm has had a contractual relationship during the last 12 months.

(iii) Describe portions of the work the proposer will subcontract, and identify work items that could be performed by small businesses. Describe the actions and strategies the proposer will take to increase small business participation in this work. Include names of small businesses that will be subcontractors on this project and identify/describe what work scopes the named small business subcontractors will perform.

3.2.2.7 References (not weighted, but used to verify information provided in the proposal). Provide the names and current contact information of three references having direct knowledge of the Proposer’s work related to this RFP.

(12)

4. EVALUATION PROCEDURES

4.1 Competitive Range.

An evaluation team will determine which proposals are within the competitive range in accordance with the evaluation criteria set forth in Section 3. Only those proposals determined to be within the competitive range will be considered for award.

4.2 Evaluation Team Members.

4.2.1 One or more evaluation team members may conduct an initial evaluation of all proposals, using the evaluation criteria set forth in Section 3, and may identify a subset of proposals as finalists for further evaluation by the evaluation team.

4.2.2 After the initial evaluation, members of the evaluation team may perform any of their functions individually, or as a group consisting of two or more evaluation team members.

4.2.3 If particular functions are performed by individual evaluation team members or by a group consisting of less than the full evaluation team, the evaluation team members performing the functions shall report to the full team a summary of the information gathered or conclusions reached.

4.2.4 A report of final evaluation results and any recommendation regarding award of a contract may be made to the Executive Director or the Executive Director’s designee without the participation of all evaluation team members, provided that a majority of evaluation team members participate.

4.3 Interviews/Demonstrations.

Selected proposers may be invited to participate in an interview/demonstration stage of the evaluation process. Proposers should be prepared to respond to questions related specifically to their proposals and other pertinent matters with respect to the RFP.

(13)

EXHIBIT A

Proposal Form

Port of Portland

Mobile Device Management Solution Solicitation No. 2014-5464

The undersigned proposer submits this proposal in response to the Port’s Request for Proposal (RFP) for the contract named above.

The proposer warrants that the proposer has carefully reviewed the RFP and that this proposal represents proposer’s full response to the requirements described in the RFP. The proposer further warrants that if this proposal is accepted, the proposer will contract with the Port, agrees to all terms and conditions found in the attached sample contract, and will provide all necessary labor, materials, equipment, and other means required to complete the work in accordance with the requirements of the RFP and contract documents.

The proposer further warrants that the proposer has not and will not discriminate, in violation of ORS 279A.110, or any other local, state or federal law, against any minority, women or emerging small business enterprise or other protected individuals, in the development or presentation of this proposal, or in obtaining any required subcontract.

The proposer hereby acknowledges the requirement to carry or indicates the ability to obtain the insurance required in Section 8 of the Software Implementation Contract included in Exhibit E – Sample Contracts. Indicate in the affirmative by initialing here: ______

The proposer hereby acknowledges receipt of Addendum Nos.___,___,___,___,___ to this RFP.

Name of Proposer: Business Address: Telephone Number: Fax Number: Email Address: Authorized Signature: Printed/Typed Name: Title: Date:

References

Related documents

The undersigned Proposer declares that the Proposer has carefully examined the above-named Request for Quotes, and that, if this quote is accepted, Proposer will

Garn bang area in the state of Pahang in Malaysia 33 4.3 Shows the data collected on a Federal Road in Batu 9 Jalan Kuantan to.. Garn bang area in the state of Pahang in Malaysia

The proposer in effecting insurance in accordance with the information furnished in this proposal declares and warrants: (a) the statements in this Proposal Form are true. (b)

It is understood that the signing of this Proposal does not bind the Proposer(s) to complete or Underwriters to accept this Insurance, but the Proposer(s) agree that, should a

a) "Contract" refers to the agreement that will be signed by and between the UNDP and the successful proposer, all the attached documents thereto, including the

a) “Contract” refers to the agreement that will be signed by and between the IRENA and the successful proposer, all the attached documents thereto, including

If WRCOG is unable to negotiate final contract Terms and Conditions that are acceptable to WRCOG, WRCOG reserves the right to award the contract to another Proposer.. The

By signing this Request for Proposals form, the Proposer guarantees compliance with the provisions stated in this Request for Proposals, agrees to the Standard Conditions and Terms